HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Arthur Noriega, V DATE: 5/4/22 ME;
City Manager Request for Late Placement — May 26, 2022 CC
Office of the City Manager Agenda
FROM:
Digitally signed by
Badia, Hector
Date: 2022,05.05
16:58:43-04'00'
Hector Badia
Interim Director
Office of Capital Improvements
SUBJECT:
Brickell Bay Drive, Project 40-B193802
PSA Resolution for Amendment No.1 to RR)
18-19-042
The Office of Capital Improvements respectfully requests that the attached Resolution be considered
for late placement on the City Commission Meeting for May 26, 2022.
JUSTIFICATION
This item did not meet the Agenda Office deadline of April 19th, due to time needed to resolve funding issues and
contract increase of converting the Design Criteria Package related agreement to a Professional Services
Agreement for construction administration services and construction documents prior to the resolution.
It is imperative this item be placed on the May 26, 2022 City Commission Agenda because Appropriations are also
scheduled to be heard and the attached resolution authorizes an increase of one million five hundred thirty-four
thousand seven hundred fifty-three dollars ($1,543,753.00) to the original award of one million three hundred
thirty-one thousand dollars ($1,331,000.00) for a total not to exceed amount of two million eight hundred sixty-
five thousand seven hundred fifty three dollars ($2,865,753) for the amended Professional Services Agreement
with Tetra Tech, Inc. for 100% construction administration and documents must be heard as soon as possible.
Rescheduling this item for future meeting date could jeopardize ongoing vital construction and maintenance of
infrastructure and safety projects. City Commission adoption of the attached resolution is a prerequisite to
approving the amended Professional Services Agreement with Tetra Tech, Inc. If the attached resolution is not
scheduled for the May 26th hearing the approval of the amended Professional Services Agreement could be
delayed indefinitely possibly leading to funding shortfalls and subsequent delays or complete work stoppages of
vital infrastructure and safety projects.
BACKGROUND
On August 27, 2019, the Department of Procurement ("Procurement") issued RFQ No. 18-19-042, under full and
open competition, to procure design criteria package -related professional engineering services for the Brickell Bay
Drive Improvements Project. On October 22, 2019, seven (7) proposals were received by the Office of the City
Clerk in response to the RFQ. Subsequently, two (2) proposals were found to be non -responsive to the Minimum
Requirements of the RFQ, after Procurement completed its due diligence effort. Later, on December 9, 2019,
and on January 16, 2020, an Evaluation Committee met and completed the Steps 1 and 2 evaluations of the
remaining five (5) proposals submitted by responsive and responsible proposers, following the guidelines
stipulated in the RFQ. On February 2, 2020, a Negotiation Committee appointed by the City Manager met and
conducted negotiations through September 1, 2020, finding Tetra Tech to be the top ranked responsive and
responsible Proposer. Subsequently, it was determined to be in the best interest of the City to retain Tetra Tech
to further provide professional services beyond the scope of its original design criteria package -related
agreement, up to and including one hundred percent (100%) construction documents and construction
administration services.
As a result, successful negotiations have been held between the City and Tetra Tech to define the level of effort
and the cost associated to turn the original thirty percent (30%) construction documents into one hundred
percent (100%) construction documents. Therefore, the City Manager requests authorization to execute an
Amendment to Tetra Tech's agreement, increasing the original not -to -exceed project compensation amount by a
not -to -exceed amount of one million five hundred thirty-four thousand seven hundred fifty-three
($1,534,753.00), thereby increasing the original not- to -exceed project compensation amount from one million
three hundred thirty-one ($1,331,000.00) to the amended not -to -exceed project compensation amount of two
million eight hundred sixty- five thousand seven hundred fifty-three ($2,865,753.00), for additional services
associated with the completion of one hundred percent (100%) construction documents for the project, originally
awarded as a design criteria package equivalent to thirty percent (30%) construction documents, as shown in
Attachment "A," on a phased basis.
Approved:
Arthur Noriea, V
City Manager
TETRA TECH
November 19, 2021
Angel Carrasquillo, P.E.
Director
Office of Capital Improvements
City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
Subject: City of Miami — Design Criteria Professional for Brickell Bay Drive Improvements
RFQ No. 18-19-042
B-193802
Final Design Fee Proposal
Dear Mr. Carrasquillo:
Tetra Tech, Inc. is pleased to provide this proposal to provide the services identified below for the project
entitled "Brickell Bay Drive Improvements", pursuant to the Professional Service Agreement with the City
of Miami for Design Criteria Professional for Brickell Bay Drive (RFQ No. 18-19-042), dated December 3, 2020.
1. GENERAL
The City of Miami (City) is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive
from Southeast 14th Street to Southeast 15th Road. The City will be implementing its vision to adapt
Brickell Bay Drive and protect it from future storm surge and sea level rise while encouraging
waterfront connectivity, creating open space, and improving the natural environment and the local
ecosystem. Creating a long-term stewardship structure that protects and enhances quality of life and
public and private investments is essential to keeping the Brickell Bay Drive waterfront area a
functional, long-term resilient and adaptable asset.
On December 30, 2020, Tetra Tech enter into Agreement RFQ 18-19-042— Design Criteria Professional
for Brickell Bay Drive Improvements, with the City to provide comprehensive civil engineering and
design services necessary to complete the Design Criteria Package for the Brickell Bay Drive
Improvements project (the "Project"). The agreement included two phases. On March 3, 2021, Tetra
Tech received Notice to Proceed (NTP) for Phase I. See Attachment A.
On August 3, 2021, the City provided Tetra Tech a notification indicating the City's desire to modify
the existing project approach to now provide interdisciplinary services to complete the Project as
design -bid -build. The modified approach will include services for preparation of final signed and
sealed design documents, regulatory permitting, bidding, and construction administration. This
request was the result of the procurement requirements from the Federal Emergency Management
Agency (FEMA) to provide funding for the construction of the project.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel3o5-go8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 2 of 28
Table 1. Original Contract and Revised Amounts
Task
Original
Amount
Revised
Amount
Notes
Phase I
A2.03 Coordination Meetings & Presentations
$30,004.44
$30,004.44
1
A2.04 Vision Statement Goals Objectives
$20,000.00
$20,000.00
1
A2.05 Civil Engineering and Design Services
$200,623.71
$200,623.71
1
A2.06 Adaptation Planning
$143,462.01
$143,462.01
1
A2.07 Real Estate Impact Assessment
$61,085.25
$61,085.25
1
A2.08 Design Alternative Analysis
$173,824.32
$173,824.32
1
A2.09 Design Criteria / Guidelines
$64,632.18
$0.00
5
A2.10 Public Engagement
$14,067.32
$14,067.32
1
A2.11 Design and Engineering (DCP, 30% Plans and Specifications)
$144,400.77
$144,400.77
1
A2.12 Cultural Assessments Services (NTE Allowance)
$ 5,000.00
$ 5,000.00
1
B2.13 (new) Basis of Design Report (BODR)
$0.00
$62,762.70
Phase I Total Sub -Total
$857,100.00
$855,230.52
B2.14 (new) Dedicated Allowance Pump Station Siting Study and
H/H Evaluation*
$0.00
$67,831.55
B2.15 (new) Dedicated Allowance for Art Sculpture Assessment*
$0.00
$15,000.00
Phase I Total Sub -Total - Dedicated Allowances
$0.00
$82,831.55
Reimbursable Expenses
$ 2,900.00
$ 2,900.00
Phase I Total Sub -Total
$860,000.00
$940,962.70
Contingency (NTE Allowance)*
$86,000.00
$5,037.93
Phase I Total
$946,000.00
$946,000.00
Phase II
A2.13 Hydrographic Survey (NTE Allowance)
$11,000.00
$0.00
3
A2.14 Offshore Investigation (NTE Allowance)
$37,000.00
$0.00
3
A2.15 Benthic Survey (NTE Allowance)
$50,000.00
$0.00
2
A2.16 Bidding and Award
$25,000.00
$0.00
4
A2.17 Engineering Support Services
$130,000.00
$0.00
4
A2.18 Public Engagement During Construction (NTE Allowance)
$40,000.00
$0.00
4
A2.19 Coastal Modeling (NTE Allowance)
$50,000.00
$0.00
1
Reimbursable Expenses
$7,000.00
$0.00
Phase II Sub -Total
$350,000.00
$0.00
Contingency (NTE Allowance)
$35,000.00
$0.00
Phase II Total
$385,000.00
$0.00
Total Services
$1,331,000.00
$946,000.00
1.
2.
3.
4.
5.
* Activities can only be performed if approved by City of Miami.
No changes in scope or fee. Fee is necessary for completion of design project.
No change in fee or scope. Fee is necessary for completion of design project. Cost to be included in new Work Order.
Fee and scope not used. Fee not necessary for completion of design project.
Original fee not used, scope and new fee in new proposal.
Item removed by the City.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33226
Tel 305-908-1420 Fax 305-264-1805 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 3 of 28
Tetra Tech was also asked to evaluate which tasks from the original contract could be removed or
eliminated and to provide a proposal for the tasks, not included in the original contract, needed to
provide the services requested. In November 2021, the City initiated negotiations for the provision of
services for the completion of a 100% Engineering Package for the Brickell Bay Drive Project. Table 1,
above, includes a detail of the fees and tasks of each of the phases, as well as their original and revised
amounts.
2. SCOPE OF WORK FOR ADDITIONAL TASKS FOR PHASE I
Task B2.13 Basis of Design Report (BODR)
This task consists of the preparation of a Basis of Design Report (BODR) that will clearly identify the
basis of design for the project. The BODR will summarize the criteria used in the project. These criteria
may include:
■ Roadway Geometry
■ Coastal, geotechnical, structural, and environmental aspects of the seawall
■ Floodway Impacts/Encroachment
■ Erosion and Sedimentation
■ Site and Regional Topography
■ Storm Drainage and Green Infrastructure
■ Storm surge, coastal flooding and tidal related flooding
■ Sea Level Rise Projections
■ Water Quantity and Quality
■ Protected Species in the area
■ Coastal Wetlands and benthic habitat
■ Cultural Resource Constraints (historic properties and archeology)
■ Mobility Impacts - Pedestrian, Bicycle, Vehicle, and Parking Impacts
■ Land Use, Zoning and Public Policy
■ Urban Design and Visual/Aesthetics
■ Open Space and Recreation
■ Tree canopy
■ Sunshade, solar radiance/urban heat island, and wind/air flow
■ Ecological and Threatened or Endangered Species
■ Community Services, Emergency Services, and Public Safety
■ Construction Impacts
■ Harmonization between public and private properties
■ Environmental Permits (including fatal flaws, schedule and costs)
■ Proposed Lighting and Telecommunication Services
In addition to impact avoidance, the BODR will look for opportunities leading to environmental
enhancement and social benefit. For example, there may be green infrastructure and open space
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 4 of 28
opportunities that can improve storm water quality and enhance the ecosystem as well as offer an
improved waterfront experience while mitigating flood risk.
Deliverables:
■ Basis of Design Report
Task B2.14 Dedicated Allowance for Pump Station Siting and H/H Evaluation
Tetra Tech will utilize the calibrated model developed as part of the City's Storm Water Master Plan
(SWMP) as a base to support the pump station siting analysis. Tetra Tech will estimate design flow
rates using the SWMP model provided by the City. The drainage area tributary to the storm sewer and
pump station will be reviewed and updated if necessary. The Hydraulic and Hydrologic (H/H) analysis
will identify anticipated design flow rates based on identified criteria, which, in turn will be used to
identify the like capacity of a PS. The identified capacities associated with different options will then
be used in conjunction with prior City analysis to identify the space necessary for the PS. The pump
station may include wells, water quality structures, electrical control panel elevated in a platform, etc.
However, the design of these elements is not part of this Scope of Work as agreed with the City of
Miami.
Alternatives will include:
• Regional pump station at SWMP proposed site (end of 12" Street) and conveyance piping to
serve the area.
• Local pump station in the right of way along Brickell Bay Drive. The largest spaces are either
at 15th and Brickell Bay Drive or 14th at Brickell Bay Drive. This pump station would be sized to
provide service to the immediate project area with provision for overland flow likely to reach
Brickell Bay Drive. Overland flow contribution would be based on a 5-year event. It is expected
that this overland flow would be redirected in the future. For this alternative, the future
regional pump station will be assumed at 12' Street with conveyance piping as included in
the SWMP.
• Local or regional pump station on a private parcel located off Brickell Bay Drive or another
site that the City identifies as institutionally feasible. The City must confirm that acquisition
of private property is feasible and should be explored. For the local pump station option, a
future regional pump station at 12th Street will be assumed.
After the completion of the H/H analysis, Tetra Tech will perform an evaluation to determine the best
location for the proposed stormwater pump station. The determination of the preferred location will
be made based on available space, utility conflicts, proximity to the project area, and other factors
that may impact the construction and operation of the pump station. Three sites will be evaluated.
Once the sites have been identified, a draft technical memorandum (TM) including renderings of the
three sites will be prepared and submitted to the City for review. Subsequently, a meeting with City
staff will be scheduled to discuss the draft TM.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 5 of 28
Comparative costs will be included for the different options. The costs will be presented for both near
term and long-term implementation. The costs are intended for comparison purposes and will use
the standard unit prices included in the SWMP. Land acquisition costs for the private parcel will be
based on value of land per current tax assessment.
Tetra Tech will modify the TM pursuant to City's comments, and issue final TM summarizing the
findings.
Deliverables:
■ H&H Report identifying assumptions, documenting model runs and identifying the pump
station size.
■ Draft Technical Memorandum
■ Three Renderings
■ Final Technical Memorandum
Task B2.15 Dedicated Allowance for Art Sculpture Assessment
A sub -consultant suggested by the City of Miami, will conduct a Value Assessment Report to
determine if one of the art pieces located within the project limits could be decommissioned or
relocated. This information will be provided to the City of Miami Public Arts Board for approval. All
work under this sub -task will be coordinated through the City of Miami's project manager.
Attendance to any meetings by Tetra Tech staff or the structural evaluation is not anticipated.
However, attendance may be possible if the funds in this allowance are available.
Deliverables:
■ Value Assessment Report
3. SCOPE OF WORK FOR BASE TASKS IN AMENDED SCOPE
The project as assumed in this scope will include new and or replacement infrastructure on Brickell
Bay Drive from SE 14th Street to SE 15th Road. The Project area boundary as defined by the City is a
60-foot right of way (ROW) between these limits. The following are elements of the project are
assumed in this scope of work:
Seawall: New seawall placed on the water side of the existing seawall and connecting to the existing
seawall north and south of project area. All construction activities assumed within 10 feet of existing
wall. Assumed a minimum seawall height to elevation 6.0 feet (NAVD) or other heights as determined
by the design team and approved by regulatory agencies inclusive of the City.
The City requested that the new seawall be designed to include the capability to accept an
incremental increase in the height of the seawall cap at some time in the future. This task will involve
the selection of the appropriate elevation increment, the enhanced design necessary to handle the
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 6 of 28
higher load cases involved in a higher seawall and the design of connection methods to effectively
transmit loads associated with the higher cap into the originally designed wall.
Roadway: Reconstructed roadway with various geometry changes, which may include elevating the
roadway, shifting the roadway within the right of way, changing the roadway width, and providing
planned turning locations to potentially accommodate one way traffic.
Stormwater Management System: The proposed improvements will meet or exceed the Miami -Dade
County Department of Regulatory and Economic Resources (RER) requirements and will include:
• Storm sewers along SE 14th Street, SE 15th Road and Brickell Bay Drive.
• Consideration of green stormwater infrastructure to address water quality requirements.
Green space: Green space consistent with the waterfront development standards.
The City has requested to maintain or relocate the neighborhood gateway sign currently located on
Brickell Bay Drive and SE 15th Road.
The additional scope of this project, not included in the March 3, 2021 NTP, has been divided into
various tasks that are described below.
Task 1. Coordination Meetings and Presentations
The purpose of this task is to work with the City to develop improvements that will satisfy the
project vision goals and objectives as well as the requirements of the funding and regulatory
agencies having jurisdiction over the project. Tetra Tech will coordinate activities,
correspondence, reports, and other communication related to the Project with the City's Project
Manager. Specific activities include the following:
1.1 Project Meetings and Presentations
Tetra Tech will attend project meetings (including phone calls) with the City's project manager
and other City staff in person or via teleconference through the duration of the project. The
purpose of these meetings is to discuss project's progress and other coordination activities.
The project meetings will be conducted through the completion of the project.
1.2 Other Meetings and Presentations
In addition to the meetings included in the original project agreement, Tetra Tech will attend
up to six (6) project meetings with other consultants and other local government and entities.
The specific project meetings are detailed in Table 2. Tetra Tech staff and subconsultants will
attend the meetings in person or by teleconference. For each meeting conducted, Tetra Tech
will prepare an agenda, prepare materials for the meeting, summarize the meeting
discussion, and prepare meeting minutes.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 7 of 28
Table 2. Meetings and Presentations
Phase
Purpose
Location
Basis of Design Review
Presentation to Review Submission
In Person / Virtual
30% Design Review
Meeting to Discuss 30% Design
In Person / Virtual
60% Design Review
Meeting to Discuss 60% Design
In Person / Virtual
90% Design Review
Meeting to Discuss 90% Design
In Person/ Virtual
NEPA Submittal
Meeting to Discuss NEPA submittal
In Person/ Virtual
Permitting Review
Meeting to Discuss permits
In Person/ Virtual
100% Design Review (bidding
documents) Review
Meeting to Discuss bid documents
In Person/ Virtual
Deliverables:
■ Six (6) meeting agendas and meeting minutes.
Task 2. Additional Surveying Services
2.1 Topographic Survey
Tetra Tech's sub -consultant, Biscayne Engineering, will provide additional surveying services
for the following areas:
• 50-ft beyond the west right-of-way on Brickell Bay Drive (1,300 L.F. ±).
Bounded by SE 14th Street (North) and SE 15th Road (South) and adjacent to the limits of the
existing survey (this segment accounts for an additional 30-ft beyond the right-of-way of
Brickell Bay Drive.
• SE 15th Road (800 L.F. ±, 100-ft ROW)
Bounded by the centerline of Brickell Avenue on the West and Brickell Bay Drive on the East
adjacent to the limits of the existing survey.
• SE 14th Street (250 L.F. ±, 70-ft ROW)
Bounded by the west side of the intersection with the northerly extension of Brickell Bay Drive
to the west and Brickell Bay Drive on the East adjacent to the limits of the existing survey.
• Extended Limits along Biscayne Bay
Portion of Brickell Harbor Condominium property along Biscayne Bay including dock facilities,
a circular deck area, the driveway, and the portion of building facing SE 15th Road.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 8 of 28
Survey limits will extend 50 feet beyond the Westerly right-of-way of Brickell Bay Drive along
the curved portion. At intersecting streets, such as SE 14th Street and SE 15th Road, the survey
limits will be 20 feet beyond their rights -of -way. The Easterly offset along Biscayne Bay will
be 10 feet into the water (seabed elevations at toe of seawall and 10 feet in bay). However,
Premises that are locked and inaccessible will not be included in survey.
The survey, prepared by a State of Florida licensed Professional Surveyor and Mapper/s, will
locate and identify all improvements including, asphalt pavement, pavement markings,
buildings, concrete pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter
boxes, electrical pull boxes, telephone / cable risers, fences, guy wires, utility poles, overhead
electrical lines, culverts, guardrails, pavement limits, headwalls, endwalls, manholes, vaults,
driveways, right-of-way limits, landscaping, trees three (3) inches in diameter or greater,
traffic signage, other signage, pavement striping, any other visible improvements within the
project limits, and any other utility records provided. Specifically, the survey will:
• Provide the rim, top, bottom of structure, and invert elevations of existing sanitary
sewer manholes, drainage culverts, manholes, and catch basins. City shall provide
access to locked and/or restricted access structures. City is responsible for facilitating
access to structures including those within parking spaces that may be obstructed by
parked vehicles.
• Locate and/or provide permanent construction controls on site in State Plane
Coordinates (1983 adjustment) and vertical control based on North American Vertical
Datum of 1988 (NAVD88). Horizontal control data shall be relative to the Florida State
Plane coordinate system, East Zone, North American Datum of 1983/2011
adjustment.
• Show platted rights -of -way, platted easements, and property boundaries (based on
available resources and not title work) on the survey for the project route. Any
easements shown will be based on platted easements. As such, there may be
easements or other exceptions that may affect the property not shown without
having a title search or opinion of title provided to the consultant.
• Recover right-of-way monumentation and/or re-establish to provide rights -of -way
lines throughout limits of project. This will require field recovery of centerline control
and property corners through each listed street.
• Provide a digital terrain model (DTM) of the areas and cut cross sections at 50-foot
intervals along the rights -of -way to extend 20 feet beyond the right-of-way lines and
include elevations at the centerline, edge of pavement, top of curb, back of sidewalk,
low and high points, lane line, drainage ditches (when applicable).
• Provide centerline elevations at 25-foot intervals within the rights -of -way and
roadways. Other elevations will be provided at 50-foot intervals minimum and will
include edge of pavement, flow line, top of curb, and back of sidewalk elevations (and
will extend 20-50 feet beyond the right-of-way lines).
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 9 of 28
• Show survey features, baseline, baseline points, and drainage information, including
inverts, pipe size, material, and direction of visual.
• Prepare digital maps that shall delineate all field collected data as well as existing
limits of nearby public rights -of -way (CAD files will be provided; "dwg", "dgn", and
"tin" files compatible with Autodesk CiviI3D).
2.2 Sovereign Submerged Land Survey
Preliminary research of documents related to the site indicate a small strip of land seaward
of the seawall that may be privately owned bottom. The balance of the site appears to be
sovereign submerged lands of the State of Florida. Therefore, Tetra Tech's sub -consultant,
Biscayne Engineering, will perform a research of the Florida Department of Environmental
Protection (FDEP) Board of Trustees Land Document System and identify any available
documents affecting the submerged lands within the project area. The information will be
plotted and any instruments that affect said submerged lands within the project area will be
referenced in the existing topographic survey. As such, there may be instruments that affect
the project area and are not available in the Board of Trustees Land Document System or
shown without having a title search or opinion of title provided to the City. This proposal does
not include title search related services or indirect costs associated with this type of property
research for ownership or encumbrances.
Deliverables:
■ Topographic Survey (Digital and hard copy, if requested by the City)
■ Sovereign Submerged Land Survey
Task 3. Additional Geotechnical Investigation
Additional geotechnical engineering evaluation and subsurface exploration required for final
design to include:
■ Two additional standard penetration tests (SPTs) boring to support the pump station
siting study (assumed depth of 25 feet).
■ Additional borings and a geotechnical engineering analysis of the boring logs and the
associated laboratory testing results performed as part of the original project
agreement to provide recommended earth pressure values to support the design of the
seawall. The results will be presented in a geotechnical engineering report.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 10 of 28
Deliverables:
■ Geotechnical Report
Task 4. Sub -Surface Exploration
Tetra Tech's sub -consultant, Biscayne Engineering, will perform Subsurface Utility Excavations
(SUE). Twenty (20) test holes will be installed having the minimum size required to expose the
utilities of interest. A report including data sheet for every test hole performed and a summary
table of verified utility detailing the test hole information will be prepared.
Deliverables:
■ SUE Report
Task 5. Hydrologic and Hydraulic Analysis
Tetra Tech will utilize the calibrated model developed as part of the City's Stormwater Master
Plan as a base to develop a hydrologic and hydraulic (H&H) model for the proposed drainage
system along Brickell Bay Drive. Tetra Tech will run the model for the 5-, 10-, 25- and 100-year
storm events. The following items will be completed to perform this analysis.
• Estimate design flow rates using the Master Plan model provided by the City. The drainage
area tributary to the storm sewer and pump station will be reviewed and updated if
necessary. Hydrologic parameters including, but not limited to, percent impervious,
slope, routing methodology, and width from the Master Plan model will be used.
• Simulate proposed storm sewers and pump station in the model to predict design flow
rate, velocity, and hydraulic grade line, to provide a basis for drainage and road design.
• Perform hydraulic calculations to size the proposed pumps, wet well volume, and force
main.
Deliverables:
■ H&H Report
■ Model Files
Task 6. Preparation of 60 Percent Engineering Documents
This task will result in the preparation of a 60-percent design package that will follow the City's
Department of Resiliency and Public Works (RPW) requirements. The package will include
drawings, an outline listing of the technical specification sections that will be included in the final
engineering documents, and a Level 3 opinion of probable construction cost (OPCC) in accordance
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 11 of 28
with the Association for the Advancement of Cost Engineering (AACE). The OPCC will be prepared
by our sub -consultant PCI.
The plans, the outline specifications, and OPCC will be appropriately revised to address any review
comments received. The drawings will be prepared in AutoCAD format and the technical
specifications will be prepared in Microsoft Word format. The drawings will follow the City of
Miami Department RPW Standards. Table 3 shows the anticipated sheets that will be included in
the 60-percent submittal.
Table 3. 60-Percent Drawings List
Drawing
Title
G-1
Cover
G-2
Summary of Quantities
G-2
Notes, Legend, and Abbreviations
G-3
Key Sheet
V-1
Survey (project control)
V-2thru V-5
Survey
G-7 thru G-9
Stormwater Pollution Prevention Plan (SWPPP)
G-10
Stormwater Prevention Plan Details
C-1
Typical Sections
C-2 thru C-6
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-7
Pavement and Markings Details
CG-1 thru CG-5
Civil (Grading and Drainage)
CG-6
Drainage Details
CU-1 thru CU-5
Civil (Drainage and utilities)
CX-1 thru CX-5
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
TTC-1 thru TTC-15
Temporary Traffic Control Plans and Details
S-1
Seawall Typical Section
S-2
Weephole / Drainage Details
S-3
Sections at Northern & Southern Junctions (tie into existing walls)
S-4 thru S-5
Sewall Details
E-1
Site Plan
E-2
General Notes
E-3
Abbreviations and Symbols
E-4 thru E-6
Electrical Demolition
E-7 thru E-10
Power Layout
E-11 thru E-13
Electrical Details
E-10
Riser Diagram and Panel Schedules
SG-1
Seagrass Mitigation
SG-2
Seagrass Mitigation
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 12 of 28
In addition to the engineering drawings listed above, our sub -consultant EDSA will prepare landscape
architectural package to include the following:
• Development and expansion of the approved Concept Design Document package, including the
preparation of a coordinated set of Design Development drawings.
• Further refine design parameters.
• Design coordination meetings with Ownership and Consultant Team.
• Prepare a utility work schedule for the Miami -Dade County Water and Sewer Department
(WASD).
• Prepare electrical drawings, as described above, including photometrics and street and pedestrian
lighting.
• Prepare Design Development documents for landscape and impermeable surfaces, grading,
planting and irrigation system, reviewed and coordinated with other disciplines. Drawings are to
show main design intent and will include:
o The landscape grading and material selection surface drainage of exterior pedestrian
pavements and planting areas
o Design layout of special features and hardscape elements; limited to detailing of aesthetic
elements, shapes, finishes, and effects
o Layout of outdoor site furnishings.
o Exterior planting and landscape design including general species selection.
Deliverables:
60-percent submittal package to include:
■ 60-percent design drawings,
■ outline listing of technical specifications,
■ AACE Class 3 Level OPCC
■ Stamped QA/QC Documentation
■ WASD Utility Work Schedule
Task 7. Preparation of 90 Percent Engineering Documents
Tetra Tech will provide the City Project Manager with a 90-percent design package that will follow
the City's RPW requirements. The package will include drawings, 90-percent technical
specifications, and a Level 2 OPCC in accordance with the AACE. The OPCC will be prepared by our
sub -consultant PCI. The engineering drawings to be submitted will follow RPW requirements.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 13 of 28
In addition, drafts of the technical specification sections will be developed. The plan set, and
specifications will be submitted for review and comment. The drawings will be prepared in
AutoCAD format and the technical specifications will be prepared in Microsoft Word format.
Table 4 shows the anticipated sheets that will be included in the 90-percent submittal:
Table 4. 90-Percent Drawings List
Drawing
G-1
Title =
Cover
G-2
Summary of Quantities
G-2
Notes, Legend, and Abbreviations
G-3
Key Sheet
V-1
Survey (project control)
V-2thru V-5
Survey
G-7 thru G-9
Stormwater Pollution Prevention Plan (SWPPP)
G-10
Stormwater Prevention Plan Details
C-1
Typical Sections
C-2 thru C-6
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-7
Pavement and Markings Details
CG-1 thru CG-5
Civil (Grading and Drainage)
CG-6
Drainage Details
Cu-1 thru CU-5
Civil (Drainage)
CX-1 thru CX-5
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
TTC-1 thru TTC-15
Temporary Traffic Control Plans and Details
S-1
Seawall Typical Section
S-2
Weephole / Drainage Details
S-3
Sections at Northern & Southern Junctions (tie into existing walls)
S-4 thru S-5
Sewall Details
E-1
Site Plan
E-2
General Notes
E-3
Abbreviations and Symbols
E-4 thru E-6
Electrical Demolition
E-7 thru E-10
Power Layout
E-11 thru E-13
Electrical Details
E-10
Riser Diagram and Panel Schedules
SG-1
Seagrass Mitigation
SG-2
Seagrass Mitigation
In addition to the drawings listed above, EDSA will prepare a 90-percent landscape architecture package
to include the following:
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 14 of 28
• Layout Plans — All pedestrian hardscape configurations including terraces, patios, walkways,
pathways, ramps, decks and walls.
• Hardscape Plans — Illustrating all paved pedestrian and special vehicular area surfaces
including materials, pavement patterns, colors, textures and product selection. EDSA will
coordinate with the selected interior designer for outdoor furniture selection and layout.
• Planting Plans — Illustrating all trees, palms, shrubs, ground covers, grasses and aquatic plant
material indicating size, quality, quantity, colors where applicable, planting techniques and
their location in each area.
• Irrigation Plans — EDSA will provide working drawings and written specifications. If an
irrigation system upgrade is required, EDSA will provide water usage calculations sufficient to
obtain a building permit and comply with sustainability goals.
• Landscape Construction Details.
• Landscape Technical Specifications.
The package will also include a Level 2 OPCC in accordance with the AACE. The OPCC will be
prepared by our sub -consultant PCI.
Deliverables:
90-percent submittal package to include:
■ 90-percent design drawings
■ technical specifications
■ AACE Class 2 Level OPCC
■ Stamped QA/QC Documentation
Task 8. Permitting
Tetra Tech will prepare and submit permit applications and supporting documentation necessary
to obtain permits or approvals from the agencies listed below. All permits with the City of Miami
will be submitted electronically utilizing iBuildMiami. Upon approval from the City, permits or
review fees will be paid by the City. Tetra Tech anticipates that the following permits will be
required:
• South Florida Water Management District in Coordination with the Florida Department of
Environmental Protection (FDEP)
o Joint ERP and State 404 Permit
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 15 of 28
■ A maximum of two (2) Requests for Additional Information are assumed for this
permit coordination effort. Includes agency coordination above and beyond the
RAIs, one agency site visit, and development of mitigation plan.
o Dewatering
■ Florida Fish and Wildlife Conservation Commission (FWC)
o Special Activity License
■ Includes application, float plan and post -relocation reporting.
■ Miami -Dade County Department of Regulatory and Economic Resources (RER)
o Class I
■ It is assumed that this application will be processed as a Short Form application
without Board of County Commission approval required.
■ It is assumed that the Project design will be consistent with standard criteria in
Chapter 24 of the Miami -Dade County Code of Ordinances and, therefore, a
variance will not be required from the Environmental Quality Control Board.
■ Department of Environmental Resource Management (Class I) - Includes
signature coordination
o Class II
o Class V
o Water Supply Facilities
o Permitted Sewage Treatment Facilities
• Florida Department of Environmental Protection (FDEP)
• United States Army Corp of Engineers
o Department of Army Section 10
■ Includes development of Public Notice, coordination on mitigation planning.
• City of Miami Building Department
• City of Miami Planning and Zoning
o Tree Permit
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 16 of 28
o Historic and Archaeological
o Arts in Public Places
• City of Miami Resiliency and Public Works Department
o Development and Roadway
o NPDES
• Florida Department of Health (FDOH)
• Miami -Dade County water and Sewer Department (WASD)
• City of Miami Fire Department
• Miami -Dade County Department of Transportation and Public Works (DTPW)
• Miami Parking Authority (MPA)
For all the permits, this task includes coordination (pre -application meetings — except for those
performed under the 30% design), permit drawings, permit application preparation, and
responding to up to two (2) Requests for Additional Information (RAIs).
Deliverables:
■ Permit application submittals.
■ Responses to RFIs
■ Final approved permits.
Task 9. Preparation of 100% Design Documents
Tetra Tech will comply with the comments received from the City and all permitting agencies
as a result of the 90-percent submittal review and will prepare a 100-percent signed and
sealed drawings, technical specifications, an AACE Class 1 Level OPCC, a Critical Path Method
(CPM) schedule, and a final design report. The documents will comply with the City's RPW
requirements. The drawings will be prepared in AutoCAD format and the technical
specifications will be prepared in Microsoft Word format. The engineering and landscape
architectural drawings to be submitted will follow RPW requirements.
Deliverables:
100-percent submittal package to include:
■ 100-percent design drawings
■ technical specifications
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 17 of 28
■ final design report
■ AACE Class 1 Level OPCC
■ CPM Schedule, and
■ Stamped QA/QC Documentation
Task 10. Bid and Award Services
Bidding and award activities will be led by the City. Tetra Tech will conduct the following
services during the bidding and award process:
■ Work with the City staff to provide a master copy of the Bid Package in electronic
format (PDF), addressing any comments after the final submittal. The City shall
distribute bid packages to potential bidders via online plan distribution.
■ Support with addenda. Tetra Tech will respond to technical questions forwarded by
the City for anticipated addenda as part of this scope of services. Consultant will
respond to questions, in the format required by the City, for expedited response time
and will generate necessary supporting documents, as applicable, and submit them
to the City for distribution to registered plan holders.
■ Attend the pre -bid meeting at the City and prepare agenda.
■ Provide support for evaluation of the apparent low bidder's qualifications for
undertaking the work on the project and provide a recommendation of award.
Deliverables:
■ Electronic Copy of the Bid Package
■ Pre -bid meeting agenda and meeting minutes
■ Recommendation to award
Task 11. Construction Administration Services and Project Certification
The construction administration is based on the City's assumed construction duration of
August 2023 — February 2024 (6 months). If the construction duration is extended the level of
effort will change.
Specific activities under this task will include the following:
1. Conform the contract documents at the end of the bidding phase to reflect any changes
to the project design, construction drawings or specifications caused by addenda to bid
packages or changes initiated by the City.
2. Attend one (1) pre -construction conference, prepare agenda and minutes.
3. Attend periodic progress meetings throughout progress of work. Progress meetings will
be held bi-weekly and additional meetings as needed to coordinate work in progress. It
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 18 of 28
is anticipated that twelve (12) meetings, two (2) per month, will be needed at an average
duration of four (4) hours each. Up to two (2) staff from the Consultant will be in
attendance.
4. Make visits to the site at intervals appropriate to the various stages of construction to
observe the progress and quality of the Work. It is anticipated that six (6) site visits, one
per month, with an average visit duration of approximately two (2) hours will be required.
Site visits will be scheduled to coincide with construction progress meetings with City
Staff.
5. Review shop drawings to determine conformance with the design concepts of the project
and compliance with the requirements provided in the contract documents.
6. Review requests for information (RFIs), provide interpretation of construction
documents, and issue written clarifications or interpretations.
7. After the Contractor has provided notice of substantial completion, conduct a substantial
completion, inspection of the Project with the City and distribute a punch list of observed
deficiencies to be completed by the Contractor prior to the final completion date. The
project will be certified substantially complete only if the work is sufficiently complete in
accordance with the contract documents, so that the work can be utilized for the
purposes for which it is intended.
8. Conduct a final completion inspection of the Project with the City to determine if Work is
finally complete and compile and distribute a punch list of items to be addressed.
Conduct a reinspection to confirm that final completion punch list items have been
addressed and subsequently provide a final signed and sealed completion certification to
the City. This will constitute the final project certification.
9. Review the Contractor's as -built submittals monthly for adequacy and review listing of
deviations from the construction permit and approved construction documents. Prepare
record drawings for the City's use from information provided by the Contractor,
delineating the dimensions, location, and elevation of all facilities constructed. Provide
the City with one (1) electronic file of record drawings in AutoCAD current release, one
(1) set of reproducible and three (3) sets of prints of the record drawings.
10. Provide final regulatory certifications at the completion of construction.
Deliverables:
■ Conformed Design Package including conformed drawing and technical
specifications
■ Pre -construction meeting agenda and minutes
■ Reviewed Shop Drawing Submittals
■ Responses to RFIs
■ Site Visit Field Notes and Photographs
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 19 of 28
■ Substantial Completion Punch List
■ Permitting agencies certifications, as needed
Task 12. Public Engagement
The public engagement plan is designed to inform all stakeholders of the project and its
benefits and to facilitate their acceptance through a communications campaign that solicits
and incorporates meaningful feedback from all stakeholders. This proposal includes
informing, educating, and helping update local residents, businesses and neighboring
stakeholders on the benefits and progress of the program during the construction phase.
Specific tasks include:
• Messaging: Support City staff in creating messages, advisories, talking points and
social media content as appropriate.
• Outreach: Serve as the project's public information office in outreach and delivery of
information to residents, businesses and homeowner and business associations.
Deliverables:
Deliverables may include:
■ Website Materials
■ Notes
■ Outreach Scripts
Task 13. Benthic Survey
Based on information collected during the performance of a biological survey, additional
marine surveys to map the limits of the marine resources that may be directly or indirectly
affected by project related activities are necessary to complete the project design and obtain
the required permits.
Tetra Tech's biologists will conduct a seagrass survey of the Project area during the federally
recognized seagrass growing season (June 1 through September 30 in Miami -Dade County).
The seagrass survey will be conducted in accordance with the National Marine Fisheries
Service (NMFS) recommendations contained within the Final Recovery Plan for Johnson's
Seagrass, September 2002.This survey will also be used to qualify and quantify impacts for
project permits. The survey will map to locations of any existing marine resources in the
vicinity of the seawall. The limits of the survey will be the same as the physical survey, that is
a 50 ft wide strip fronting the full length of the seawall.
Deliverables:
■ Benthic Survey and Report
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 20 of 28
Task 14. Coastal Modeling
Using climate change scenarios selected for the project (sea level rise, extreme precipitation,
storm surge, temperature, etc.), each of the design alternatives will be modeled to
understand protection from storm surge as well as impacts to drainage during large rainstorm
events. Storm surge modeling will be performed using NOAA's public domain model
framework SLOSH which has been used extensively for such modeling in Southeast Florida.
Model outcomes may be used to refine the selected alternative.
Deliverables:
■ Model Summary Report
4. SCOPE OF WORK FOR ADDITIONAL TASKS
Activities described below will only be performed upon approval from the City of Miami at its sole
discretion.
Task 15. Dedicated Allowance for Marine Resource Mitigation
This task includes the sub -tasks listed below:
15.1. Location of Marine Resource Mitigation site(s)
In May 2021, Tetra Tech performed a marine resource survey along the existing seawall
that identified the presence of coral and seagrass species. As such, project activities will
require mitigation and likely involve an offsite area that is suitable for relocating corals
and seagrass. Tetra Tech will coordinate with the stakeholders to determine potentially
suitable mitigation sites. The location of the offsite area(s) and the investigations
necessary to obtain use of the site will be necessary as a possible regulatory permit special
condition.
15.2. Harvesting and Transplanting of Corals
It is assumed that the coral and possibly the seagrass species can be harvested,
appropriately cached, and transplanted to the selected marine resource mitigation site in
at least partial fulfillment of any mitigation requirements. This task is limited to the
harvesting of corals from the seawall and transplanting to a local site within
approximately 5 nautical miles from the project area.
15.3. Other Mitigation
Planning, design, and execution of any additional marine resource mitigation as required
by regulatory permit special conditions will need to be done. This task involves the
identification of the supplemental mitigation required, the location of possible mitigation
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 21 of 28
sites, design of the mitigation program and submittal/approval of a mitigation plan to the
regulatory agencies.
Task 16. Dedicated Allowance for National Environmental Policy Act (NEPA) Support
The Federal Emergency Management Agency (FEMA) follows the NEPA process in its funding
decision making process. This task assumes that an environmental assessment (EA) will be
required to justify FEMA's funding of the project and that the preparation of the EA can be
done as part of the project development scope of work. The task will prepare an EA that
meets the requirements of the Council for Environmental Quality guidelines.
The primary components of the EA include:
• Purpose and Need
• Preferred Action and Alternatives
• Affected Environment
• Environmental Consequences
During the review of an EA, a determination may be made that the environmental impacts of
the proposed action are significant enough to require the more extensive environmental
review represented by an environmental impact statement (EIS). In the event that such a
determination is made that requires the development of an EIS then a separate proposal for
this effort will be provided.
Deliverables:
■ Draft EA
■ Final EA
Task 17. Dedicated Allowance for Benefit -Cost Analysis Support (BCA)
This task is provided as an allowance if it is more advantageous for the City to develop
scenarios for the hydrologic and hydraulic performance of the selected project relative to the
Benefit Cost Analysis (BCA) required for the grant. If beneficial to the City, Tetra Tech will
prepare multiple analyses showing the reduction in damage as a result of the project. This
would be submitted as a BCA related Hydraulic and Hydrologic Study.
The Hydraulic & Hydrologic study will contain a series of scenarios, based on various
frequencies of occurrence, and potentially including sea level rise, various storm surge
conditions, and wave overtopping. The scenarios will demonstrate the before and after
benefits provided by the project in comparison to the existing conditions. The work included
in this allowance is limited to the evaluation of frequency and depth of water storage behind
the wall that may result in property damage or disruption. This analysis will include the
physical limits of flooding and the depth of flooding.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 22 of 28
It is understood that the granting agency actually performs the BCA with data provided by the
City (or other sources) relative to property values and disruption related costs.
5. SUB -CONSULTANTS
The below listed Sub -Consultants will assist in the performance of the Work.
Table 5. Sub -Consultants
Sub -Consultant Name
Specialty or Expertise
EDSA
Landscape Architect
Biscayne Engineering
Surveying
PCI
Cost Estimating and Scheduling
Wragg & Casas
Public Engagement
Geosol
Geotechnical Engineering
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 23 of 28
6. SCHEDULE OF WORK — TIME OF PERFORMANCE
Table 6. Schedule of Deliverables for Base Task
Task, Major Task, Sub -Task, Activity, or Deliverable Duration
Sub- (Weeks)
task, or
Activity
ID # 1
Delivery Date*
1
Coordination Meetings and Presentations
104
NTP + 104 Weeks
January 30, 2024
2
Additional Surveying Services
6
NTP + 6 Weeks
March 15, 2022
3
Additional Geotechnical Investigation
6
NTP + 6 Weeks
March 15, 2022
4
Sub -Surface Exploration
8
NTP + 12 Weeks
April 26, 2022
5
Hydrologic and Hydraulic Analysis
8
NTP + 8 Weeks
March 29, 2022
6
Preparation of 60-percent Engineering Documents
12
NTP + 18 Weeks
June 7, 2022
7
Preparation of 90-percent Engineering Documents
8
NTP +26 Weeks
August 2, 2022
8
Permitting
24***
NTP + 50 Weeks
January 17, 2023
9
Preparation of 100-percent Engineering Documents
9
NTP + 59 Weeks
March 27, 2023
10
Bid and Award Services
28
NTP + 87 Weeks
October 13, 2023
11
Construction Administration Services
24**
TBD
12
Public Engagement
104
NTP + 104 Weeks
13
Benthic Survey
4
NTP +34 Weeks
September 30, 2022
14
Coastal Modeling
8
NTP + 14 Weeks
May 10, 2022
15
Marine Resource Mitigation
TBD
TBD
16
National Environmental Policy Act (NEPA) Support
(Allowance)
TBD
TBD
17
Benefit -Cost Analysis Support (BCA) (Allowance)
TBD
TBD
* An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt
of the NTP. All Dates are approximated based on an estimate NTP date of February 1, 2022
**Based on a 6-month construction schedule as indicated in communications received from the City. Additional fees will be
required if the construction time is extended.
***Estimated duration. Dependent of Permitting Agencies
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-142o Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 24 of 28
7. COMPENSATION
Consultant shall perform the Tasks detailed in this Proposal for a fee of $1,919,753.00. This includes
a Lump Sum amount of $1,282,680.11; a not to exceed (NTE) amount of $261,336.40 for tasks 1 and
11; limiting amount allowances for tasks 15, 16, and 17 totaling $211,334.84; a reimbursable expenses
allowance in the amount of $10,000; and a miscellaneous allowance of $154,401.64 for additional
services, equivalent to 10 percent of the total.
The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation
beyond this amount. Said fee includes an allowance for reimbursable expenses required in
connection with the work, which shall not exceed $10,000.00. Said Reimbursable Expenses shall be
used in accordance with the Agreement Provisions and shall conform to the limitations of Florida
Statutes 112.061. Table 7 includes a breakdown by task:
Table 7. Summary of Compensation — Base Tasks
Task,
Sub -task,
or
Activity
ID #
Major Task, Sub -Task, Activity, or Deliverable
I
Fee Amount
Fee Basis
Phase I
A2.03
Coordination Meetings & Presentations
$30,004.44
Lump Sum
A2.04
Vision Statement Goals Objectives
$20,000.00
Lump Sum
A2.05
Civil Engineering and Design Services
$200,623.71
Lump Sum
A2.06
Adaptation Planning
$143,462.01
Lump Sum
A2.07
Real Estate Impact Assessment
$61,085.25
Lump Sum
A2.08
Design Alternative Analysis
$173,824.32
Lump Sum
A2.09
Design Criteria / Guidelines
$0.00
Lump Sum
A2.10
Public Engagement
$14,067.32
Lump Sum
A2.11
Design and Engineering (DCP, 30% Plans and
Specifications)
$144,400.77
Lump Sum
A2.12
Cultural Assessments Services (NTE Allowance)
$ 5,000.00
Lump Sum*
B2.13
(new) Basis of Design Report (BODR)
$62,762.70
Lump Sum
Phase I Sub -Total
$855,230.52
Lump Sum
B2.14
(new) Dedicated Allowance Pump Station Siting Study and
H/H Evaluation
$67,831.55
Lump Sum*
B2.15
(new) Dedicated Allowance for Art Sculpture Assessment
$15,000.00
Limiting
Amount*
Phase I — Sub -Total Allowances
$82,831.55
Reimbursable Expenses
$ 2,900.00
Direct
Expense*
Contingency (NTE Allowance)
$5,037.93
NTE*
Phase I Total
946,000.00
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-142o Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 25 of 28
Table 7. Summary of Compensation — Base Tasks
Task,
Sub -task,
or
Activity
ID #
Major Task, Sub -Task, Activity, or Deliverable
Fee Amount
Fee Basis
Phase II
1
Coordination Meetings and Presentations
$103,648.90
NTE*
2
Additional Surveying Services
$33,819.40
Lump Sum
3
Additional Geotechnical Investigation
$14,943.60
Lump Sum
4
Sub -Surface Exploration
$9,013.60
Lump Sum
5
Hydrologic and Hydraulic Analysis
$64,681.60
Lump Sum
6
Preparation of 60-percent Engineering Documents
$376,122.80
Lump Sum
7
Preparation of 90-percent Engineering Documents
$318,440.40
Lump Sum
8
Permitting
$126,381.28
Lump Sum
9
Preparation of 100-percent Engineering Documents
$164,229.60
Lump Sum
10
Bid and Award Services
$37,111.30
Lump Sum
11
Construction Administration Services (6months)
$157,687.50
NTE*
12
Public Engagement
$42,897.73
Lump Sum
13
Benthic Survey
$47,890.60
Lump Sum
14
Coastal Modeling to Support the Selected Alternative
$47,148.20
Lump Sum
Sub -Total Phase II
$1,544,016.51
15
Dedicated Allowance for Marine Resource Mitigation
$88,131.24
Limiting
Amount*
16
Dedicated Allowance for National Environmental Policy
Act (NEPA) Support
$73,384.50
Limiting
Amount*
17
Dedicated Allowance for Benefit -Cost Analysis Support
(BCA)
$49,819.10
Limiting
Amount*
Sub -Total Dedicated Allowances — Phase II
$211,334.60
Limiting
Amount*
Reimbursable Expenses
$10,000.00
Direct
Expense*
Owner's Contingency Allowance (10% of Sub -Total Phase
II)
$154,401.65
Limiting
Amount*
Total Phase II
$1,919,753.00
Total Phase I and Phase II
$2,865,753.00
*At the discretion of the City of Miami, the Consultant shall receive approval prior to proceed with work
under this task.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-142o Fax 3o5-264-18o5 www.tetratech.com
Table 8 includes a breakdown by Consultant:
Table 8. Base Services Totals Per Company
Base Services Totals
per Company
Tetra Tech
$1,319,275.98
EDSA
$258,614.70
Biscayne Engineering
$38,068.30
PCI
$89,520.00
Wragg & Casas
$36,216.13
Geosol
$13,656.00
8. ADDITIONAL SERVICES
Mr. Carrasquillo
November 19, 2021
Page 26 of 28
The City may establish an allowance for additional services requested by the City and for unforeseen
circumstances, which shall be utilized at the sole discretion of the City. Services that are required of
Tetra Tech and are not defined in the scope of work above, shall be considered additional services.
Tetra Tech understands that when any item/issue exceeds the approved scope of work identified in
this proposal, a written document will be submitted to the City Project Manager for review and
approval. Additional work will not commence until Tetra Tech has received a signed Addendum to
Contract from the City. Scope increases or charges to previously approved work requiring added
professional services will be charged in accordance with our Professional Services Agreement. No
additional services will be undertaken without prior written approval from the City.
9. ASSUMPTIONS
This proposal was prepared assuming the following:
• All permit fees will be paid by the City.
• No Title work Search will be performed by Tetra Tech or its sub -consultants. Any title research
will be provided by the City.
• All drainage and roadway work, will be implemented on existing rights -of -way or City owned
property.
• Pump station design is excluded from this proposal as requested by the City of Miami.
• Survey of manhole connections are not included
• Archeological monitoring during construction will be the responsibility of the Contractor.
• Mean High Water Line or Tidal Water Survey (Water levels will not be considered).
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 27 of 28
• No utility design for upgrades or relocation for water, sewer, electrical, communications, gas or
other utilities is included in this proposal.
• Seagrass mitigation is dependent on the health and availability of a viable recipient site. Due to
the number of unknowns associated with seagrass mitigation at this time, a separate scope of
work will be provided when feedback from the resource agencies and research of viable recipient
sites is determined.
• Right-of-way lines will be based on plats, the City of Miami Municipal Atlas, and information
available on the Miami -Dade County Property Appraiser's website (Surveyor cannot "confirm"
Right-of-way lines without title work and will depict Right-of-way lines based on the
aforementioned resources).
• Bidding and contractual documents (front end documents) will be provided by the City.
• Bidding services beyond what is outlined in this scope of work related to bid protest or issues
arising during the bidding process are not included in this proposal.
• Construction Inspection Services are not included in this proposal.
• Project Contract documents will be prepared by the City
• Work in additional areas is not included.
• Public art design is excluded.
• Wayfinding design is excluded.
• It is assumed that the City's stormwater model constructed as part of the Master Plan project is
operational, calibrated and requires no modifications to the existing systems depicted in the
model. We assume that the model is correct and usable for alternatives and design purposes.
• If needed, a dewatering permit during construction will be procured by the Contractor.
• Special inspections are excluded from our scope.
• Identification of the losses before and after mitigation (structural, content, displacement, road
closure duration, or any other needed to show the improvements after the mitigation project is
implemented) are not included. This includes, but is not limited to, the existing and proposed
hydrology and hydraulics for the level of event being mitigated.
• Structural design of temporary piling/cofferdam measures is not included.
• Easement Agreements for adjacent property owners are excluded.
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
Mr. Carrasquillo
November 19, 2021
Page 28 of 28
• Environmental investigations, Phase I audits, or other environmental mitigation not specifically
described is not included.
• Any coordination with utility companies or meetings are excluded except for those with the
Miami -Dade County Water and Sewer Department (WASD). It is the responsibility of the City to
coordinate the relocation of utilities.
• Excluded services can be provided for additional fee beyond that presented herein, if requested.
10. PROJECT MANAGER
CONSULTANT'S Project Manager for this Work Order assignment will be Kenneth Caban, P.E.
Submitted by:
TETRA TECH, INC.
Kenneth Caban, P.E.
Reviewed and approval in concept recommended by:
CITY OF MIAMI
Hector Badia
Interim Director
Office of Capital Improvements
6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126
Tel 3o5-9o8-1420 Fax 3o5-264-18o5 www.tetratech.com
City of Miami
Design Criteria Professional for Brickell Bay Drive
RFQ No. 18-19-042
B-193802
11/9/2021
Task
Tetra Tech
EDSA
PCI
Biscayne
Wragg & Casas
Geosol
Total
1
Coordination Meetings and Presentations
$ 103,648.90
$ 103,648.90
2
Additional Surveying Services
$ 4,468.90
$ 29,350.50
$ 33,819.40
3
Additional Geotechnical Investigation
$ 1,287.60
$ 13,656.00
$ 14,943.60
4
Sub -Surface Exploration
$ 295.80
$ 8,717.80
$ 9,013.60
5
Hydrologic and Hydraulic Analysis
$ 64,681.60
$ 64,681.60
6
Preparation of 60-Percent Eng. Drawings
$ 253,929.80
$ 98,323.00
$ 23,870.00
$ 376,122.80
7
Preparation of 90-Percent Eng. Drawings
$ 205,427.30
$ 89,143.10
$ 23,870.00
$ 318,440.40
8
Permitting
$ 126,381.28
$ 126,381.28
9
Preparation of 100-Percent Eng. Drawings
$ 98,304.20
$ 24,145.40
$ 41,780.00
$ 164,229.60
10
Bid and Award Services
$ 37,111.30
$ 37,111.30
11
Construction Administration Services
$ 110,684.30
$ 47,003.20
$ 157,687.50
12
Public Engagement
$ 6,681.60
$ 36,216.13
$ 42,897.73
13
Benthic Survey
$ 47,890.60
$ 47,890.60
14
Coastal Modeling
$ 47,148.20
$ 47,148.20
15
Marine Resorce Mitigation (Allowance)
$ 88,131.00
$ 88,131.00
16
NEPA Support (Allowance)
$ 73,384.50
$ 73,384.50
17
BCA Support (NTE)
$ 49,819.10
$ 49,819.10
Reimbursable Expenses
$ 10,000.00
Totals
$ 1,319,275.98
$ 258,614.70
$ 89,520.00
$ 38,068.30
$ 36,216.13
$ 13,656.00
$ 1,765,351.11
Notes: Tetra Tech's detailed sheets, include mu tiple engineers that have the same clasification and negotiated salaries in one column.
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/9/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
name
Rate: $68.97
Project
name
Rate:
Manager
$68.97
d Engineer
name
Rate:
/ Tech Exi
$67.24
Sr. Engineer 1
name
Rate: $65.52
Project
name
Rate:
Engineer 1
$51.03
Engineer 2
name
Rate: $38.28
Sr. Scientist 2
name
Rate: 59.31
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 Coordination Meetings and Presentations
37
$2,552
270
$18,622
92
$6,186
89
$5,831
43
$2,550
531
$35,741
$67.31
2 Additional Surveying Services
2
$138
20
$1,021
10
$383
32
$1,541
$48.17
3 Additional Geotechnical Investigation
2
$138
6
$306
8
$444
$55.52
4 Sub -Surface Exploration
2
$102
2
$102
$51.03
5 Hydrologic and Hydraulic Analysis
2
$138
12
$828
40
$2,690
160
$10,483
40
$2,041
160
$6,125
414
$22,304
$53.88
6 Bid and Award Services
2
$138
30
$2,069
58
$3,900
32
$2,097
30
$1,531
80
$3,062
232
$12,797
$55.16
7 Construction Administration Services
49
$3,380
60
$4,034
92
$6,028
387
$19,749
130
$4,976
718
$38,167
$53.16
8 Public Engagement
4
$276
12
$828
12
$807
6
$393
34
$2,304
$67.75
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
45
377
262
379
485
380
43
1,971
Total Staff Cost
$3,103.65
$26,001.69
$17,616.88
$24,832.08
$24,749.55
$14,546.40
$2,550.33
$113,400.58
$57.53
Total % of Work by Position
2.3%
19.1%
13.3%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
19.2% 24.6% 19.3% 2.2%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant: EDSA
Subconsultant: PCI
Wragg & Casas
Biscayne Engineering
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$328,861.68
$258,614.70
$89,520.00
$36,216.13
$38,068.30
$751,280.81
$13, 656.00
$764,936.81
$764,936.81
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements - Permitting
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/5/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Project Manager
Rate: $68.97
L. Eng./
name
Rate:
Tech. Expert
$67.24
Sr. Scientist 2
name
Rate: $59.31
Project Engineer 1
name
Rate: $51.03
Engineer 2
name
Rate: $38.28
Sr GIS Analyst
name
Rate: $44.14
r. Project Administrate
name
Rate: 30.34
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 RER - Class I
2
$138
42
$2,824
60
$3,559
12
$459
8
$353
12
$364
136
$7,697
$56.60
2 RER - Class 11
4
$276
1
$67
8
$408
10
$383
23
$1,134
$49.31
3 RER - Class V
4
$276
1
$67
8
$408
10
$383
23
$1,134
$49.31
4 RER-Water Supplies Facilites
4
$276
1
$67
10
$510
10
$383
25
$1,236
$49.45
5 RER-Permitted Sewage Facilities
4
$276
1
$67
10
$510
10
$383
25
$1,236
$49.45
6 SFWMD-Dewatering
4
$276
1
$67
12
$612
10
$383
27
$1,338
$49.57
7 FDOH
2
$138
2
$134
8
$408
6
$230
18
$910
$50.57
8 FDEP - Drainage Wells
2
$138
4
$269
8
$408
6
$230
20
$1,045
$52.24
9 FDEP - NPDES
2
$138
2
$102
4
$240
$60.00
10 FDEP -Joint ERP and State 404
2
$138
64
$4,303
76
$4,508
8
$408
12
$459
28
$850
190
$10,666
$56.14
11 FWC - Special Activity License
18
$1,210
16
$949
34
$2,159
$63.51
12 USACE - Department of Army Section 10
2
$138
70
$4,707
60
$3,559
16
$817
8
$306
8
$353
12
$364
176
$10,243
$58.20
13 COM - Tree
2
$138
8
$408
4
$153
14
$699
$49.95
14 COM - Public Works Drainage
2
$138
4
$269
8
$408
8
$306
22
$1,121
$50.97
15 COM - Public Works Roadway
2
$138
1
$67
6
$306
4
$153
13
$664
$51.11
16 COM- Building
1
$69
8
$408
2
$77
11
$554
$50.34
17 COM - Zoning
1
$69
8
$408
9
$477
$53.03
18 COM - Fire
1
$69
4
$204
5
$273
$54.62
19 COM - Art in Public Places
1
$69
4
$204
5
$273
$54.62
20 COM - Historic and Archaeological Review
1
$69
8
$408
9
$477
$53.03
21
22
23
24
25
26
27
Total Staff Hours
43
210
212
144
112
16
52
789
Total Staff Cost
$2,965.52
$14,120.69
$12,573.79
$7,348.97
$4,286.90
$706.21
$1,577.68
$43,579.75
$55.23
Total % of Work by Position
5.4%
26.6%
26.9%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
18.3% 14.2% 2.0% 6.6%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$126,381.27
$126,381.27
$126,381.27
$126,381.27
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/18/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Principal
name
Project
name
Manager
Lead
name
Engineer
Sr. Engineer 1
name
Project
name
Engineer 1
Engineer 2
name
CAD Designer
name
Staff Hours
Salary
Average
Applicable Rate
Rate: $68.97
Rate: $68.97
Rate: $67.24
Rate: $65.52
Rate: $51.03
Rate: $38.28
Rate: 35.52
By
Cost By
Rate Per
Work Activity
Man
Cost/
Man
Cost/
Man
Cost/
Man
Cost/
Man
Cost/
Man
Cost/
Man
Cost/
Activity
Activity
Task
hours
Activity
hours
Activity
hours
Activity
hours
Activity
hours
Activity
hours
Activity
hours
Activity
1 Preparation of 60-Percent Engineering Documents
12
$828
100
$6,897
200
$13,448
368
$24,111
250
$12,758
400
$15,312
400
$14,208
1,730
$87,562
$50.61
2 Preparation of 90-Percent Engineering Documents
12
$828
80
$5,518
160
$10,758
300
$19,656
220
$11,227
300
$11,484
320
$11,366
1,392
$70,837
$50.89
3 Preparation of 100-Percent Engineering Documents
6
$414
24
$1,655
80
$5,379
120
$7,862
120
$6,124
140
$5,359
200
$7,104
690
$33,898
$49.13
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
30
204
440
788
590
840
920
3,812
Total Staff Cost
$2,069.10
$14,069.88
$29,585.60
$51,629.76
$30,107.70
$32,155.20
$32,678.40
$192,295.64
$50.44
Total % of Work by Position
0.8%
5.4%
11.5%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
20.7% 15.5% 22.0% 24.1%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$557,657.36
$557,657.36
$557,657.36
$10, 000.00
$567,657.36
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/5/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Project
Rate:
Manager
$68.97
Engineer
name
Rate:
/ Technical E
$67.24
Sr. Scientist 2
name
Rate: $59.31
Project Engineer 1
name
Rate: $51.03
Engineer 2
name
Rate: $38.28
Sr GIS Analyst
name
Rate: $44.14
r. Project Administrate
name
Rate: 30.34
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 Benthic Survey
10
$690
6
$403
260
$15,421
276
$16,514
$59.83
2 Coastal Modeling
8
$552
140
$9,414
12
$712
16
$817
72
$2,756
40
$1,766
8
$243
296
$16,258
$54.93
3 Marine Resource Mitigation
4
$276
140
$9,414
288
$17,081
60
$2,648
32
$971
524
$30,390
$58.00
4 NEPA Support
8
$552
40
$2,690
220
$13,048
120
$6,124
30
$1,148
12
$530
40
$1,214
470
$25,305
$53.84
5 BCA Support
12
$828
24
$1,614
160
$8,166
140
$5,359
40
$1,214
376
$17,179
$45.69
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
42
350
780
296
242
112
120
1,942
Total Staff Cost
$2,896.55
$23,534.48
$46,262.07
$15,106.21
$9,262.76
$4,943.45
$3,640.80
$105,646.32
$54.40
Total % of Work by Position
2.2%
18.0%
40.2%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
15.2% 12.5% 5.8% 6.2%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$306,374.32
$306,374.32
$306,374.32
$306,374.32
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/9/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
name
Rate: $68.97
Project
name
Rate:
Manager
$68.97
Lead
name
Rate:
Engineer
$67.24
Sr. Engineer 1
name
Rate: $65.52
Project
name
Rate:
Engineer 1
$51.03
Engineer 2
name
Rate: $38.28
CAD Designer
name
Rate: 35.52
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 Basis of Desing Report
1
$69
10
$690
50
$3,362
60
$3,931
80
$4,082
24
$919
225
$13,053
$58.01
2 Pump Station Sitting and H/H Evaluation
2
$138
40
$2,759
50
$3,362
70
$4,586
80
$4,082
140
$5,359
382
$20,287
$53.11
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
3
50
100
130
160
164
607
Total Staff Cost
$206.91
$3,448.50
$6,724.00
$8,517.60
$8,164.80
$6,277.92
$33,339.73
$54.93
Total % of Work by Position
0.5%
8.2%
16.5%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
21.4% 26.4% 27.0%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$96,685.22
$96,685.22
$96,685.22
$10, 000.00
$106,685.22
edsai
17 March 2021
18 August 2021- Proposal Amendment- V2 _Fee Update 12 November 2021
Kenneth L. Caban, PE, BCEE I Vice President
Southeast Florida Regional Manager
Direct: 954.364.1752 I Cell: 305.849.3404 I Fax: 954.308.3512
ken.caban@tetratech.com
Tetra Tech I Resilient Sustainable Infrastructure Division
4601 Sheridan Street I Suite 212 I Hollywood, FL 33021 1 www.tetratech.com
Re: Brickell Bay Drive Improvements I Landscape Architecture Services
Dear Ken,
EDSA is pleased to offer you the following proposal for Landscape Architectural Services to develop the Brickell Bay
Improvements project in tandem with the Tetra Tech team. We understand that this waterfront project is a pivotal one for
the City of Miami to create a memorable public realm along this iconic waterfront which is resilient to the environmental
impacts which are very evident within South Florida. We welcome the opportunity to collaborate with Tetra Tech on this
exciting project. With our extensive experience in urban design, hospitality and public realm work, we feel confident that
we can assist in creating a desirable destination with a unified sense of place.
As per our call on August 4 and August 17, 2021, we understand that the City of Miami and Tetra Tech are requesting that
we amend our agreement from a Design -Build structure to a Design Build Bid structure in an effort to capitalize and
secure FEMA fees for the project. We understand that the previous proposal for the following tasks will remain as per the
agreement with the exception of Stage 3.4 which will be retitled "Basis of Design Report". EDSA's Scope of Services and
deliverables under the current agreement will remain as is.
Original Agreement
Stage 1 (A2.03.1) Project Kickoff
Stage 2 (A2.05) Data Compilation
Stage 3 (A2.08) Design Criteria / Guidelines (Land Use, Urban Design, Landscape Architecture)
Stage 3.1 Kick-off-
Stage 3.2 Concept Plan Alternates
Stage 3.3 Preferred Concept Plan
Stage 3.4 • Develop Design Guidelines (client support)
Stage 4 (A2.10) Design Develop - 30% Design Development drawings
This new Scope of Services will continue EDSA's involvement in the design process and commence with construction
period services.
We are confident that EDSA's planning and landscape architecture expertise will make us a strong asset for the design
team. Our following proposal addresses the landscape architectural services we feel are appropriate for describing the
Public Realm of the Brickell Bay Drive and offering creative solutions to address the pedestrians and vehicular traffic
coupled with the strong desire to create a resilient frontage for Miami.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 2 of 14
TECHNICAL PROPOSAL
The Project
The City is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th Street to
Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and protect it from future storm
surge and sea level rise while encouraging waterfront connectivity, creating open space, and improving the natural
environment and the local ecosystem. Creating a long-term stewardship structure that protects and enhances quality of
life and public and private investments is essential to keeping the Brickell Bay Drive waterfront area a functional, long-
term resilient and adaptable asset.
EDSA, part of the multidisciplinary team lead by Tetra Tech, will provide landscape architecture and planning assistance
for the Brickell Bay Drive Improvements project. We understand that the City is requesting services necessary to complete
the Design Criteria Package (`DCP') for the City that shall encompass all necessary documents required for the future
advertisement of a Design/Build RFP solicitation. We understand that the urban, engineering, and architectural design
alternatives that will be designed for the Project could have inherent environmental consequences that need to be
considered as part of the DCP. Factors relating to tidal and storm surge, drainage, the ecosystem of Biscayne Bay,
transportation, cultural resources, urban design/visual aspects, open space and recreation, and topography need to be
considered. Provided in this proposal are the specific tasks applicable to the EDSA team in support of Tetra Tech as we
further the Design Criteria Package.
For the purposes of this proposal, the "City" is the City of Miami, the "Client" is Tetra Tech, and the "Consultant" or "L.A." is
EDSA.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 3 of 14
Design Stages
The following section describes in more detail the planning process and deliverables necessary to complete the design
work. Based on the amendment request, we have modified our services as follows. EDSA will provide landscape
architectural services as detailed below for design stages including:
Stage 1 Design Advancement
1.1 60% Design Development
Stage 2 Construction Documents
2.1 90% CD/ Construction Documents for permitting
2.2 100% CD Construction Documents for bidding
Stage 3 Bidding and Construction Period Services
3.1 Bidding Assistance
3.2 Conformed Set
3.3 Construction Period Services
The landscape design services for these phases will include the following Soft & Hard Landscaping, Construction
Documentation, and Construction Period Services.
To supplement and complete the overall exterior design, EDSA will utilize the following sub-consultant(s) to address the
necessary supplemental efforts required for the project. EDSA will manage and coordinate the work of those consultant(s)
throughout the design process.
1. Irrigation Consultant
Task: provide irrigation plans in support of planting plan including:
• Pre Design Site Visit and Existing Irrigation Conditions Plan
• Irrigation Demo and Lifeline Plan
• DD Irrigation Plan
• CD Irrigation Plan
• Post Installation site visit
2. Technical Specifications Consultant
Task: provide technical specifications in support of the Construction Document phase as outlined below.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 4 of 14
SCOPE OF WORK
1. Design Advancement
Based upon the approved 30% Design Development drawings, EDSA will further the design through the
advancement of the Design Development Drawings. The Plans will be developed at a sufficient level to articulate
the design intent for the project which may be illustrated as enlargement plans indicative of the design intent for
the entire Brickell Bay Drive.
Any revisions required based on comments from the City and Client will be addressed in the subsequent
phases. Additional submissions are not included within the current agreement.
1.1
Submission 1: Design Development
Based on the approval of the drawings in the previous design phase, EDSA will move into a Design
Development Drawings and shall include all drawings and documentation necessary to further finalize
the site design, size, and character of the project.
Please note, these documents will not be final construction drawings, nor should they be used for
construction.
Design Development will include the following:
• Development and expansion of the approved Concept Design Document package, including the
preparation of a coordinated set of Design Development drawings.
• Further refine design parameters
• Design coordination meetings with Ownership and Consultant Team.
• Prepare Design Development documents for landscape and impermeable surfaces, grading,
planting and irrigation system, reviewed and coordinated with other disciplines. Drawings are to
show main design intent and will include:
The landscape grading and material selection surface drainage of exterior pedestrian
pavements and planting areas
Design layout of special features and hardscape elements; limited to detailing of aesthetic
elements — shapes, finishes, and effects
Layout of outdoor site furnishings.
Exterior planting and landscape design including general species selection.
Deliverables:
EDSA's drawing package will consist of full -format drawings and is to be formatted to match the project
standards. We anticipate the Design Development package for the overall landscape site package to
be assembled as follows:
• Illustrative Site plan
• Layout Plan (AutoCAD) to showcase overall site relationships
■ Hardscape plan including material layout plan
■ Hardscape material selection
• Aesthetic Grading Plan (AutoCAD) to showcase overall vertical site relationship
• Unique site features/ distinguishing site characteristics
■ Features will be developed to further the design intent explanation which may be illustrated
through plan, section, elevation and materiality
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 5 of 14
• Note: This will be through a series of character images, notes, and/or materials selection (does
not include CAD construction details)
• Landscape Plan (AutoCAD)
• Illustrate Sod versus Shrub areas
• Depict shade trees/ flowering trees/ palms
• Landscape character imagery of landscape intent
• Critical Site Elements character imagery and/or cut sheets which may include:
• Lighting
• Site Furnishings
• Irrigation layout and system design
Meeting(s)
o See Project Meeting schedule
2. Stage 2 Construction Document
2.1 Submission 1: 90% Construction Documents
Based on the approval of the drawings in the previous design phase, EDSA will prepare full -service
Construction Documents and Specifications for all hardscape and landscape elements within the
property. The Construction Documents phase shall consist of the completion of all the landscape,
hardscape, and irrigation. It will be broken into two phases. The 90% set will be used for permitting and
will be submitted to the City.
It shall also include all drawings and documentation necessary to fix and describe a code -compliant
design for the purpose of bidding, permitting and construction, as well as the preparation of final
specifications defining systems, fabrication requirements, procedures, submittal requirements, quality
assurance requirements, products, and manufacturers.
Detailed coordination with the Owner, Owner's Representatives, Architect, and all other project team
consultants and specialty consultants shall be continued during this phase. As part of this coordination,
an internal review shall be performed relative to all disciplines affecting this scope of work to ensure
quality control and minimize conflicts.
These drawings and specifications will fully describe all project component relationships and
construction methodology. They will indicate material selections, finishes, furniture, hardware, and
product specification, as well as to provide full detailing needed to construct the project.
EDSA will participate in virtual team meetings during this phase of work. Construction Documents will
consist of the following:
• Layout Plans — All pedestrian hardscape configurations including terraces, patios, walkways,
pathways, ramps, decks and walls.
• Hardscape Plans — Illustrating all paved pedestrian and special vehicular area surfaces including
materials, pavement patterns, colors, textures and product selection. EDSA will coordinate with the
selected interior designer for outdoor furniture selection and layout.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 6 of 14
• Planting Plans — Illustrating all trees, palms, shrubs, ground covers, grasses and aquatic plant
material indicating size, quality, quantity, colors where applicable, planting techniques and their
location in each area.
• Irrigation Plans — EDSA will provide working drawings and written specifications. If an irrigation
system upgrade is required, EDSA will provide water usage calculations sufficient to obtain a
building permit and comply with sustainability goals.
• Landscape Construction Details.
• Landscape Technical Specifications.
• Provide stamped and wet -signed permit submittal sets in the number required by the Authorities
having Jurisdiction (AHJ).
• Review and respond to plan check comments from the AHJ.
Deliverables
• Tree Protection and Disposition Plans and Details
• Hardscape and layout notes, plans and enlargement sheets
• Layout detail sheets (to include site furniture details, schedules and specifications)
• Planting notes, plans, and enlargements
• Planting detail sheets (to include plant schedule and specifications)
• Irrigation plans
• Final Landscape Technical Specifications
EDSA shall not be responsible for construction means, methods, techniques, sequences, or procedures,
for safety precautions and programs in connection with the work, or the acts or omissions of the
contractor.
Deliverables Format
• All Construction Documents will be delivered in Arch D paper size two (2) sets
• Digital copy (include all applicable AutoCAD documents)
During this task, EDSA will attend up to two (2) Construction Documents meetings with your internal
team at your office or in EDSA's Fort Lauderdale office. Additional team coordination meetings in South
Florida will be attended as needed and billed per our rate schedule. All other coordination can be
conducted via email or web -based means.
2.2 Submission 2: 100% Construction Documents
Based on the permit comments received upon the submission of the 90% Construction Documents,
EDSA will address those comments and resubmit all drawings listed within the previous design stage.
The 100% Construction Documents will be used as the Bid Set for the job.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 7 of 14
3. Stage 3 Bidding and Construction Period Services
3.1 Bidding Assistance
During the bidding stage, EDSA will be available to answer questions and address comments that arise
from the prospective contractors.
For the purposes of this proposal, the scope of services and fee for Bidding Assistance will be provided
on an hourly basis. For the purposes of this proposal, we have budgeted one (1) meeting and estimated
ten (10) hours of in office time to support this phase of work.
3.2 Conformed Set
Should any questions that arise during the bid set necessitate changes to the 100% document and/or
specification set, EDSA will update our documentation up to one (1) time to address the modifications.
This new set will serve as the construction set for the project.
3.3 Construction Period Services
The Construction phase will commence with the award of the contract for construction. EDSA shall be
available for project review, as it directly relates to the Construction Documents described above.
These services shall be oriented toward reviewing the progress of site construction, specifically design
and aesthetics of the site work, and preparing written documents advising the Owner of the items which
appear to need correction.
EDSA shall assist the Owner and contractor in the interpretation of the requirements of the Construction
Documents and shall render interpretations necessary for the proper execution of the work with
reasonable promptness. EDSA shall also review and take appropriate action upon the contractor's
submittals, such as shop drawings, product data, and samples, but only for conformance with the design
concept and with the information given in the Construction Documents.
During this stage of work, EDSA shall visit the site, and attend construction meetings at key intervals.
EDSA will report to the Owner as to the status of the implementation of our scope of work and outline
field sketches as needed to ensure the design intent is met. EDSA shall provide project record
documents based on annotated drawings prepared by the contractor.
For the purposes of this proposal, the scope of services and fee for Construction Observation will be
provided on an hourly basis. For the purposes of this proposal, we have budgeted five (5) site visits and
up to eighty (80) hours of in office time to support this phase of work.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 8 of 14
GENERAL NOTES
Project Specific Notes
a) Assumptions:
a. Tetra Tech will provide the title block template for all presentation documents. EDSA will utilize the title
block to format each set of deliverables.
b. All submissions to the City or to Tetra Tech will be in digital, PDF format, not printed format.
b) For the purposes of this proposal only, excluding any future projects with either the City or Tetra Tech, EDSA has
agreed to the reduced General Rate Schedule as depicted in Exhibit A. Further references to the rate schedule
listed in this agreement reference the rates reflects within the Exhibit A.
c) Each Task outlined will be one (1) submission. Revisions will be addressed in subsequent submittals.
d) Additional submissions or revisions will require additional services. Revisions/submissions will be billed at an
hourly rate per EDSA's General Terms and Conditions and Rate Schedule.
Exclusions
a) Architecture and design of any buildings or structures
b) Interior hardscape design & furniture selection.
c) All roofing and waterproofing details.
d) Engineering related to Swimming pools and water features.
e) Lighting Design and photometrics.
f) Civil Engineering (Final Grading, subsurface drainage and utilities).
g) MEP Engineering.
h) Structural Engineering.
i) Coastal Engineering.
j) Signage and Wayfinding Design.
k) Public Art Design.
I) Audio/visual services.
m) Survey plans and surveying services.
n) Construction and implementation of proposed improvements.
o) Any revisions to the project scope resulting from changes initiated by client, architect or consultants and that are
in excess of the included revisions described in each phase above.
p) Probable cost of construction or quantity surveying.
q) As -Built Drawings.
r) Local partners or sponsors.
s) Commissioning of water features, lighting and irrigation systems.
t) Permitting and approvals. These will be the responsibility of the Owner and/or Architect of Record.
u) Preparation and stamping of shop drawings shall be by the contractor's engineer.
v) Other services not specifically enumerated and identified herein as included in the scope of services.
Deliverable Exclusions
a) CAD drawings will not be provided until the Design Development phase unless otherwise noted.
b) CGI renderings in addition to those already included in the scope of services.
c) Building Information Modeling (BIM) - EDSA will produce basic site modeling and coordinate Revit information
with the Design Team to that extent. However, the primary documentation will remain in AutoCAD and related
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 9 of 14
software until practical BIM options for landscape architecture are available. If the project requires full BIM
workflows for landscape architecture throughout, EDSA will reassess fees accordingly.
d) Marketing -oriented 3D modeling and animations or fly-throughs.
Requirements
The Client will be responsible to provide EDSA with the required information during the detailed design process. EDSA and
the Design Team will rely on information and input from the Client and Owner's representative to include the following:
a) Certified property survey including boundary, topography, tree survey, aerial photographs and existing
conditions, and features. EDSA will rely on the accuracy of this information.
b) Site conditions including public utilities, geographic conditions, rights of way, restrictions, easements, deed
restrictions, environmental impact reports, environmental impact reports and full information concerning available
service and utility lines both public and private, above and below grade, including inverts and depths.
c) Survey and site conditions data will be provided to EDSA in electronic file format compatible with AutoCAD.
d) The Client will provide EDSA with all zoning and planning requirements and will be responsible for securing
planning, zoning and environmental impact report approvals from all relevant municipalities and government
agencies.
e) This proposal assumes that coordination of submittal package information and the actual submittal process for
governmental approvals will happen through the Client and City.
f) The Client will provide all necessary development program and budget information for the project. In addition,
the Client and Owner's representatives will establish a schedule for the project.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 10 of 14
PROJECT SCHEDULE, MEETINGS, + FEES
PROJECT SCHEDULE
a) Upon execution of this agreement, the Client shall finalize a project schedule and / or major milestones dates
related to the landscape project deliverables. The fee is based upon the assumption that each phase will
commence promptly after the owner's approval to the prior phase. In the event of delay between phases,
whether due to a failure to receive the City's approvals, Client's approvals, governmental approvals or otherwise,
the fee will be modified accordingly to account for such delay.
b) Our team is prepared to commence preparation immediately upon approval of this proposal and receipt of the
initial payment.
PROJECT MEETINGS
EDSA will prepare for and attend the following meetings:
Quantity
Phase/ Contract Section
Purpose (City Meetings)
Location
One (1)
60% Design Development
Presentation to review Documents
Virtual/ Web Based call
One (1)
90% CD/ Construction
Documents for permitting
Presentation to review Documents
In Person or Virtual/ Web Based call
One (1)
90% CD/ Construction
Documents for permitting
Plan Review
Virtual/ Web Based call
One (1)
100% CD Construction
Documents for bidding
Plan Review
In Person or Virtual/ Web Based call
One (1)
Bidding Assistance
Bidding support
Virtual/ Web Based call
Five (5)
Construction Period
Services
Site visit to review work
Site
EDSA assumes that each meeting times will not exceed 1 hour with the exception of the Kickoff Charette which is anticipated
to be up to 3 hours. Additional meetings will require additional services. Meetings will be billed at an hourly rate per EDSA's
General Terms and Conditions and Rate Schedule.
PROJECT FEES
The above -described landscape architectural work can be provided for the following fee, broken down by stage as
followed in Exhibit B. Refer to Exhibit A for Rate Schedule.
Note: The above referenced fees are net of any and all taxes or tariffs.
EDSA will require a 20% mobilization fee to initiate the work.
Reimbursable Expenses:
a) Travel expenses in connection with the Project are NOTincluded in this proposal and will be billed at a
reimbursable rate.
b) Costs of CGI renderings, photographs and models beyond those outlined in the above scope and deliverables.
c) Expense of Professional Liability Insurance dedicated exclusively to the Project, or additional insurance
coverage requested by the client.
d) Costs of printing, reproduction, postage and delivery of drawings required for submission or coordination
requested by client, City or consultants.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 11 of 14
e) Services of professional consultants, including engineers or specialists. Any costs for necessary external
services to be approved by the client prior to moving forward.
f) All fees associated with permits and/or plans processors (expeditors).
g) Other Project -related expenditures approved in advance by the client.
h) All reimbursable expenses will be billed to the client at cost.
Approval of Services/ Changes to Approved Services
a) The Landscape Architect will only proceed with a phase or design package after receiving the Clients written
approval of the services and deliverables provided in the previous.
b) Revisions to drawings or other documents will be considered Additional Services when made necessary due to
Client- requested changes to previously approved drawings or due to Client changes to previously established
budget, program, project complexity, size, and/or scope.
c) If EDSA is requested to provide additional submissions outbound of those listed in the provided Scope of
Services, EDSA will need to receive the request in writing. Changes to that portion of the Scope of Services will
be billed at an hourly rate.
d) Quantity and method of deliverables will be the decision of the Landscape Architect provided they are sufficient
to describe the design intent and coordinate with the design team. Approval of submittals will not be withheld
due to any requirements communicated after drawings have been submitted.
e) Clients decisions, approvals, reviews, and responses shall be communicated to the Landscape Architect in a
timely manner so as not to delay the performance of the Landscape Architectural Services.
f) Team changes (General Contractor, Client Representative, Consultants and Joint Venture).
g) Budget requirements which require significant changes or modifications to approved drawings.
h) Significant time spent to review contractor substitutions.
i) Time spent to address program or design changes by the Owner or operator, or major field revisions caused by
construction issues of other disciplines.
j) Separation of the project construction into phases or other development strategies that may be employed that
require multiple packages or repackaging of construction documents.
k) Extensions of construction time.
I) Payments are due upon Submission of the specific task being submitted as outlined above and are not
contingent upon Government or Client approvals.
m) In an effort to meet project timeframe, EDSA will require written comments from the Client in advance of
proceeding into the next stage of work. Comments must be coordinated and representative of all necessary
entities of the Client team and will provide a clear direction for the next steps of design.
n) EDSA will revise the design packages if errors are caused by the fault of EDSA. The efforts associated with these
changes will be at no charge to the client. However, if through the fault of others or other program changes,
EDSA has to make changes to the design packages, then these changes would be deemed an additional
services and EDSA will seek authorization from the Client, and an appropriate fee before completing the work.
o) A detailed project schedule was not provided by the City upon the authoring of this contract. Fees are calculated
based on the anticipated effort for each task. Additional services may be required if the project schedule and
consultant involvement extend above and beyond what has been anticipated within this Scope of Services.
Invoicing/Payment Schedule:
a) Invoices for work complete will be submitted monthly.
b) EDSA will not begin work until the mobilization payment has been received and requires a two -week
mobilization period.
c) Payments are due and payable 30 days from the date of the Consultant's invoice. Invoiced amounts unpaid 45
days after the invoice dote shall be deemed overdue and shall accrue 1.5 % interest per month and may result in
a suspension of services.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 12 of 14
d) If for some reason, after EDSA's submission of the deliverable, the Client delays payment for any reason, EDSA
is to be paid in full within two weeks of said delay. If the delay extends pass thirty (30) days, then EDSA will due
a remobilization fee, or no less than $20,000 USD ($).
e) EDSA will require payment/ payment confirmation in advance of proceeding into the next stage of work.
All of us at EDSA would like to thank you for the opportunity to work with your team on such an exciting project. We also
are looking forward to deepening our relationship with Tetra Tech and collaborating with the City of Miami. Please feel
free to call me if you have any questions or if there are any modifications to this proposal.
If the above is agreeable, please send us a signed copy of this proposal. Once mobilization is received, we will schedule
the design team immediately. We welcome a call with you to initiate the project.
Yours faithfully,
Betsy Suiter, ASLA
Vice President
cc: Courtney Moore
Pablo Massari
Andrea Quintero
Marketing
Attachments:
Scott LaMont, ASLA
Principal
General Terms & Conditions
APPROVED and ACCEPTED this day of 2021
By:
For:
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 13 of 14
Exhibit A
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
edsai
GENERAL TERMS AND CONDITIONS
A. Introduction:
These General Terms and Conditions are part of the attached Agreement and are hereby incorporated by
reference. If EDSA does not receive a response to the Agreement within ninety (90) days, fees and conditions
for design services may be subject to change. Your acceptance of this Agreement constitutes your acceptance
of the foregoing General Terms and Conditions.
B. Standard of Care:
The standard of care for all professional services performed or furnished by EDSA underthis Agreement will be
of the skill and care used by landscape architects practicing under similar circumstances, at the same time, and
in the same locality.
C. Requirements of Client Furnished Information:
Client shall provide EDSA with a development program and site information regarding the requirements and
objectives for the Project. Additionally, EDSA shall rely upon the accuracy and completeness of any
information, reports, and/or site surveys/base information supplied by Client or others authorized by Client.
Client warrants that it is the copyright owner or has permission from the copyright owner to use and/or transmit
the design documents or any other information ("Design Documents") to Consultant for its use on the Project.
Client hereby releases the Consultant and any of Consultant's sub-consultant(s) from all claims and causes of
action arising from Consultant's use of the Design Documents. Client, to the extent permitted by law, further
agrees to indemnify and hold harmless Consultant and any of its sub -consultants from all costs and expenses,
including the cost of defense, related to claims and causes of action asserted by any third person or entity to
the extent such costs and expenses arise from the Consultant's use of the Design Documents.
Upon notice by EDSA, Client shall defend EDSA with counsel chosen by EDSA. The parties agree that this
duty to defend is separate and distinct from any indemnity obligation, and the duty to defend shall apply
regardless of whether the Client is obligated to indemnify EDSA.
Client's obligation to indemnify EDSA against any attorneys' fees or other costs or expenses incurred by EDSA
in connection with the defense of any claims or causes of action within the scope of this Paragraph shall be
construed as a separate item of indemnification which shall be an absolute obligation of Client even if such
claims or causes of action are invalid or groundless.
D. Responsibilities During Construction Phase:
If EDSA's services under this Agreement do not include construction administration related services for the
Project, then Client assumes all responsibility for the application and interpretation of EDSA's drawings,
specifications, and other instruments of service; the observation and evaluation of Contractor's work and the
performance of any other necessary construction phase landscape architectural or professional services; and
Client waives any claims against EDSA that may be connected in any way thereto.
Client Initials
EDSA General Terms and Conditions
Page 2 of 4
E. Out -of -Pocket Expenditures:
Unless otherwise stated in the attached Agreement, Client shall pay all out-of-pocket expenses, in addition to
professional fees. Out-of-pocket expenses are defined as actual expenditures made by EDSA, their
employees, and/or sub -consultants in the interest of the Project and include, but are not limited, to the
following expenses:
t Air travel, including departure taxes and related airline/agency fees ((Business Class on flights of
three (3) hours or greater);
2. Hotel accommodations;
3. Meals;
4. Ground transportation (i.e.,rentalcarsandtaxis);
5. Postage,telephone,express mail, and courier services;
6. Photocopying, reproductions, and printing costs;
7. Photographic supplies and processing;
8. Study model materials;
9. Client authorized consultants engaged to create/complete special renderings, models, and photography.
The above listed items may be billed at actual cost incurred plus a 10%Administrative Fee.
F. Ownership of Documents:
All documents prepared or furnished by EDSA pursuant to this Agreement are instruments of EDSA's
professional service. Upon payment in full for services rendered, EDSA shall grant joint ownership of such
documents. Reuse, reproduction, or modification of such documents by Client without EDSA's written
permission, shall be at Client's sole risk, and Client agrees to indemnify and hold EDSA harmless from all
claims, damages, and expenses including attorney's fees arising from such reuse by Client or others acting
through Client.
G. Use of Electronic Media:
Copies of documents that may be relied upon by Client are limited to printed copies (also known as hard
copies) that are signed or sealed by EDSA. Electronic files in text, data, graphic, or other formats furnished by
EDSA to Client are for convenience only. Any conclusion or information obtained or derived from such
electronic files will be at the sole risk of Client. When transferring documents in electronic media format, EDSA
makes no representations as to long-term compatibility, usability, or readability of documents resulting from the
use of software application packages, operating systems, or computer hardware differing from those in use by
EDSA at the onset of the Project.
H. Additional Services Outside Agreed Upon Scope:
Services requested by Client or Client's Representative that are in addition to the Scope of Work listed in the
Agreement will be considered Additional Services and reviewed, at that time for additional fees. Additional
services shall be provided if authorized by the Owner. These additional services may include, but are not limited
to:
1. Services related to revisions and/or additions to drawings, specifications, or other documents outlined, when
such revisions are inconsistent with instructions previously given or are a result of program modifications,
change to previous direction, or governmental reviews;
2. Scope of work changes in project size, scope, area, complexity, and budget;
3. Documentation, assistance, and coordination of on -site visits or representation beyond what is outlined;
4. Team changes in General Contractor, Client Representative, Consultants and/or Joint Venture;
5. Schedule changes related to meetings, duration, and phasing;
6. Significant time spent to review Contractor substitutions;
Client Initials
EDSA General Terms and Conditions
Page 3 of 4
7. Time spent addressing program/design changes or field revisions by the Owner or Operator caused by
construction issues of other disciplines;
8. Budgeting or value engineering requiring changes or modifications to complete and approve drawings;
9. Separation of the project construction into phases or other development strategies requiring repackaging of
construction documents;
10. Extensions of construction time;
11. Preparation of professional plans, drawings, documents and/or renderings beyond what is detailed in the
scope of deliverables;
12. Cost estimating;
13. Documentation specific to LEED certification
I. Compensation/Invoicing:
All fees and reimbursable expenses will be invoiced monthly and shall be payable in net U.S. Dollars by wire
transfer or by check drawn upon a U.S. Bank, unless otherwise stated in this Agreement. The Client
understands and acknowledges that these fees are net of any non-U.S. taxes and/or tariffs. If a retainer is
received by EDSA, it will be applied to the final payment due unless otherwise stated in this Agreement. In the
event Client should use a foreign bank as its payment bank, Client shall wire the funds in U.S. Dollars, net of
any transaction fees, to EDSA's local bank using the following information:
BANK: SunTrust Bank
515 East Las Olas Boulevard
Fort Lauderdale, FL 33301
ABA NUMBER: 061000104
SWIFT NUMBER: SNTRUS3A
CREDIT: EDSA, Inc.
ACCOUNT NUMBER: 1000114180770
Please indicate Project name and/or number to be credited.
All invoices are payable upon receipt. In the event payment is not received within thirty (30) days of invoice date,
the past due balance may be assessed an interest penalty of one and one-half percent (1 1/2%) per month.
J. Termination Rights:
In the event EDSA does not receive payment within sixty (60) days, EDSA may stop work on the Project until
payment is received. Such stoppage of work by EDSA will not be deemed as a default under the terms of this
Agreement. Under this scenario, an additional fee may be required to restart work due to non-payment.
Client may terminate this Agreement for cause, with seven (7) days prior written notice to EDSA. EDSA may
terminate this Agreement for cause with seven (7) days prior written notice to Client. Failure of Client to make
payments when due shall be cause for suspension of services or ultimately, termination, unless and until EDSA
has been paid in full for services rendered, expenses incurred, and other related charges.
In the event that the Project is suspended for more than forty-five (45) days, through no fault of EDSA, EDSA
shall be entitled to payment for services based on a percentage of completion for all completed work. In the
event of termination, EDSA shall be compensated for all services fully and satisfactorily performed up until such
termination date, together with reimbursable expenses incurred.
Client Initials
EDSA General Terms and Conditions
Page 4 of 4
K. Dispute Resolution:
The Client agrees that this Agreement shall be interpreted according to the laws of the state where the
contracting EDSA office is located, and agrees to reimburse EDSA for reasonable attorney's fees, court costs,
and all expenses including without limitation, all such fees, costs, and expenses incidental to arbitration, appeals,
and post -judgment proceedings that it may expend in enforcing this Agreement. In the event of any such dispute,
Client agrees that the ultimate court venue will be located in Broward County, Florida.
L. Execution/Duration:
Signature of the attached Agreement will signify Client's acceptance of all the Terms and Conditions outlined
herein. Accordingly, Client warrants that the necessary funds are available to pay EDSA for the services and
expenses outlined in this Agreement and that these funds are not encumbered nor contingent upon
subsequent approvals, permits, or financing commitments. This Agreement will be valid for the duration of the
Project.
Client Initials
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 14 of 14
Exhibit B
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project: Brickell Bay Resilency (Miami, Florida)
Project No. Description:
Consultant Name: EDSA
Contract No.:
Date: 11/8/2021
Estimator: insert name
STAFF CLASSIFICATION
Salary
Cost By
Activity
Average
Rate Per
Task
Job Classification
Staff
Applicable Rate
Principal Project
TBD
Rate: $68.96 Rate:
Manager
TBD
$46.78
Landscape Architect/
Designer 1
TBD
Rate: $40.20
Landscape Architect/
Designer 2
TBD
Rate: $33.32
Landscape Architect/
Designer 3
TBD
Rate: $26.15
Project Administrator
TBD
Rate: 29.42
Staff Hours
By
Activity
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Design Development
8
$552
80
$3,742
280
$11,256
150
$4,998
280
$7,322
798
$27,870
$34.92
2 90% Construction Documents
8
$552
80
$3,742
320
$12,864
180
$5,998
290
$7,584
878
$30,739
$35.01
3 100% Construction Documents
6
$414
20
$936
70
$2,814
70
$2,332
70
$1,831
236
$8,326
$35.28
4 Bidding Assistance
8
$552
16
$748
35
$1,407
20
$666
20
$523
99
$3,897
$39.36
5 Conformed Set
4
$276
16
$748
40
$1,608
30
$1,000
20
$523
110
$4,155
$37.77
6 Construction Period Services
10
$690
40
$1,871
80
$3,216
40
$1,333
40
$1,046
210
$8,156
$38.84
Estimated Total Staff Hours
44
252
825
490
720
2,331
Total Staff Cost
$3,034.24
$11,788.56
$33,165.00
$16,326.80
$18,828.00
$83,142.60
$35.67
Total %of Work by Position
1.9%
10.8%
35.4%
21.0%
30.9%
1 - SUBTOTAL ESTIMATED FEE:
EDSA: The Applicable Rates are calculated based on a lump sum fee and area only app icable to this fee chart associated with the Brickell Bay Resilency Projec Subconsultant: Irrigation
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12
(multiplier 2.9)
Technical Specifications
Sub 3
Sub 4
Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$241,113.54
$4,500.00
$13,000.00
$258,613.54
$258,613.54
$258,613.54
BISCAYNE
ENGINEERING
August 12, 2021
Tetra Tech
6303 Blue Lagoon Dr., Suite 305
Miami, FL 33126
Attention: Diana M Santander, P.E.
Sr. Project Manager
Transmitted via E-mail to:
diana.santander@tetratech.com
Direct: (305) 908-1427
Business: (305) 908-1420
Mobile: (305) 458-8293
Fax: (305) 264-1805
PROPOSAL
RE: PROFESSIONAL SURVEYING & MAPPING SERVICES AT BRICKELL BAY DRIVE NEIGHBORHOOD
Dear Ms. Santander,
Thank you for your interest in Biscayne Engineering (BE). In response to your recent request for surveying services
on the above -mentioned project, please accept the following proposal for your review and consideration.
I. Scope of Services:
Biscayne Engineering shall provide a Topographic Survey of the Survey Limits as shown on
Attachment "A" based on the information within the e-mail chain received from Tetra Tech on
August 9, 2021 at 3:28 PM and subsequent phone call. The Survey Limits proposed herein will be
incorporated into the existing Topographic Survey of Brickell Bay Drive prepared by BE (See
Attachment "B"; referenced Survey
Project Length = 2,350 L.F. ±. Project Area = 204,000 S.F. ±.
Survey limits consist of the following segments:
50' beyond right-of-way on Brickell Bay Drive (1,300 L.F. ±)
Bounded by SE 14th Street (North) and SE 15th Road (South) and adjacent to the limits of the existing
survey (this segment accounts for an additional 30' beyond the right-of-way of Brickell Bay Drive.
SE 15t" Road (800 L.F. ±)
Bounded by the centerline of Brickell Avenue on the West and Brickell Bay Drive on the East adjacent
to the limits of the existing survey.
SE 14th Street (250 L.F. ±)
Bounded by the west side of the intersection with the northerly extension of Brickell Bay Drive to the
west and Brickell Bay Drive on the East adjacent to the limits of the existing survey.
Extended Limits along Biscayne Bay
Portion of Brickell Harbour Condominium property along Biscayne Bay including dock facilities, a
circular deck area, the driveway, and the portion of building facing SE 15th Road.
NOTE: Survey limits will extend 50 feet beyond the Westerly Right -of -Way of Brickell Bay Drive along the
curved portion. At intersecting streets, such as SE 14th Street and SE 15th Road, the survey limits will be 20
feet beyond their rights -of -way. The Easterly offset along Biscayne Bay will be 10 feet into the water
(seabed elevations at toe of seawall and 10 feet in bay).
Premises that are locked and inaccessible will not be included in survey.
Refer to Attachment "A" for diagram depicting the survey limits described herein.
INSPIRED BEYOND MEASURE • SINCE 1898
CORPORATE
HEADQUARTERS
529 West Flagler Street,
Miami, FL 33130
Tel. 305.324.7671
Fax 305.324.0809
www.BiscayneEngineering.com
info@BiscayneEngineering.com
PALM BEACH
BRANCH
449 NW 35`^Street,
Boca Raton, FL 33431
Tel. 561.603.2329
Fax 561.609.2317
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 2
Topographic Tasks Shall Include:
Location and identification of improvements including asphalt pavement, pavement markings, buildings,
concrete pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull
boxes, telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails,
pavement limits, headwalls, end walls, manholes, vaults, driveways, right-of-way limits, landscaping, trees
three (3) inches in diameter or greater (trees will not be measured or identified), traffic signage (type of sign
will not be identified), other free standing signage, pavement striping, any other visible improvements within
the Survey limits (excludes underwater features except noted elevations), and any other utility records
provided. Specifically, the survey will:
• Provide the rim, top, bottom of structure, and invert elevations of existing sanitary sewer manholes,
drainage culverts, manholes, and catch basins. City shall provide access to locked and/or restricted
access structures. City is responsible for facilitating access to structures including those within parking
spaces that may be obstructed by parked vehicles.
• Locate and/or provide permanent construction controls on site in State Plane Coordinates (1983
adjustment) and vertical control based on North American Vertical Datum of 1988 (NAVD88). Horizontal
control data shall be relative to the Florida State Plane coordinate system, East Zone, North American
Datum of 1983/2011 adjustment.
• Show platted rights -of -way, platted easements, and property boundaries (based on available resources
and not title work) on the survey for the project route. Any easements shown will be based on platted
easements. As such, there may be easements or other exceptions that may affect the property not
shown without having a title search or opinion of title provided to the consultant.
• Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines throughout limits
of project. This will require field recovery of centerline control and property corners through each listed
street.
• Provide a DTM of the areas and cut cross sections at 50-foot intervals along the rights -of -way to extend
20 feet beyond the right-of-way lines and include elevations at the centerline, edge of pavement, top of
curb, back of sidewalk, low and high points, lane line, drainage ditches (when applicable).
• Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other
elevations will be provided at 50-foot intervals minimum and will include edge of pavement, flow line,
top of curb, and back of sidewalk elevations (and will extend 20-50 feet beyond the right-of-way lines).
• Show survey features, baseline, baseline points, and drainage information, including inverts, pipe size,
material, and direction of visual.
• Subsurface Utility Excavations (SUE): Twenty (20) test holes will be performed by InfraMap. The report
will include data sheet for every test hole performed and a summary table of verified utility detailing the
test hole information.
• Prepare digital maps that shall delineate all field collected data as well as existing limits of nearby public
rights -of -way (CAD files will be provided; "dwg'', "dgn", and "tin" files compatible with Autodesk CiviI3D).
Submerged Lands Research Shall Include:
• Research the Florida Department of Environmental Protection (FDEP) Board of Trustees Land
Document System and identify any available documents affecting the submerged lands within the
survey limits depicted herein. BE will plot and reference any instruments that affect said submerged
lands on the survey. As such, there may be instruments that affect the property and are not available in
the Board of Trustees Land Document System or shown without having a title search or opinion of title
provided to the consultant. This proposal does not consider costs for title work.
NOTE: THIS IS NOT A BOUNDARY SURVEY.
2
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 3
EXCLUSIONS:
• Manhole Connections.
• Clearances under power lines, mast arms, etc.
• Title Work, Table "A" Options, and FEMA Flood Certificates will not be considered.
• Mean High Water Line or Tidal Water Survey (Water levels will not be considered).
• Tree Table or tree identifications.
• Finished Floor Elevations
• Right-of-way lines will be based on plats, the City of Miami Municipal Atlas, and
information available on the Miami -Dade County Property Appraiser's website
(Surveyor cannot "confirm" Right-of-way lines without title work and will depict Right-
of-way lines based on the aforementioned resources).
DELIVERABLES:
• 4 Signed and Sealed copies of the Topographic Survey (24"x36").
• Signed and Sealed PDF version of the Topographic Survey.
• CAD File.
• Digital Terrain Model (DTM) in digital format (XML File).
II. Cost Estimate:
Special conditions that affect the cost are as follows:
Access to gated properties and buildings, safety concerns with traffic along the roadways and
sidewalks, numerous sewer structures to be located and detailed (with limited access due to
locations within parking spaces and busy roadways), submerged seabed elevations in Biscayne Bay
that will require the use of a boat and additional field crew personnel.
Services described in Section I. above, (Scope of Services), shall be provided by Biscayne Engineering
Company, Inc. for a fee as follows:
Topographic Survey & Submerged Lands Research: $29,350.50
SUE Work (20 test holes by InfraMap) : $8,717.80
NOTE:
• This proposal is limited to the Scope of Work described herein. Any other services that may be
needed will be performed in accordance to Biscayne Engineering Hourly Rates Schedule.
3
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 4
III. General Conditions:
1. Written authorization to proceed is required. If acceptable, please execute this proposal and return it to
us (by fax or mail) fax: (305) 324-1700 or (305) 324-0809.
2. Payment is due in full upon completion/delivery. In the event that client fails to pay surveyor within
thirty (30) days from date of invoice, or the surveyor finds the survey conditions significantly different
than originally agreed upon or that adequate site access is not provided, the client agrees that the
surveyor has the right to consider these actions or non -actions to be a total breach of this contract.
Upon written notice to the client by the surveyor, the responsibilities and obligations of this contract are
terminated. The client in such case shall be obligated to pay the surveyor for all services rendered to
that point in time.
3. This is a professional service agreement based on fixed scope of services. Additional service requires
additional cost estimate and new agreement. It is a good faith estimate based on Biscayne
Engineering's experience performing this type of work.
4. Upon signature of proposal, client agrees to the location of the property as described in Attachment "A".
5. This proposal is valid for 30 days from date first above written.
We truly appreciate the consideration you have shown our company in your request for surveying services. We will
constantly strive to meet your expectations while adhering to the strict requirements, which govern our profession.
Respectfully submitted,
BISCAYNE ENGINEERING COMPANY, INC.
Alberto J. Rabionet, PSM
Project Manager
AUTHORIZATION
Written authorization to proceed is required. If acceptable, please footnote this proposal and return it to us (by fax or
e-mail) fax no: (305) 324-1700 or (305) 324-0809, E-mail: info@biscayneengineering.com
Name
Title
Signature Date
Company
4
PROPOSED SITE LIMITS FOR BRICKELL BAY DRIVE AREA SURVE
ATTACHMENT "A"
TOTAL LENGTH:
± 250 LF along SE 14th St
(ALONG R/W EXTENDED 20' INTO PROPERTIES)
TOTAL LENGTH:
± 800 LF along SE 15th Rd
(ALONG R/W EXTENDED 20' INTO PROPERTIES)
(NOTE: 800 LF of roadway divided by median)
TOTAL LENGTH:
± 1,300 LF along Brickell Bay Dr
(ADJACENT TO LIMITS OF EXISTING SURVEY
EXTENDED 50' INTO PROPERTIES)
THIS DIAGRAM IS FOR REFERENCE ONLY
2115002121211
rR SNMys`s/a OGLYLs\•saOS N•! 1 ELM NNE • YR R7 R
MAINIM I6WIN Y
- ■ VIA MOM 21ILY
- NT•FN •O MUM Md M/ M1/MIM sssY •11MC1I' MINN• ACM!
yS�L
s7FOYYY SYs7si11s1i I N Or• MN N 1•
maw a1. NNIIINRMSONNSIN I1W1 A4N7_L M MI
011111011,111MILVIAIMPROPIMPiffie ILNIVILVIWEL
- MAs//rIMMNIM sr RIME MICJIM 1S s1FN\ a
Al M s Al s.Y
:mo w Ma %NNN U *11119
- N MMm1 le -arms eiammearIW>•u M_ a M_1IM W C U
w •MM71 V IIIMM N M7 OP NMI MC s_I•= IIMMI sr1RM'lmen
M_ a IMlIN/IML DC NI7MMIMIC N=s RMID WNt N mem.I.MY
MO WAR YNNNICIaNaalov MUD 1NRN 7r1N10116r Nl A Y
• 7YR
- OANlr1M _ MAW MSC MM_ M -=1M N IM/1 MMA•= as:elc
IMOI•s AM scallion 1=aASIM•peLIa •A•IM1 mrce 71 =a •L_AIIM
AO We 11111Fr-1111111
-1NR•IIONNIMON/ NNIa1InNalIIlINN/IIr/111/P YNEIrNNE
RPM MIS/ Mr MM I. MIN•/ i=!Iw MIL moms MOM
laSIVEISIMAIlifinfirA " IIM
!1 MOM MY Ni ®PIMSI MOM 1!•6
grasumpr AMINErm,
- sM WNW MIMD�N 7I =Mn Nf!! Mr us!! u MIN MR MOM
AMA_Q AMN 1111
- sOMMlM _MAN _IMMIM M 1111311111.7111 MO IN• NO.O• 11111. 7R
MINN NMSN MOM. IMILIMMTMIla N ASNAMIMIMS I MM c=N OD
- N MONAD !MUM N•_001 sA1r11_rM M a 7111.11FMM/Y N MOOD
IrsiiablifigiWireigggirMrairriPhiErilk
infarillat OWN AMq(� Mpg+cR
WO GRAY RO EFY ailiY01NII"
- NIV_M1 A_ re 717INI AMI M IBML RAIN 1771M4wOq MI Al A_
N MI IMaN M11MYN
6/N-M OMIYOIOMW1-71A-11 WW1-MIR IN 1011 11046441/14M1
w 1a R urn la LAMA 9Y owl ermines or M7•rs= Yin/river s 1MX
RYs 01 mM Y N mirror ear s arum= ONO aMDT AIM N IMMO
1I1•i s M sls Rta=N II s1IM1 N IONIL
MMIIs sM MINIM N4/_1O/HM - 7:11.A .SAY
o w / mourn mMsr• IIYOIMLM M Mr MCIPOCIIIII IMAIM7 WO,
OWL N ITIMA 1,1. R■IM7M= ow MI M m/sLYRIM MVO, MOM VIM
N MMll== MMYMI/YMOM MI DAMN IT INIM1 • -um.
jlYVM1 A/W- --
- i/-AirI M■ NOM NR06111011.t R1NIf®1A[1N1
- G® 112100II awn. ECM ■ MNNN3
11171111111111 1lmiIMs VIM scum = MwAam:mw LOM.AMIM Ns
INISIMMT Ism 1 MAMMY IIiOaIL IRMMID1111 MIMraw MOM% MIS. VI
-NNRNINIM NIJY/MNYIMrNN I MIT IKON rY10AbsfAOd
11.0110.Mrw11.marM-A•MINMMO
Ii111t:K1-11 Fi/a' ;111\ 1-, N IA1111, h1
SE _T!_ V 3-a r'L-Y LEWIS DONJT[ON'.
I{:VIk••MII' `.4 `...II.JI -1, 1F h'. - +1 I-.!. I,
rr v- 1:1"[ 1"&M]-Pt .DC fk•JNTI,-LOR]3^,
LCCATI0N SI<ETC H
=rr' or MLAM:,
11IA`'1-1}A 11 II.IV 1", 11
•:r; / I r• 1 • I
NM VIM NrA■IIM1rMCC
PSI -IF -NAY IN® DIN INRIOI Ni ONO N MOI RML 11N 411Y OF MNN MnlPvL AIML1 1NUMICIA
RNY 77�
m�AA �L NO m-M NMFR-WIC ®RING NO IT 7C 01YS RNI ItONW . OAR601tAN
0 [ RnaN mil RNncn NNU011s MIAYC NNRI NAM N IIOIIOBR
INurs aAI
c11-I
LIM-sM
4I slasoa
svl•—aa Y
}�- •L•1/
wN MI DMA AIM
AY . MIM N 1171111
illirra
rila-
6s
111O1 2212
MOMS IIIL MSMN
1111621111 Q
IMNM Q
romans 0
LEM
.
• MINIM
■ sslss
e �� r1 =
M Ms c< r
■ ammo
MM 0O_
• IMM_
4 MIlr
• MINIM_
M 11•1•••111
s
MEM
• mone
• _
O MESA ME=
• -
N
mu our
CI
• MIS MI
a ▪ __
11111111.
0M!_s
ommomm
AdmommmmomoDeml
sawrizissesseank
wl=IMINMIMNIMIY
Nti Yll•Qr 1• MOIL NAME N s/t.R ARMED 1EIIIMI=1/1a
Ms•M•MMu11MML
1OrRMs 111101 WI r4 MIN
+ '1'•IMI w1 01 s •alINAs
Imo®
MAIM IIIM 111.11.1111
71MMIMIIL>711N •11AIllir7M n _
Is:M AaI
eteeems1 AN11 s IMM IQ s•1 N MIL DM INIMM PILL.MnAU �v MMM MOI ■ IYIIOO 11 O IMo<
1
1
' =
L = =
BE 4?
WPM1.1..SIMMi=
CI CI CI- •
El KM . .
KMEME:1'
KIEZMEM—
M4,TM
OEM
CIEICI
n
=TM
M7.-M
WT.
:
DE=
El MN E.
-EV
!TM
EZ E.,-.
m,--. . ' = I Ni
El ME KM •••,-. . =
El MN E2 •,-,..
LI MN =I —m;-;-; — — ' • ". ! .• ICICIa'i -- . ,
—• - — - MI- . i . . =
M.,-,-M .
i' • r . .= , m
1111111111141, Nor
1:11312
El KM E:I
BEMIS
MKTM
•••—• .
M••••••M
fl
nnnn
Mr•-•
M . • • • I '
11E1E1
M41,-Mnnn
M•-•-M E-11
• • • • •
OFilattliairkille MUMMY
H111:.KI-1 I HAY I.I1 v I-v F )1! iv--
SE=EON SO LEWES \IA701\),
: a- I 11 H, I.ANL ;I-
'7ETY or 113A1:, 1:11"E-D ADE •70LI WY, ILCREDI,
ZrAl \ X. I
_All LIONALMILMICNERIC
11111T It
1111111110
Meta
LC
MEM
Kiri
MOM
LIMO!
I
141111117
MUM!
taraxae
vora'aaine
MO
Mr= 111 MI
t
612010177
MINIM
tareamP
vordanner
Mt
WNW 111 661
41
1111714221
IMLIMM
tarinume
vordassne
MD
IMMO 111 DM
4
1419111M
NOIL7117
taranwer
vordavat
LH
WNW 111 661
o
ramnorn
111011•1
NMEL110
innthance
MIC
ram no gm
*
MUNI
SUM=
Paratuar
inrifanal
1M
QM SI 0121
7
rIMIMPOS
omaanan
tarainae
vora'aung.
am
arms m gm
an
mum
onswart
tarannann
madame
na4
arms m Ns
NOM no en ten A musvate mem.
isarronee W aw MOM MC DAM ON NEMO 11M11, WC ore a, MHO MI AD
IT m
aw ar_-#A
Wy37RtilcalMicr-S-IAY OMNI MONO HY Meal% MOM MRICA MFIAMDfl. 1HE IMM-EME
%cmiiaisnienm mum 111VIYM MI Mart ISMS ENINMIN Mal 116 'NNW
as eamMINR 110 ITILE VON 1101/1110.
111•12•111•111 ODIUM IP NM 141 NMI MI WAIL DM • MINIM
MUMMA =REM IINIEM 111111111,•MIME 11 VI DIEM
1
J
1
1
1
1
el L
rc-fi- re,
1
1
MAW= wACO
oa
I. • a
N.
Bill{:KI-I I HA' ;111\ t, Ni .l'i I, hl {:I11I}A.
SE _T!_ V S7. r 1OL-Y LEWIS DONJT[ON'.
I{:VIk••MIV `.4 `...I�.JI -1, 1F h'. - +1 I-.!. I,
Tf" v- 9:1"[ 1"& M]-Pt .DC 17k•JNTY,-LOR]3^,
INDOIOIIOIM LNG W CJ
ss
.11/1Ps
— mime
an=
LAN WY tam MR =/aw mama wA mono
or urinv=�
wif
aww/lfoaNOL'f Me swI► ■ x
P40+tPrv10
DOTE 1d�19A1p101AA SSIONtI J*W. PLATS
PRIMO PSSE GOY or IINII 1011OPAL Y _
Tmea
9MTY911N4TYIPHI®PIK C N s p SWW mo1k OI i ® W KARIM
An A W_l. /0 /Oi IOU M PIfYfOL
cocoon Oaf f tLl/ 1111,111141 MIL DM f Oaf• PILL.
mnAU =/n NO OCHE=■ tannin 11 Ota
1
.1.6111411
iMEM
ma1
r £
TOPOILIFEAELITIO Stillint
KIIICK1-1 I ' ;111\ I-, 1,1 1/-1111, Fl {:1111}A.
SEMS.N .:rot( LEWIS DOWTEDN
1{:Vik••FIllo - I,
Criv ••='- 1:1" I" Et 1,13 -Pt DC 17,7. J NT! , LO R3 DA
INA • IN b.
\ 1
I aiii 11 VI' r 14,,, \
I AVM L "ad rail 1 -.-r- 4, 'ke
or, Nir
----i.,.
,1•1111-4/11, - - . -7.00.
1".7.....' -A.mo .. ...: , mi ' '="' - .... ''.•-•11...3011•1"......"."- L- ...., IP
'14;:'Llir4811;a4.1WCFP-7.,_..11,' ' - - - •••••• si............41../e.....t
...--.:111 c.....
fniqt"
NM ,
ISNINMIMmi • OW.; .._ 1.4.
.....14 ,
di."8:.,..- • ..igar... t-lai L7L. ---M.: ...6---5•h•-&-- ak
ill, ..' 1.......,
7 C- -15:-:-..
11111 ,;•••,------ '
1 '....-.....•(;
LA•21111,.....,.' . ...' MI NM
.
1.
'S 4
0 1
";11.40W
IRCIALECIALI LAIC TYRA
1111111Of
1111111111 MEW=
..111111. TUN
1 .±
J
1 :I 1
aa >- II
< q
1 11 I r
111Nomacturunrums mas =NCO SYD/IININDICVNININAIZI i 1
re oar moo roman 'mum rowan moor JII _I
lilliMUIPIM
IMMO MY! IIINAL
..) :i
I . 1
... T d
i'llatili
i .
6 .7. L
/021111/12r IP INN INCNINCN.
NOM rem • ten A suovaresuover.
TWY L1 MINN NCI= /NC W.N10 ON MEOW RAWL orr or YAW ILINCIVIL ALA OMR t ar-Ac
ar-ed or -a, AN2 ar-i4 loorr-or-ifer csoomego mom= re vim mos Rae room 1:111‘,01101(1. NO INC IMAIFISOCIC
=are mann, e Ammon WIMI1C IN cossacroulullMimic mamma omoto mom= mos No Araraorr
AO 71 rainem me WIC 11/11 MAKI%
is omen mom ep Nut AM MALY/ IN ODIUM NU.
A. =RCN NM WHEW • WIDEN ID 131106
rc-fi
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Brickell Bay Drive Neighborhood Roadway Improvements
Project No.: B-000000 Description: Topographic Survey- Brickell Bay Drive Neighborhood
Consultant Name: Biscayne Engineering Co.
Contract No.:
Date: 8/18/2021
Estimator Mike Bartholomew
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Project Manager
Mike Bartholomew
Rate: $57.69
Surveyor & Mapper
W. Hueck
Rate: $49.04
CADD Technician
I. Volovelsky
Rate: $21.00
Position 4
Rate:
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Establish vertical and horizontal control network
(Level run, Traverse, and GPS observations)
0.50
$29
4.0
$196
8
$168
12
$393
$32.75
2 Topographic Survey @ 500 feet per day along SE 14th Street
roadway (to include 50' sections)
1.00
$58
8.0
$392
8
$168
40
$618
$15.45
3 Topographic Survey @500 feet per day along divided SE 15th
Road roadway (to include 50' sections)
2.50
$144
20.0
$981
20
$420
8
$1,545
$193.13
4 Location of structures and inverts, approx. 25
1.00
$58
4.0
$196
12
$252
12
$506
$42.15
(plus or minus 20 per day)
5 Topographic Survey @ 50 feet beyond right-of-way along Brickell
Bay Road
1.00
$58
12.0
$588
16
$336
4
$982
$245.54
6 Topographic Survey @ extended limits along Biscayne Bay
1.00
$58
8.0
$392
12
$252
$702
7 Right of Way Determination & Baselines
2.00
$115
8
$392
8
$168
18
$676
$37.54
8 Submerged Lands Research
2.00
$115
8.0
$392
8
$168
18
$676
$37.54
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
11
72
92
72
Total Staff Cost
$634.59
$3,530.88
$1,932.00
$6,097.47
$84.69
Total % of Work by Position
15.3%
100.0%
127.8%
ESTIMATE OF SURVEY CREW COSTS
1 3 - man Crew Party 12.0
4 - man Crew Party :
crew days at
crew days at
$972.32 / day = $ 11,667.84
/day =
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117. Created 8/24/09
1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9)
Subconsultant: I nfra M ap
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$17,682.66
$8,717.80
$26,400.46
$ 11,667.84
$38,068.30
$38,068.30
F'I.I
PROGRAM CONTROLS INC
November 3, 2021
Diana M Santander, P.E.
Sr. Project Manager, Tetra Tech
6303 Blue Lagoon Dr., Suite 305
Miami, FL 33126
RE: 18-19-042 - Brickell Bay Drive Improvements, City of Miami
Proposal for Project Controls Services
Dear Diana:
Thank you for giving the opportunity to Program Controls, Inc. (PCI) to support the controls functions for the
subject project. As requested, please see following proposal for our services based on the revised Scope of
Services. This proposal supplements the previous proposal provided October 2020, which includes 3 conceptual
estimates and a Class 4 estimate for the final design concept, which will now be the 30% design estimate.
DESCRIPTION OF TASKS AND ACTIVITIES:
A2.07-03 - Task 2 — Additional Design Development Cost Estimating
• Develop a 60% estimate in accordance with AACE Class 3 estimate guidelines
• Develop a 90% estimate in accordance with AACE Class 2 estimate guidelines
• Develop a Bid Set estimate in accordance with AACE Class 1 estimate guidelines
A2.07-03 - Task 3 — Scheduling
• Develop a CPM schedule for the Bid Set submittal
• Bid Schedule Preparation will include -
a. Review of design and contract documents for scope
b. Site visit and assessment of current conditions
c. Development of WBS from scope
d. Develop Activity durations and dependencies
e. Develop Schedule and Critical Path
FEE SCHEDULE:
The lump sum fee of $89,519.00 is based on the current project scope and above outlined services for the project,
and broken down as follows:
• Additional Cost Estimating at 60%, 90% and Bid (3 total) - $71,609
• Bid Schedule - $17,910
1
F'I.I
PROGRAM CONTROLS INC
ASSUMPTIONS AND EXCLUSIONS:
PCI will immediately notify of all potential additional services beyond the scope outlined above and an
authorization to proceed will be obtained before proceeding on such services. Some of which may include —
• Estimate Revisions including Alternates and/or Concept Revisions beyond those noted above.
• Life Cycle Cost Estimating
• Estimate Reconciliations
• Change Order Review or Negotiation
• Schedule Narrative or Implementation Plan
• Review of Contractor Baseline and Schedule Updates
• Requests for "what -if' scenarios.
• Time Impact Analyses, Claims analysis and support.
• Financial Alternative Analysis
• Cost or Schedule Risk Analysis
• Additional meetings or field visits beyond those noted above
• Any construction phase services
• Any other services not specifically outlined above
Thank you again for your consideration and please feel free to contact us, should you have any questions or
comments on the above.
Sincerely,
PROGRAM CONTROLS INC.
Julian G. Ortega, PSP, LEED AP
Vice President — Construction Services
jortega@programcontronsinc.com
CC: Ashish Kumar, Julio Lostao
2
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project:
Project No.: B-
Description:
Consultant Name: Program Controls Inc.
Contract No.: enter consultants proj. number
Date: 11/5/2021
Estimator: Julian Ortega
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
Ashish Kumar
Rate: $200.00
Project Manager
Julian Ortega
Rate: $200.00
Lead Scheduler
Eduardo Tude
Rate: $200.00
Estimating Manager
Julio Lostao
Rate: $200.00
Lead Estimator
Marco Osorio
Rate: $196.04
MEP Estimator
William Chow
Rate: $145.37
Senior Scheduler
Frances Tatis Rios
Rate: 165.16
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
2 30% Estimate (Included above)
3 60% Estimate
4 90% Estimate
5 Bid Estimate
6 Bid Schedule
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
6
6
6
40
$1,200
$1,200
$1,200
$8,000
40
40
40
$8,000
$8,000
$8,000
60
60
60
$11,762
$11,762
$11,762
20
20
20
$2,907
$2,907
$2,907
60
$9,910
126
126
126
100
$23,870
$23,870
$23,870
$17,910
$189.44
$189.44
$189.44
$179.10
Total Staff Hours
58
120
180
60
60
478
Total Staff Cost
$11,600.00
$24,000.00
$35,287.20
$8,722.20
$9,909.60
$89,519.00
$187.28
Total % of Work by Position
12.1% 25.1% 37.7% 12.6% 12.6%
1 - SUBTOTAL ESTIMATED FEE: (multiplier included)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Notes: Geotechnical Field and Lab Testing:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. Survey Fee (or Survey Crew Fee):
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden Other Misc. Fee: Enter Fee Description
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope 3 - SUBTOTAL ESTIMATED FEE:
and Staff Hour Estimation Handbook. Additional Services (Allowance)
4. Shaded rates are capped per contract. Reimbursables (Allowance)
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 GRAND TOTAL ESTIMATED FEE:
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
$89,519.00
$89,519.00
$89,519.00
$89,519.00
Wragg Casas
PUBLIC RELATIONS INC.
November 10, 2021
Ms. Diana Santander
TetraTech, Inc.
6303 Blue Lagoon Drove
Suite 305
Miami, FL 33126
Please see below our proposal for outreach services for the construction phase of the Brickell
Bay Drive Design, Tetra Tech Project No. 200-53033-21002, Task A2.10.
Public Engagement Strategy and Scope of Work
For Brickell Bay Drive Improvements Project
The public engagement plan is designed to inform all stakeholders of the project and its
benefits and to facilitate their acceptance through a communications campaign that solicits and
incorporates meaningful feedback from all stakeholders. Wragg & Casas will inform, educate
and help update local residents, businesses and neighboring stakeholders on the benefits and
progress of the program during the construction phase.
This will include:
• Messaging: Support City of Miami staff in creating messages, advisories, talking points
and social media content as appropriate.
o Staff time: 30 hours
• Outreach: Serve as the project's public information office in outreach and delivery of
information to residents, businesses and homeowner and business associations.
o Staff time: 200 hours
• Fees: $36,216.13
We look forward to working with you on this project.
Sincerely,
/71-e-f--/
Ray Casas
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project:
Project No.: B-
Description:
Consultant Name: Enter name of prime or subconsultant
Contract No.: enter consultants proj. number
Date: 11/2/2021
Estimator: insert name
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
Ray Casas
Rate: $69.00
Project Director
Jeanmarie Ferrara
Rate: $67.24
Graphics Manager
Mery Lewis
Rate: $34.48
Position 4
4ccount Manager TIN
Rate: $53.44
Senior Writer
Melissa Lichtenheld
Rate: $60.34
Writer
Jeannette Rivera
Rate: $60.34
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
'hase 4 Construction
1 Media Releases, advisories, social media content s
3
25
$207
$1,725
2
35
$134
$2,353
125
$6,680
15
15
$905
$905
10
$603
30
200
$1,850
$11,664
$61.67
$58.32
2 PIO -- Outreah to residents; businesses, HOAs
Total Staff Hours
28
$1,932.00
37
$2,487.88
125
$6,680.00
30
$1,810.20
10
$603.40
230
$13,513.48
$58.75
Total Staff Cost
Total % of Work by Position
12.2%
16.1%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12
54.3% 13.0% 4.3%
1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$36,216.13
$36,216.13
$36,216.13
$36,216.13
Tetra Tech, Inc.
6303 Blue Lagoon Drive, Suite 305
Miami, Florida 33126
Attention: Diana M. Santander, P.E. — Senior Project Manager
Re:
Proposal for Supplemental Geotechnical Services for
Proposed Improvements along Brickell Bay Drive
From SE 14th Street to SE 15th Road
City of Miami, Florida
GEOSOL Proposal No. P-221195-B
Dear Ms. Santander:
August 18, 2021
In accordance with your request on August 16, 2021, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to
geotechnical services for the above -referenced project.
As we understand it, the project consists of roadway improvements, milling and resurfacing of the existing roadway, drainage
improvements, a new pump station, as well as the design and construction of a seawall replacement along Brickell Bay Drive from SE
14th Street to SE 15th Road in the City of Miami, Florida. GEOSOL previously performed geotechnical services for use in the preparation
of the Design Criteria Package for the above -referenced roadway improvements, milling and resurfacing of the existing roadway,
drainage improvements, and seawall replacement. As requested, supplemental geotechnical services will be required for the proposed
new pump station installation, as well as for providing geotechnical analyses and recommendations for the proposed seawall
replacement. As requested, the supplemental geotechnical services will consist of the following:
1) Perform two (2) Standard Penetration Test (SPT) boring to depths of 25 feet below existing grades for the new pump station,
2) Perform two (2) supplemental SPT boring to depths of 60 feet below existing grades for the proposed seawall replacement on
the upland side of the existing seawall,
3) Review the results of two (2) SPT borings previously performed for the proposed seawall replacement,
4) Perform a laboratory classification testing on select soil/rock samples. Laboratory testing will include moisture content, percent
passing the #200 sieve, grain -size analysis, and organic content.
5) Provide geotechnical analyses and recommendations for the proposed pump station installation and seawall replacement
The Standard Penetration Test (SPT) borings will be performed in accordance with ASTM D-1586.
Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the
boring locations. The utility clearance process typically takes up to five (5) working days. Given the scope described herein, we can
complete the field study for the site within three (3) working day. The laboratory testing can be completed within a period of five (5)
working days. The geotechnical reports can be completed in ten (10) working days after completion of the laboratory testing program.
Therefore, we can complete the requested services in about a five (5)-week period upon receiving Notice to Proceed.
Based on our interpretation of your requirements, we are willing to complete the geotechnical services and report preparation for a total
of $13,656.00. We have enclosed a detailed Fee Proposal for your review.
GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us.
Sincerely,
GEOSOL, INC.
Oracio Riccobono, P.E.
Senior Geotechnical Engineer/President
Attachments: 1) Fee Proposal
I I
GEOSOL. Inc.
♦I I I♦�
5795-A N.W.151st Street
Miami Lakes, FL 33014
Phone (305) 828-4367; Fax (305) 828-4235
E-mail: geosolusa@bellsouth.net
GEOSOL, INC.
FEE PROPOSAL FOR SUPPLEMENTAL GEOTECHNICAL SERVICES
Proposed Improvements along Brickell Bay Drive From SE 14th Street to SE 15th Road
For Proposed Pump Station Installation and Seawall Replacement
City of Miami, Florida
GEOSOL PROPOSAL No. P-221195-B
DESCRIPTION
UNITS # OF UNIT TOTAL
UNITS RATE ($)
1. FIELD INVESTIGATION
1A) FIELD ACTIVITIES
SPT Borings, Land (0 to 50): 2 SPT Boring to 25 feet in Depth for Proposed Pump Station Installation
FEET
50.0
$12.00
$600.00
SPT Borings, Land (0 to 50): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement
FEET
100.0
$12.00
$1,200.00
SPT Borings, Land (51 to 60): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement
FEET
20.0
$15.00
$300.00
Temporary Casing (0 to 50')
FEET
150.0
$5.00
$750.00
Temporary Casing (51 to 60')
FEET
20.0
$6.00
$120.00
Closing Holes = (total depth ofSPT borings)
FEET
170.0
$6.00
$1,020.00
Scientist 2 (Test Layout & Utility Clearances)
HOUR
6
$84.00
$504.00
SUB -TOTAL (for FIELD INVESTIGATION)
1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION
$4,494.00
Mob i ization of truck mounted rig
EACH
1.0
$375.00
$375.00
SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION)
1B) LABORATORY PROGRAM
$3
5.00
Soil Classification perASTMD-3282 andD-2487
EACH
2.0
$75.00
$150.00
Grain Size perAASHTO T-27 including -200 wash
TEST
1.0
$55.00
$55.00
Material Finer than 200 Sieve per ASTMC-117
TEST
2.0
$40.00
$80.00
Organic Content Test/Limerock per AASHTO T-267
TEST
2.0
$40.00
$80.00
Moisture Test
TEST
4.0
$15.00
$60.00
SUB -TOTAL (LABORATORY PROGRAM)
TOTAL FIELD INVESTIGATION
3. ENGINEERING SERVICES
$425.00
$5,294.00
Principal
HOUR
6
$200.00
$1,200.00
Senior Engineer1
HOUR
16
$190.00
$3,040.00
Project Engineer 1
HOUR
16
$148.00
$2,368.00
Engineer 1
HOUR
12
$100.00
$1,200.00
CAD Designer
HOUR
4
$103.00
$412.00
Project Administrator
HOUR
2
$71.00
$142.00
TOTAL ENGINEERING SERVICES
TOTAL GEOTECHNICAL FEES FOR PROJECT
$8,362.00
$13,656.00
DATE = 8/18/2021 \TIME = 9:03 AM \ PAGE 1 OF 1 \FILENAME = P-221195-B FEE PROPOSAL GEOSOL
ATTACHMENT A
The Tetra Tech
project 40-619
contract in the
work under PH
OF
CITY OF MIAMI
""_""" DOCUMENT ROUTING FORM
.\(0 N 1
ORIGINATING DEPARTMENT: Procurement
DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres EXT.
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Tetra Tech Inc.
IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS?
TOTAL CONTRACT AMOUNT: $1,331.000.00 FUNDING INVOLVED? ❑■ YES ❑ NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
ii PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
• YES ❑ NO
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF SUMMARY)
Brickell Bay Drive Improvements
Contract Execution for RFQ 18-19-042 - Design Criteria Professional for
COMMISSION APPROVAL DATE: 07/23/2020 FILE ID: 7573 ENACTMENT NO.: R-20-0209
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A
ROUTING INFORMATION
Date
Signature/Print
APPROVAL BY DEPARTMENTAL DIRECTOR
10/28/2020
nie Per Digitally signed by Perez,
�'erez AnZnie Annie
Date:2020.10.28
11:15:08 -04'00'
SUBMITTED TO RISK MANAGEMENT
Ann-M Sharp igQulelvedoedbyTerry
Date:2020.10.29
06:58:48 -04'00'
SUBMITTED TO CITY ATTORNEY
11/19/2020
v�tori
IV
Mend Z Digitally signed by Min,
In, tarna% Bamaby
Y Date: 2020.11.19
14:28:09 -05'00'
Inc. contract amount to complete a full Design Criteria Package for the Brickell Bay Drive
3802 is $1,331,000 - funding is currently available to cover PHI Basic Services of the
amount of $860K as noted in the compensation section 2.04-1 of the contract. Further
II is subject to prior approval by OMB as to funding availability (Yvette Smith 12/1/2020)05Date:-55
2/2/2020
�
�t
Rj oSe Digitally signed by Rose,
Christopher
Christopher 422020.12.0205'()(7'
"`-'"t"''`govin samayornFernando
Date: 2020.12.02
Fernando 1605.9A_6.nn.
APPROVAL BY ASSISTANT CITY MANAGER
APPROVAL BY ASSISTANT CITY MANAGER
Nzeribe Ihekwaba
RECEIVED BY CITY MANAGER
-y
Arthur Noriega V / Aliki
SUBMITTED TO AND ATTESTED BY CITY
CLERK
Todd Hannon
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
PR21013
PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first
above written.
WITNESS/ATTEST: TETRA TECH, INC., a Delawarr4
Corporation
^�J
Srg fiturt-r2--
WA A
Print Name to
ATTEST
Consultant Secretary
(Affirm Consultant Seal, if available)
ATTEST
Todd B Hann •''!` Ierk
APPROVED AS TO INSURANCE
REQUIREMENTS:
Digitally signed by Terry
M. Quevedo
Date: 2020.10.29
07:00:38 -04'00'
Signature
lu
Z G
Mark A. Rynning, Sensor Vice Pre Went
Print Name. Title of Aufhonzed Officer or Manager
(Corporate Seal)
CITY OF MIAMI, a municipal corporation of
the State of Florida
Arthur Nodes -, V, City Manager
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
Digitally signed by Min,
Min, Barnaby Bamaby
Date:2020.11.19
14:31:06 -05'00'
Ann Marie Sharpe, Director Victoria Mendez, City Attorney
Risk Management Department
Design Criteria Professional for 19 RFQ No 18-19-042
Brickell Bay Drive Improvements
CERTIFICATE
TETRA TECH, INC.
To: The City of Miami, Florida
I hereby certify to you that I am the duly elected and qualified Senior Vice President,
General Counsel, and Secretary of Tetra Tech, Inc., a Delaware corporation (the "Company"),
and that, as such, I am authorized to execute this Certificate on behalf of the Company. I further
certify to you on behalf of the Company that:
Mark A. Rynning, Senior Vice President and President of the United States Infrastructure
Division of the Company, are authorized and empowered, in accordance with the Company's
Signature Approval Authority Matrix, as approved by the Company's Board of Directors, to sign
a bid and resulting agreement related to Professional Services for the Design Criteria Professional
for Brickell Bay Drive Improvements.
2020.
IN WITNESS WHEREOF, I have hereunto set my hand as of this I5`h day of October,
Preston Ho . . n
Senior Vice President, General Counsel, and
Secretary
(Seal)
PROFESSIONAL SFRViCES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
I HEREBY CERTIFY that at a meeting of the Board of Directors
of Tetra Tech, Inc, a corporation organized and existing under the laws of the State of
Delaware, held on the 1 lth day of November, 2019, a resolution was duly passed and
adopted authorizing (Name) Mark A. Rynning as (Title) Senior Vice President and President of
the United States Infrastructure Division of the corporation to execute agreements on
behalf of the corporation and providing that their execution thereof, attested by the secretary of
the corporation, shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect.
IN S WH F, I have hereunto set my hand this 19th, day of October, 2020.
Secretary:
Print: Preston Hopson
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 their 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
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
Design Criteria Professional for
Brickell Bay Drive Improvements
20
RFQ No 18-19-042
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this
Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint
venture agreement, each member of the joint venture must sign this Agreement and submit the
appropriate Certificate of Authority (corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
1 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
STA OF
SS:
COUNTY OF
The foregoing instru - nt was acknowledged before me this day of
,20 ,by
to me or who has produced as identification and who (did /
did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
, who is personally known
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
Design Criteria Professional for 21 RFQ No. 18-19-042
Brickell Bay Drive Improvements
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document
State of CALIFORNIA
County of LOS ANGELES
On Orit .f ('i 2020, before me, l.0 1t.LL►,, j-C(0Let 4.4' , Notary
Public, personally appeared PRESTON HOPSON, who proved to me on the basis of satisfactory evidence
to be the persons whose names are subscribed to the within instrument and acknowledged to me that
they executed the same in their authorized capacities, and that by their signatures on the instrument the
persons, or the entity upon behalf of which the persons acted, executed the instrument,
ce
z
MICHELLE D. CLOUTIER
COMM. #2211761 z
Notary Public - California e
'_os Angeles County
Comm. • ires Ak.t27, 2021/
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category Professional Services Agreement
Contract Type Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Tetra Tech, Inc.
Contract No. 18-19-042
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 5
ARTICLE 2 GENERAL CONDITIONS 7
2.01 TERM 7
2.02 SCOPE OF SERVICES 7
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 7
2.04 COMPENSATION 7
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 8
3.05 STANDARD OF CARE 8
ARTICLE 4 SUBCONSULTANTS 8
4.01 GENERAL 8
4.02 SUBCONSULTANT RELATIONSHIPS 9
4.03 CHANGES TO SUBCONSULTANTS 9
ARTICLE 5 DEFAULT 9
5.01 GENERAL 9
5.02 CONDITIONS OF DEFAULT 9
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 9
ARTICLE 6 TERMINATION OF AGREEMENT 10
6.01 CITY'S RIGHT TO TERMINATE 10
6.02 CONSULTANT'S RIGHT TO TERMINATE 10
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 10
ARTICLE 7 DOCUMENTS AND RECORDS 10
7.01 OWNERSHIP OF DOCUMENTS 10
7.02 DELIVERY UPON REQUEST OR CANCELLATION 10
7.03 RE -USE BY CITY 11
7.04 NON -DISCLOSURE 11
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 11
7.06 E-VERIFY 12
ARTICLE 8 INDEMNIFICATION 12
ARTICLE 9 INSURANCE 12
9.01 COMPANIES PROVIDING COVERAGE 12
9.02 VERIFICATION OF INSURANCE COVERAGE 13
9.03 FORMS OF COVERAGE 13
9.04 MODIFICATIONS TO COVERAGE 13
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 14
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 14
Design Criteria Professional for 1 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
10.06 NOTICES 14
10.07 INTERPRETATION 15
10.08 JOINT PREPARATION 16
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 17
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 18
10.19 ADDITIONAL TERMS AND CONDITIONS 18
10.20 SEVERABILITY 18
10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 18
ATTACHMENT A - SCOPE OF WORK 22
ARTICLE Al GENERAL 22
A1.01 SCOPE OF SERVICES 22
A1.02 WORK ORDERS 22
A1.03 PAYMENTS 22
ARTICLE A2 OVERVIEW OF PROFESSIONAL DESIGN SERVICES 22
A2.01 DESIGN CRITERIA PROFESSIONAL DUTIES 23
A2.02 GENERAL REQUIREMENTS 23
A2.03 COORDINATION, MEETINGS, AND PRESENTATIONS 23
A2.04 VISION STATEMENT, GOALS, AND OBJECTIVES 24
A2.05 CIVIL ENGINEERING AND DESIGN SERVICES 24
A2.06 ADAPTATION PLANNING 30
A2.07 REAL ESTATE IMPACT ASSESSMENT AND IMPLEMENTATON STRATEGY 32
A2.08 DESIGN ALTERNATIVE ANALYSIS 33
A2.09 DESIGN CRITERIA/GUIDELINES (LAND USE, URBAN DESIGN, LANDSCAPE ARCHITECTURE)34
A2.10 PUBLIC ENGAGEMENT 35
A2.11 DESIGN AND ENGINEERING 35
A2.12 CULTURAL ASSESSMENTS SERVICES (NTE ALLOWANCE - PHASE II) 36
A2.13 HYDROGRAPHIC SURVEY (NTE ALLOWANCE - PHASE II) 36
A2.14 OFFSHORE INVESTIGATION (NTE ALLOWANCE - PHASE II) 36
A2.15 BENTIC SURVEY (NTE ALLOWANCE - PHASE II) 37
A2.16 BIDDING AND AWARD (PHASE II) 38
A2.17 ENGINEERING SUPPORT SERVICES (PHASE II) 38
A2.18 PUBLIC ENGAGEMENT DURING DESIGN AND CONSTRUCTION (PHASE II) 39
A2.19 MODELING TO SUPPORT SELECTED DESIGN ALTERNATIVE (PHASE II) 39
A2.20 PERSONNEL 39
A2.21 STAFFING 41
A2.22 TIME FRAMES FOR COMPLETION 41
ARTICLE A3 ADDITIONAL SERVICES 41
A3.01 GENERAL 41
A3.02 EXAMPLES 41
ARTICLE A4 REIMBURSABLE EXPENSES 41
A4.01 GENERAL 41
A4.02 SUBCONSULTANT REIMBURSEMENTS 42
ARTICLE A5 CITY'S RESPONSIBILITIES 42
A5.01 PROJECT AND SITE INFORMATION 42
ARTICLE A6 CONSULTANT FURNISHED DOCUMENTS AND EQUIPMENT 43
A6.01 GENERAL 43
SCHEDULE Al - SUBCONSULTANTS 44
SCHEDULE A2 - KEY STAFF 44
Design Criteria Professional for 2 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT B - COMPENSATION AND PAYMENTS 45
ARTICLE B1 METHOD OF COMPENSATION 45
B1.01 COMPENSATION LIMITS 45
B1.02 CONSULTANT NOT TO EXCEED 45
ARTICLE B2 WAGE RATES 45
B1.03 FEE BASIS 45
B1.04 EMPLOYEES AND JOB CLASSIFICATIONS 45
B1.05 MULTIPLIER 45
B1.06 CALCULATION 45
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 46
B2.06 ESCALATION 46
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 46
B3.01 LUMP SUM 46
B3.02 HOURLY RATE FEES 46
B3.03 REIMBURSABLE EXPENSES 46
B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES 47
B3.05 FEES FOR ADDITIONAL SERVICES 47
B3.06 PAYMENT EXCLUSIONS 47
B3.07 FEES RESULTING FROM PROJECT SUSPENSION 47
ARTICLE B4 PAYMENTS TO THE CONSULTANT 47
B4.01 PAYMENTS GENERALLY 47
B4.02 FOR COMPREHENSIVE BASIC SERVICES 48
B4.03 BILLING - HOURLY RATE 48
B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 48
B4.05 DEDUCTIONS 48
ARTICLE B5 REIMBURSABLE EXPENSES 48
B5.01 GENERAL 48
B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 49
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 49
B6.01 GENERAL 49
SCHEDULE B1 — WAGE RATES SUMMARY 50
SCHEDULE B2 — CONSULTANT INVOICE Error! Bookmark not defined.
Design Criteria Professional for 3 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category
Design Criteria Professional for Brickell Bay Drive
Improvements
Contract Type Professional Services Agreement
Consultant Tetra Tech, Inc.
Consultant Office Location 6303 Blue Lagoon Drive, Suite 305, Miami, FL 33126
City Authorization Section 18-87, City of Miami City Code
Agreement Number 18-19-042
THIS PROFESSIONAL SERVICES AGREEMENT ("AGREEMENT") made this 4 day
of December in the year 20 20 by and between THE CITY OF MIAMI, FLORIDA,
hereinafter called the "City," and Tetra Tech, Inc., hereinafter called the "Consultant."
RECITAL
A. The City issued a Request for Qualifications ("RFQ") No. 18-19-042 on August 27,
2019, for the provision of a Design Criteria Professional for Brickell Bay Drive Improvements
("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, Addenda, and the Proposal are
sometimes referred to herein, collectively, as the "Solicitation Documents," and are, by this
reference, expressly incorporated into, and made a part of, this Agreement as if set forth in full.
The Solicitation Documents are deemed as being attached hereto and incorporated by reference
herein as supplemental terms, providing, however, that in the event of any conflicts(s) or
inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any
such conflicts(s).
B. WHEREAS, the City, through action of the City Manager and/or the City
Commission, as applicable, has selected the Consultant in accordance with Section 287.055,
Florida Statutes, "Consultants' Competitive Negotiation Act," hereinafter referred to as "CCNA,"
and all 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:
Design Criteria Professional for 4 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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, which are expressly incorporated by
reference and made a part of this Agreement as if set forth in full.
1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic
Services.
1.04 Basic Services means those services designated as such in a Work Order.
1.05 City Commission means the legislative body of the City of Miami.
1.06 City Manager means the duly appointed chief administrative officer of the City of Miami.
1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency
that is a party hereto and for which services under this Agreement are to be performed. In all respects
hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In
the event the City exercises its regulatory authority as a governmental body, the exercise of such
regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall
be deemed to have occurred pursuant to the City's authority as a governmental body and shall not
be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be
referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean
the City Manager.
1.08 Commission means the legislative body of the City of Miami. See Cross Reference to 1.05 above.
1.09 Consultant means the individual, partnership, corporation, association, joint venture, or any
combination thereof, of properly registered professional architects, or engineers, or surveyors and
mappers, as applicable, which has entered into this Agreement to provide professional services to
the City.
1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any
combination thereof, which has entered into a contract with the City for construction of City facilities
and incidentals thereto.
1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly
known as Capital Improvements and Transportation Program ("CITP").
1.12 Director means the Director of the City Department designated herein ("OCI") who has the authority
and responsibility for managing the specific Project or Projects covered under this Agreement. Unless
otherwise expressly specified herein or in a Work Order, for the purpose of this Agreement, the
Director is the top administrator of the Office of Capital Improvements or their designee.
1.13 Errors means items in the plans, specification or other documents prepared by the Consultant that
are shown incorrectly, or which contain material mistakes or omissions, which results in a change to
the Services and results in the need for the Contractor to perform rework or additional work or which
causes a delay to the completion of construction.
1.14 Errors and Omissions means design or similar professional deficiencies in the plans, specifications,
diagrams, maps or other documents or data prepared by the Consultant, which must be corrected for
the project to function or be built as intended.
1.15 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by
the City to make observations of Work performed by a Contractor.
1.16 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written
letter or directive issued by the Director or Project Manager acknowledging that all conditions
precedent have been met and/or directing that the Consultant may begin work on the Project.
1.17 Omissions means items that are not shown or included in the plans, specifications, or other
documents prepared by the Consultant which are necessary for the proper and/or safe operation of
the Project or required to meet the Scope of Services.
Design Criteria Professional for 5 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
1.18 Primary Services means those Services considered by City to be fundamental to the successful
management of the Project as stated in the RFQ, and in Attachment A of this Agreement.
1.19 Project Manager means an employee or representative of the City assigned by the Director to
manage and monitor Work to be performed under this Agreement or the construction of a project as
a direct representative of the City.
1.20 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared
on an annual basis that details the planned financial resources and implementation schedule and
strategies for the City's capital projects over a five (5) year period.
1.21 Project means the design, construction, alteration and/or repair, and all services and incidentals
thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be
further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement.
1.22 Professional Services means those services within the scope of the practice of architecture,
landscape architecture, professional engineering, or registered surveying and mapping, as
applicable, as defined by the laws of the State of Florida, or those performed by any architect,
professional engineer, or registered surveyor or mapper in connection with his or her professional
employment or practice. These services may be abbreviated herein as "architectural/engineering
services" or "professional services," as applicable, which are within this definition.
1.23 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all
attachments, and any authorized amendments thereto. In the event of a conflict between the Request
for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event
of any conflict between the Consultant's response to the RFQ, or the RFQ, and this PSA, this PSA
shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control.
1.24 Resolution means the document constituting the official approval of the City Commission as required
for the City Manager to execute this Agreement, or increase the Project Budget, among other matters.
1.25 Risk Management Administrator means the City's Risk Management Director, or their designee,
or the individual named by the City Manager to administer matters relating to insurance and risk of
loss for the City.
1.26 Scope of Services or Services means a comprehensive description of the activities, tasks, design
features, objectives, deliverables, and milestones required for the completion of a Project or an
assignment with enough detail to allow a reasonably accurate estimation of resources necessary for
its completion.
1.27 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise
("CBE"), means a firm which has been certified by Miami -Dade County who will provide architectural,
landscape architectural, engineering, or registered surveying and mapping professional services to
the Consultant as required pursuant to City Code Section 18-87(p).
1.28 Subconsultant means a person or organization of properly registered professional architects,
engineers, registered surveyor, or mapper, and/or other professional specialties that has entered into
a written agreement with the Consultant to furnish specified professional services for a Project or
task.
1.29 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an
hourly rate basis, for employees in the specified professions and job categories assigned to provide
services under this Agreement that justify and form the basis for professional fees regardless of actual
manner of compensation.
1.30 Work means all services, materials and equipment provided by/or under this Agreement with the
Consultant.
1.31 Work Order means a document internal to the City, which authorizes the performance of specific
professional services for a defined Project or Projects.
1.32 Work Order Proposal means a document prepared by the Consultant, at the request of the City for
Services to be provided by the Consultant on a specific phase of a Project.
Design Criteria Professional for 6 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM
The term of this Agreement shall take effect the date written above upon its execution by the authorized
officers and shall terminate upon satisfaction and completion of all the terms and conditions of the Project
by the Consultant.
2.01-1 Extension of Expiration Date
In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this
Agreement shall not expire, and shall remain in effect until completion or termination of said Project(s).
No new Work Orders shall be issued after the expiration date.
2.02 SCOPE OF SERVICES
The Consultant agrees to provide the Services as specifically described and under the special terms and
conditions set forth in Attachment A, Scope of Work, attached hereto, which is incorporated into and
made a part of this Agreement.
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS
Prospective Firms shall adhere to the following requirements:
1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified
by Miami -Dade County as a Small Business Enterprise ("SBE"), formerly referred to as
Community Business Enterprise ("CBE"), in good standing;
2) Place a specific emphasis on utilizing local small businesses from within the City's
municipal boundaries.
For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department
website at http://www.miamidade.00v/smallbusiness/certification-programs.asp. Failure to adhere to these
requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the
Agreement to be canceled.
2.04 COMPENSATION
2.04-1 Compensation Limits
The amount of compensation payable by the City to the Consultant shall generally be a lump sum not
to exceed/guaranteed maximum fee, based on the rates and schedules established in Attachment B,
Compensation and Payments, attached hereto, which is incorporated into this Agreement; provided,
however, that in no event shall the amount of compensation exceed total value at award of
$1,331,000.00 (One Million Three Hundred and Thirty -One Thousand dollars), which is comprised
of a lump sum fee of $860,000.00 for Phase I - Basic Services, $350,000.00 for Phase II - Dedicated
Allowances, and $121,000.00 for the Owner's Contingency Allowance, in total over the term of the
Agreement and any extension(s), unless explicitly approved by action of the City Commission or City
Manager, as applicable, and put into effect by written amendment to this Agreement. The contract is
currently funded through the end of Phase I, and any further work issued under Phase II and/or any of
the allowance accounts is subject to prior approval by the Office of Management and Budget. Also, the
City shall have the right to terminate this Agreement, in its sole discretion and without penalty, at any
time during or after Phase I, by giving written notice to Contractor at least thirty (30) calendar days prior
to the effective date of such termination.
The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall
not have any liability, nor will the Consultant have any recourse against the City for any compensation,
payment, reimbursable 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 set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation
Act, for Continuing Contracts. The Compensation Limits, as may be amended from time to time, shall
serve as the Guaranteed Maximum Price/Guaranteed Maximum Cost ("GMP").
2.04-2 Payments
Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment
shall be made in accordance with Florida Statute Chapter 218, Part VII, the 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
Design Criteria Professional for 7 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require
one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills
authorized and approved for travel expenses shall be submitted in accordance with Section 112.061,
Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for
the submission of invoices.
ARTICLE 3 PERFORMANCE
3.01 PERFORMANCE AND DELEGATION
The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise
provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as
constituting an agreement between the City and said other person or firm.
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL
Director or their designee may make written requests to the Consultant for the prompt removal and
replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any
personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work
pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen
(14) calendar days of receipt of such request with either the removal and replacement of such personnel or
written justification as to why that may not occur. All decisions involving personnel will be made by the
Consultant. Such request shall solely relate to the work of said employees under this Agreement.
3.03 CONSULTANT KEY STAFF
The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of
staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff."
The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as
said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the
Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their
designee with information required to determine the suitability of proposed new Key Staff. Director will act
reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or
liability for the individual's ability to perform.
3.04 TIME FOR PERFORMANCE
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by
the Director or the Director's designee and to complete each assignment, task, or phase within the time
stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement.
A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted
by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement
as stated herein. Such extension of time shall not be cause for any claim by the Consultant for additional
compensation or any damages.
3.05 STANDARD OF CARE
Consultant shall perform its services with the skill and care ordinarily employed by similar professionals
performing similar services for similar projects. Consultant is solely responsible for the technical accuracy
and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative
Code Chapter 61G1 and Chapter 471 (Engineering) of the Florida Statutes, as amended. Consultant shall
perform due diligence, in accordance with best industry practices, in gathering information and inspecting
a Project site prior to the commencement of design. Consultant shall be responsible for the professional
quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services
furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions,
and/or deficiencies in its designs, drawings, specifications, or other Services without additional
compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in
construction, including, but not limited to additional work, demolition of existing work, rework, etc., resulting
from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications, or
other Services.
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant, is a firm that was identified as part
of the consulting team during the competitive selection process by which the Consultant was chosen
Design Criteria Professional for 8 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
to perform the Services under this Agreement, and as such, is identified and listed in Attachment A,
Schedule Al - Subconsultants attached hereto and incorporated herein by reference.
4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director,
entered into a written agreement with the Consultant to furnish unique and/or specialized professional
services necessary for a Project or task described under Additional Services. Such Specialty
Subconsultant shall be in addition to those identified in Attachment A, Schedule Al -
Subconsultants.
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 and solely under the Consultant's direction, control, supervision, retention, and/or discharge.
4.03 CHANGES TO SUBCONSULTANTS
The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule
Al - Subconsultants without prior written approval by the Director or designee, in response to a written
request from the Consultant stating the reasons for any proposed change.
ARTICLE 5 DEFAULT
5.01 GENERAL
If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has
with the City, or becomes indebted to the City for any moneys which are fixed and unpaid, or fails to perform
any of its obligations hereunder, or is debarred or its equivalent pursuant to Florida Statute Section 287.133,
or is convicted of a "Public Entity Crime" as defined therein, then the Consultant shall be in Default. Upon
the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may
immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments,
advances, or other compensation paid by the City to the Consultant while the Consultant was in default
shall be immediately returned to the City. The Consultant understands and agrees that termination of this
Agreement under this section shall not release the Consultant from any obligation accruing prior to the
effective date of termination.
In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the
City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs
and expenses incurred by the City in the re -procurement of the Services, including consequential and
incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the
Consultant until such time as the actions giving rise to default have been cured.
5.02 CONDITIONS OF DEFAULT
A finding of Default and subsequent termination for cause may include, without limitation, any one or more
of the following:
5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure,
insurance, or bonding herein required.
5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under
this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with
the City, beyond the specified period allowed to cure such Default.
5.02-3 The Consultant fails to commence the Services within the time provided or contemplated
herein, or fails to complete the Work in a timely manner as required by this Agreement.
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE
The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of
Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in
said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute
discretion, may allow additional days to perform any required cure if the Consultant provides written
justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within
Design Criteria Professional for 9 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in
said notice, without the necessity of any further action by the City.
Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term
is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate
with the cause of such failure to perform or cure.
ARTICLE 6 TERMINATION OF AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The City, including the City Manager or the Director, has the right to terminate this Agreement for any
reason or no reason, upon ten (10) business days' written notice. Upon termination of this Agreement, all
charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work
authorized under this Agreement, whether finished or not, must be turned over to the Director or designee.
The Consultant shall be paid in accordance with provisions of Attachment B - Compensation and Payments,
provided that said documentation is turned over to Director within ten (10) business days of termination.
Failure to deliver the documentation timely shall be cause to withhold any payments due without recourse
by the Consultant until all documentation is delivered to the Director or designee.
6.01-1 The Consultant shall have no recourse or remedy, damages or claims, from any termination
made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses,
earned as compensation for the Services that were performed in complete compliance with the
Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may
have, or will have, against the City, its officials or employees. The Consultant has voluntarily
acknowledged the applicability of this Section by submitting a response to this solicitation.
6.02 CONSULTANT'S RIGHT TO TERMINATE
The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by
the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the
City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this
Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the
City's breach and afford the City sixty (60) calendar days to cure.
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has
not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of this provision, the City shall have the right to terminate the Agreement without
liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions,
percentages, gifts, or other consideration paid to undisclosed lobbyists or agents.
ARTICLE 7 DOCUMENTS AND RECORDS
7.01 OWNERSHIP OF DOCUMENTS
All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained
under this Agreement, as well as all data collected, together with summaries and charts derived therefrom,
including all electronic digital copies, will be considered works made for hire and will, based on incremental
transfer wherein the above shall become the property of the City upon payments made to the Consultant
or termination of this Agreement without restriction or limitation on their use, and will be made available, on
request, to the City at any time during the performance of such services and/or upon completion or
termination of this Agreement. The Consultant shall not copyright any material and products or patent any
invention developed under this Agreement. The City shall have the right to visit Project sites for inspection
of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain
copies, including reproducible copies, solely for information and reference in connection with the City's use
and occupancy of the Project.
7.02 DELIVERY UPON REQUEST OR CANCELLATION
Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director
or designee within ten (10) business days of cancellation, or within ten (10) business days of request by
Design Criteria Professional for 10 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the
Consultant delivers all such documents. The Consultant shall have no recourse from these requirements.
7.03 RE -USE BY CITY
It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision
for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole
option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with
this provision without the necessity of further approvals, compensation, fees or documents being required
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 NON -DISCLOSURE
To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third
person, firm or organization, without Director's or their designee's prior written consent, or unless incident
to the proper performance of the Consultant's obligations hereunder, or in the course ofjudicial 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, and Subconsultants to comply with the provisions of this paragraph.
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS
The Consultant shall keep adequate records and supporting documentation, which concern or reflect its
Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter
119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation
shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this
Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents
or representatives of the City, shall have the right to audit, inspect, and copy all such records and
documentation as often as they deem necessary during the period of this Agreement and during the three
(3) year period noted above, provided, however, such activity shall be conducted only during normal
business hours.
Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation:
(1) keeping and maintaining public records required by the City to perform the service; (2) upon request
from the City's custodian of public records, providing the City with a copy of the requested records or
allowing the records to be inspected or copied within a reasonable time at a cost that does not exceed the
cost provided in this chapter or as otherwise provided by law; (3) ensuring that public records that are
exempt or confidential and exempt from public records disclosure requirements are not disclosed except
as authorized by law for the duration of the contract term and following completion of the contract if the
contractor does not transfer the records to the City; (4) upon completion of the contract, transferring, at no
cost, to the City all public records in possession of the contractor or keeping and maintaining public records
required by the City to perform the service. If the contractor transfers all public records to the City upon
completion of the contract, the contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains
public records upon completion of the contract, the contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the City, upon request from
the City's custodian of public records, in a format that is compatible with the information technology systems
of the City.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT
(305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM,
OR REGULAR MAIL AT CITY OF MIAMI, OFFICE OF THE CITY
ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE
CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT
Design Criteria Professional for 11 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS
CONTRACT.
7.06 E-VERIFY
Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Consultant during the term of the Agreement and
shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement
to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the Subconsultant during the Agreement term.
ARTICLE 8 INDEMNIFICATION
The Consultant shall indemnify, hold harmless, save and defend (at its own cost and expense) the City, its
officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages,
losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused
by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant
and persons employed or utilized by Consultant in the performance of services under this Contract.
Consultant shall, further, indemnify, hold and save harmless, and defend (at its own cost) the City, its
officials and/or employees, against, any civil actions, statutory, contractual, tort, strict liability, or other
similar claims, actions, injuries or damages arising or resulting from the services provided, unless it is
alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the
term of this Contract. If any action or proceeding is brought against the City by reason of any such claim or
demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding
by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees
that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in
no way limit the responsibility to indemnify, keep, 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 administrative, regulatory, trial, appellate, supplemental or bankruptcy proceedings, or to provide
for such defense, at the City's sole option, against any and all claims of liability and all suits and actions of
every name and description which may be brought against the City, in connection with services performed
by the Consultant or persons employed or utilized by Consultant.
This indemnity shall survive the cancellation or expiration of this Agreement. This indemnity shall be
interpreted under the laws of the State of Florida, including without limitation and interpretation, which
conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable.
The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify
the City.
The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims
which may result from any actions or omissions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any
submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any
responsibility or liability of the Consultant or Sub -Consultant under this Agreement.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent
consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and
knowingly acknowledged by the Consultant.
ARTICLE 9 INSURANCE
The Consultant shall not start Services under this Agreement until the Consultant has obtained and
provided to the City all insurance required hereunder and the City's Risk Management Administrator or their
authorized designee, has approved such insurance.
9.01 COMPANIES PROVIDING COVERAGE
All insurance policies shall be issued by companies authorized to do business under the laws of the State
of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and
be rated at least "A-," in accordance with A.M. Best Company's Key Rating Guide, latest edition.
Design Criteria Professional for 12 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
9.02 VERIFICATION OF INSURANCE COVERAGE
The Consultant shall furnish certificates of insurance ("COI") to the Risk Management Administrator for
review and approval prior to the execution of this Agreement. The COIs shall clearly indicate that the
Consultant has obtained insurance of the type, amount, and classification required by these provisions, in
excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain
coverage with equal or better rating as identified herein for the term of this Agreement. The Consultant shall
provide written notice to the City's Department of Risk Management of any material change, cancellation
and/or notice of non -renewal of the insurance within thirty (30) calendar days of the change.
The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the City's Risk
Management Department within ten (10) business days of written request.
9.03 FORMS OF COVERAGE
9.03-1 Commercial General Liability and Automobile Liability
The Consultant shall maintain commercial general liability coverage written on a primary and non-
contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for
bodily injury and property damage. The coverage shall include Premises and Operations, Contingent
and Contractual Liability, and Products and Completed Operations, with additional endorsements as
applicable. Waiver of Subrogation applies in favor of the certificate holder.
The coverage shall be written on a primary and non-contributory basis with the City listed as an
additional insured as reflected by endorsement CG 2010 11 /85 or its equivalence. Notice of cancellation
should read thirty (30) calendar days and ten (10) business days for nonpayment.
9.03-2 Business Automobile
The Consultant shall provide business automobile liability coverage including coverage for all owned,
hired, and non -owned autos with a minimum combined single limit of $1,000,000.00 naming the City
as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30)
calendar days and ten (10) business days for nonpayment.
9.03-3 Professional Liability Insurance
The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage
in the minimum amount of $2,000,000.00 per claim, $2,000,000.00 aggregate providing for all sums
which the Consultant shall be legally obligated to pay as damages for claims arising out of the services
performed by the Consultant or any person employed by the Consultant in connection with this
Agreement. This insurance shall be maintained for at least two (2) years after completion of the
construction and acceptance of any Project covered by this Agreement. Coverage must reference the
retroactive date.
9.03-4 Worker's Compensation Insurance
The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes,
Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 per
occurrence.
9.03-5 Umbrella Liability
The Consultant shall maintain umbrella liability with limits of $2,000,000 per occurrence, $2,000,000
policy aggregate listing the City as an additional insured. The coverage shall be excess follow form
over all applicable liability policies contained herein.
The above policies shall provide the City of Miami with written notice of cancellation or material change
from the insurer not less than (30) prior to any such cancellation or material change.
The Company must be rated no less than A- as to Management and no less than A (V) as to Financial
Strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick
New Jersey, or its equivalent. All policies or certificates of insurance are subject to review and
verification by Risk Management prior to insurance approval.
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 their authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations
Design Criteria Professional for 13 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06,
Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then
readily available in the national market, and may request additional consideration from the City
accompanied by justification.
ARTICLE 10 MISCELLANEOUS
10.01 AUDIT RIGHTS; INSPECTION
The City reserves the right to audit the Consultant's accounts during the performance of this Agreement
and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies
of any records necessary, in the opinion of the Director, to approve any requests for payment by the
Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and
Section 18-102 of the City Code, are applicable to this Agreement, and are deemed as being incorporated
by reference herein as supplemental terms.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to time, represents the entire and integrated agreement
between the City and the Consultant and supersedes all prior negotiations, representations, or agreements,
written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any
respect, at any time after the execution hereof, except by a written document executed with the same
formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement
shall not be deemed to be a waiver of a breach of any other provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
These services are unique in nature and the Consultant was selected based on its ability to meet the
requirements of this competitive solicitation. 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, or 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, or any other
transfer of performance of the Agreement without City Commission approval, shall be cause for the City to
terminate this Agreement. The Consultant shall have no recourse from such termination. The City may
require bonding, other security, certified financial statements and tax returns from any proposed assignee
and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a
condition precedent to considering approval of an assignment.
The Consultant and the City each binds one another, their partners, successors, legal representatives, and
authorized assigns to this Agreement and to the partners, successors, legal representatives, and assigns
of such other party in respect to all covenants of this Agreement.
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE
In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under
the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting
the compensation are accurate, complete, and current at the time of NTP. The original Project price and
any addition thereto will be adjusted to exclude any significant sums by which the City determines the
Project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit
costs. All such price adjustments will be made within one (1) year following the end of the Project.
10.05 APPLICABLE LAW AND VENUE OF LITIGATION
This Agreement shall be interpreted and construed in accordance with and governed by the laws of the
State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this
Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees
except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification,
herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must
maintain an action to enforce the duty to indemnify the City.
10.06 NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic
mail, and registered United States mail, return receipt requested, addressed to the party for whom it is
Design Criteria Professional for 14 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
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:
Arthur Noriega, V
City Manager
Office of the City Manager
City of Miami
444 SW 2nd Avenue, 10th Floor
Miami, Florida 33130-1910
Email: ANoriega@miamigov.com
Phone: 305-416-1025
Annie Perez, CPPO
Director
Department of Procurement
City of Miami
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130-1910
Email: AnniePerez@miamigov.com
Phone: 305-416-1910
Victoria Mendez
City Attorney
Office of the City Attorney
City of Miami
444 SW 2nd Avenue, 9th Floor
Miami, Florida 33130-1910
Email: VMendez@miamigov.com
Phone: 305-416-1832
With Copies to:
Hector Badia
Interim Director
Office of Capital Improvements
City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130-1910
Email: HBadia@miamigov.com
Phone: 305-416-1236
For Consultant:
Kenneth Caban, P.E., BCEE, LEED®AP
Vice President
Tetra Tech, Inc.
6303 Blue Lagoon Drive, Suite 305
Miami, FL 33126
Email: Ken.Caban@tetratech.com
Phone: 305-908-1423
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
Design Criteria Professional for 15 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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
sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever
reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a
whole, including all the subsections of such Section, unless the reference is made to a subsection or
subparagraph of such Section or Article.
10.08 JOINT PREPARATION
Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against one of
the parties than any other.
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into this
Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
design and/or construction of the subject Project(s), and/or following the completion of the Projects(s), the
parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation
prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who
the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State
of Florida. The parties will split the costs of a certified mediator on a 50/50 basis regardless of the outcome.
The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants
and/or independent contractors retained for the Project(s), thereby providing for non -binding mediation as
the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees.
In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or
to file permissive counterclaims in any action arising under this Agreement.
10.11 TIME
Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement
and Work Orders pursuant hereto, and will give the Work as much priority as is necessary to cause the
Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed
strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines
established in this Agreement and/or Work Orders pursuant hereto.
10.12 COMPLIANCE WITH LAWS
The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions
including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable
guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement.
The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law
in connection with the performance of this Agreement.
10.12-1 Non -Discrimination
The City warrants and represents that it does not and will not engage in discriminatory practices and
that there shall be no discrimination in connection with the Consultant's performance under this
Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or
sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely
by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual
orientation, be excluded from participation in, be denied services, or be subject to discrimination under
any provision of this Agreement.
10.12-2 OSHA Compliance
The Consultant warrants that it will comply with all safety precautions as required by federal, state, and
local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's
access to City property, including Project jobsites, if the Consultant's employees are not properly
equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-
compliance with safety regulations is exhibited by the Consultant.
Design Criteria Professional for 16 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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 and II of the ADA (regarding nondiscrimination on the basis of disability) and all
applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative
steps to ensure nondiscrimination in employment of disabled persons.
10.13 NO PARTNERSHIP
The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership
or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the
City to any promise, debt, default, contract liability, or undertaking of the Consultant.
10.14 DISCRETION OF DIRECTOR
Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within
the exercise of the reasonable professional discretion of the Director or the Director's authorized designee.
10.15 RESOLUTION OF CONTRACT DISPUTES
The Consultant understands and agrees that all disputes between it and the City based upon an alleged
violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner:
The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit
a copy to the City of Miami personnel identified in Article 10.06, Notices.
Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their
dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06,
Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute
and issue a written finding.
Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their
dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal
of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said
notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written
finding.
The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager.
Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the
Consultant. Appeal to the City Manager for 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) calendar days has expired after submitting to the City Manager a detailed
statement of the dispute, accompanied by all supporting documentation, or a period of (90)
calendar days has expired where the City Manager's decision is subject to City Commission
approval; or
(Hi) The City has waived compliance with the procedure set forth in this section by written instrument(s)
signed by the City Manager.
10.16 INDEPENDENT CONTRACTOR
The Consultant has been procured and is being engaged to provide services to the City as an independent
contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be
entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights
generally afforded classified or unclassified employees. The Consultant further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to the Consultant, and
agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering
services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the
Consultant and the Consultant has no ability to bind the City in this regard.
10.17 CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the availability of funds and continued authorization for program
activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of
funds and/or change in programs or regulations, upon thirty (30) calendar days' written notice.
Design Criteria Professional for 17 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
10.18 THIRD PARTY BENEFICIARY
The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a
third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under
this Agreement.
10.19 ADDITIONAL TERMS AND CONDITIONS
If a PSA or other Agreement was provided by the City and included in this solicitation for the Project(s), no
additional terms or conditions, which materially or substantially vary, modify or alter the terms or conditions
of this Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all
such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other
Agreement.
10.20 SEVERABILITY
If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law
or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall
be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the
entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law
or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This
Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation
for convenience.
10.21 COUNTERPARTS; ELECTRONIC SIGNATURES
This Agreement may be executed in counterparts, each of which shall be an original as against either Party
whose signature appears thereon, but all of which taken together shall constitute but one and the same
instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force
and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this
Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on
the party whose name is contained therein. Any party providing an electronic signature agrees to promptly
execute and deliver to the other parties an original signed Agreement upon request.
END OF SECTION
Design Criteria Professional for 18 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
The Consultant shall act as the Design Criteria Professional and provide comprehensive civil engineering
and design services necessary to complete the Design Criteria Package for the Brickell Bay Drive
Improvements project (the "Project"). The Consultant shall provide said services in accordance with Section
§287.055 Florida Statutes, as amended, otherwise known as CCNA.
A1.01 SCOPE OF SERVICES
The City is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th
Street to Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and
protect it from future storm surge and sea level rise while encouraging waterfront connectivity, creating
open space, and improving the natural environment and the local ecosystem. Creating a long-term
stewardship structure that protects and enhances quality of life and public and private investments is
essential to keeping the Brickell Bay Drive waterfront area a functional, long-term resilient and adaptable
asset. Consultant may be required to perform all or some of the services described in this Agreement,
depending on the needs of the City for the Project. Consultant shall furnish comprehensive civil engineering
and design services for the Project including, but not limited to, those services described in Article A2,
"Overview of Professional Design Services."
A1.02 WORK ORDERS
When OCI has determined that a specific phase of a Project is to proceed, the Director or authorized
designee will request in writing, a Work Order Proposal from the Consultant based on the proposed Scope
of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director
or designee, and others if appropriate, may have preliminary meetings, if warranted, to define the Scope of
Services further and to resolve any questions. The Consultant shall then prepare a Work Order Proposal
following the format provided by the City, indicating the proposed Scope of Services, time of performance,
staffing, proposed fees, Subconsultants, and deliverable items and/or documents.
The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order
Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal
OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. OCI will
issue a written Notice to Proceed ("NTP") after approval of the Work Order by the Director or designee.
A1.03 PAYMENTS
The City will pay the Consultant in accordance with provisions and limitations of Attachment B,
Compensation and Payments. No payment will be made for the Consultant's time or services in connection
with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work
Order, NTP, and/or Purchase Order.
ARTICLE A2 OVERVIEW OF PROFESSIONAL DESIGN SERVICES
The Consultant shall provide interdisciplinary services necessary to complete the Design Criteria Package
("DCP") for the City that shall encompass all necessary documents required for the future advertisement of
a Design/Build RFP solicitation.
The Consultant shall, consider, evaluate and prioritize all broad and specific threat assessments for the
project. In addition, the Consultant shall focus on project -level planning and design that have been
identified as high -priority after previous City assessments and scoping efforts completed in August 2018 as
part of the 100 Resilient Cities initiatives.
The Consultant shall provide all DCP documentation sufficient for the design -build reconstruction of the sea
wall and roads (at or above grade), development and coordination of architectural standards for pedestrian,
recreational, and vehicular waterfront access and passive contemplative areas, an enhanced bay
walk/linear park, and bicycle path(s), and/or implementing other innovative urban, architectural, and/or
engineering measures to mitigate the effects of natural hazards through green, blue, and gray infrastructure.
The Project may include, drainage improvements, stormwater modeling, reconstruction, milling and
resurfacing, sidewalks, Americans with Disabilities Act ("ADA") compliant ramps, curb and/or gutters,
pavement markings and striping, roadway signage, lighting, utility coordination, traffic engineering,
Design Criteria Professional for 22 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
landscaping, irrigation services, related permitting, and preparation of environmental mitigation plans, or
any ancillary infrastructure requirements, as applicable.
The urban, engineering, and architectural design alternatives that will be designed for the Project could
have inherent environmental consequences that need to be considered as part of the DCP. Factors relating
to tidal and storm surge, drainage, the ecosystem of Biscayne Bay, transportation, cultural resources, urban
design/visual aspects, open space and recreation, and topography need to be considered.
As such, the Consultant shall conduct an analysis of potential risk and insurance impacts from the proposed
improvements as well as an analysis on alternate financing mechanisms. To frame the analysis, the City
has defined the Project area boundary to be explored as a 60-foot Right of Way (ROW) from Brickell Bay
Drive from Southeast 14th Street to Southeast 15th Road. For the seawall, the footprint shall remain as the
existing one to avoid navigable waterways impact. Notwithstanding, the Consultant is expected to evaluate
other alternatives during the initial planning phase beyond these boundaries to determine if there are other
viable solutions that the City should consider.
Finally, the Consultant shall perform site visits with City staff to determine the final Scope of Services for
the Project prior to begin negotiations.
A2.01 DESIGN CRITERIA PROFESSIONAL DUTIES
The Consultant shall be fully responsible for carrying out all functions necessary to provide civil engineering
and design services for the Project. The Consultant will be the City's Design Criteria Professional and serve
as the Owner's Representative during the construction phase of Project. As such, the Consultant will be
available to any questions the City may have on an as needed basis. The Consultant shall immediately
advise the Project Manager of any omissions, substitutions, defects, and deficiencies noted in the work of
the Contractor and the corrective action needed to be taken and/or taken.
A2.02 GENERAL REQUIREMENTS
General requirements and responsibilities of the Consultant are provided in Article Al, "General."
Requirements and activities to be undertaken by Consultant shall be as detailed in each Work Order
Proposal accepted and pursuant to terms and conditions of this Agreement.
A2.03 COORDINATION, MEETINGS, AND PRESENTATIONS
The Consultant shall coordinate all activities, correspondence, reports, and other communication related to
the Project with the Project Manager. Upon request, this information shall be made available to the Project
Manager. All activities and decisions of the Consultant relating to the Project shall be subject to review by
the City's Project Manager. Specific activities are detailed below:
A2.03-1 Kickoff Meeting
The Consultant will attend a project kick-off meeting with the project team and City staff to discuss the
project objectives and considerations, identify key team members, review the project scope and
schedule, discuss the overall project work plan, deliverables, critical milestones, and determine
available information. The Consultant will prepare a meeting agenda and meeting minutes for
distribution to meeting attendees.
A2.03-2 Project Meetings and Presentations
The Consultant will attend project meetings with City staff. The purpose of these meetings is to discuss
project's progress and other coordination activities.
The project meetings will be conducted through the completion of the design criteria package. The
Consultant's staff and subconsultants will attend the meetings at City facilities in person or by
teleconference. For each meeting conducted, the Consultant will prepare an agenda, prepare materials
for the meeting, summarize the meeting discussion, and prepare meeting minutes. I
A2.03-3 Other Meetings and Presentation
The Consultant will attend up to six (6) project meetings with other consultants and entities as well as
coordination with local government and entities.
The project meetings will be conducted as needed through the completion of the design criteria
package. The Consultant's staff and subconsultants will attend the meetings in person or by
teleconference. For each meeting conducted, the Consultant will prepare an agenda, prepare materials
for the meeting, summarize the meeting discussion, and prepare meeting minutes.
Design Criteria Professional for 23 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The following meetings are anticipated:
Phase
Purpose
Location
Design Alternative Analysis
Kickoff Charrette
In -person meeting with City
Staff + Team (pending COVID
19 restrictions)
Design Alternative Analysis
Presentation to Review Plan
Alternatives
In Person / Virtual
Design Alternative
Presentation to Review
Selected Alternative
In Person / Virtual
Design Alternative Guidelines
Presentation to Review
Submission
In Person / Virtual
Design Criteria) Package
Meeting to Discuss package
components
In Person / Virtual
Design Criteria Package
Meeting to Discuss Final
Package Prior to Release
In Person / Virtual
A2.04 VISION STATEMENT, GOALS, AND OBJECTIVES
The purpose of this task is to draft the initial vision statement, purpose, need, goals and objectives and
revisions thereto.
Subsequent to the Kick -Off Meeting, the Consultant, in collaboration with the City, shall prepare an initial
vision statement expressing a long-term idea of what the Project Area will become using the information
provided by the City regarding Project Budget, City and State procedures, guidelines, forms, and formats
including previous City assessments and scoping efforts completed in August 2018 as part of the 100
Resilient Cities initiative. This vision shall include the Project Area vulnerable to flood inundation damages,
and clearly describe the purpose and need of the Project, as well as its goals and objectives. This
information will also include the Project's level of service (LOS) for items such as storm surge protection,
stormwater management, walkability, traffic mobility, public realm, water quality, and tree canopy goals.
For the purposes of this Project, recommended actions shall adapt or restore natural features or
engineering -designed features where necessary, to mitigate flood threats as well as enhance the Project's
public spaces.
The initial deliverable will be a one -page visions/goals statement that will set tone of the project and be
used throughout the planning and design process. In addition, an initial set of Project long-term goals and
objectives will be created to provide a realistic framework for achieving the vision as well as help focus
limited resources. The Consultant shall submit the draft initial vision statement, goals and objectives to the
City for review and approval. Based on information gathered from the characterization and comments from
the City and public, the Consultant shall refine the initial vision statement and goals and objectives.
A2.05 CIVIL ENGINEERING AND DESIGN SERVICES
The Consultant shall perform all services necessary to coordinate properly the activities of all parties
involved in completing the Project. The services shall at minimum include, but are not limited to, the
following:
A2.05-1 Surveying
The Consultant will prepare a topographic survey to document all current improvements aboveground
and underground. The survey will include the following areas:
■ Brickell Bay Drive from SE14th Street to SE 15th Road and finished floor elevations of adjacent
properties.
The survey, prepared by a State of Florida licensed Professional Surveyor and Mapper/s, will locate
and identify all improvements including, asphalt pavement, pavement markings, buildings, concrete
pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull boxes,
telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails,
Design Criteria Professional for 24 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
pavement limits, headwalls, endwalls, manholes, vaults, driveways, right-of-way limits, landscaping,
trees three (3) inches in diameter or greater, traffic signage, other signage, pavement striping, any other
visible improvements within the project limits, and any other utility records provided. Specifically, the
survey will:
• Provide the rim, top, bottom of structure, and invert elevations of all existing sanitary sewer
manholes, drainage culverts, manholes, and catch basins. City shall provide access to locked
and/or restricted access structures.
• Locate and/or provide permanent construction controls on site in State Plane Coordinates
(1983 adjustment) and vertical control based on North American Vertical Datum of 1988
(NAVD88). Horizontal control data shall be relative to the Florida State Plane coordinate
system, East Zone, North American Datum of 1983/1990 adjustment.
• Show platted rights -of -way, easements and property boundaries on the survey for the project
route. Any easements shown will be based on platted easements or documents that may be
found in the public records. As such, there may be easements or other exceptions that may
affect the property not shown without having a title search or opinion of title provided to the
Consultant.
• Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines
throughout limits of project. This will require field recovery of centerline control, and property
corners through each listed street.
• Create a digital baseline covering the beginning and end of the project and all changes in
direction.
• Provide a DTM of the areas and cut cross sections at 50-foot intervals along Brickell Bay Drive
to extend 20 feet beyond the right-of-way lines and include elevations at the centerline, edge
of pavement, top of curb, back of sidewalk, low and high points, lane line, drainage ditches
(when applicable).
• Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other
elevations will be provided at 50-foot intervals minimum and will include edge of pavement,
flow line, top of curb, and back of sidewalk elevations (and will extend 20 feet beyond the right-
of-way lines).
• Show survey features, baseline, baseline points, and drainage information, including inverts,
pipe size, material and direction of visual.
• Prepare digital maps that shall delineate all field collected data as well as existing limits of
nearby public rights -of -way (CAD files will be provided; "dwg", "dgn", and "tin" files compatible
with Autodesk Civil3D).
• Provide finished floor elevations of all structures abutting Brickell Bay Drive (6 buildings were
identified).
A2.05-2 GeotechnicalInvesticlation
A geotechnical engineering evaluation and subsurface exploration will be performed to facilitate design
and construction of the proposed improvements. The scope of the geotechnical investigation includes:
• Five (5) asphalt pavement cores along Brickell Bay Drive,
• Seawall Borings - Drill and sample two (2) borings to depths of approximately 60 feet below
grade on the upland side of the existing seawall. In cohesionless soils, perform the Standard
Penetration Test (SPT). The SPT borings will be performed with a drill rig using rotary drilling
procedures. Samples of the in -place materials will be recovered with a standard split barrel
sample spoon driven with a 140-pound hammer falling 30 inches (the Standard Penetration
Test in accordance with ASTM D1586). In cohesive and semi -cohesive soils, use a 30-inch
long, thin -walled Shelby tube to take relatively undisturbed samples. Upon completion of the
field work, each borehole will be backfilled with excavated soil/rock, the surface patched and
the site generally cleaned.
• Drill and sample four (4) Standard Penetration Test (SPT) borings to depths of approximately
10 feet below grade. The SPT borings will be performed with a drill rig using rotary drilling
procedures. Samples of the in -place materials will be recovered with a standard split barrel
sample spoon driven with a 140-pound hammer falling 30 inches (the Standard Penetration
Design Criteria Professional for 25 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Test in accordance with ASTM D1586). Upon completion of the field work, each borehole will
be backfilled with excavated soil/rock, the surface patched and the site generally cleaned.
■ Perform two (2) field permeability tests at the same boreholes, where the SPTs were
performed. The tests will extend to a depth of 15 feet below existing grade. The tests will be
performed in general accordance with the South Florida Water Management District's Usual
Open Hole Procedure. Upon completion the testing, test boreholes will be abandoned with
cement grout to the ground surface.
A geotechnical engineer will review the soil samples and representative samples will be tested for
physical properties such as moisture content, sieve analysis, fines content, organic content, Limerock
Bearing Ratio (LBR), unconfined compression test and split tensile test. The results of the field
exploration and laboratory test results will be the basis for the geotechnical engineering report.
A2.05-3 Cultural Assessments Services
The Consultant will provide a Letter of Agreement that includes an archaeological management plan
for the required archaeological services. This will be provided along with a copy of the site plan and
photographs of existing conditions as part of the Certificate to Dig application.
A2.05-4 Physical and Environmental Literature Review and Data Compilation
A reliable set of physical and environmental data for use in the engineering analysis, environmental
evaluation, and design is necessary for project success. The Consultant will acquire existing relevant
information for an understanding of the existing datasets including bathymetric survey data,
geotechnical investigations, engineering documents, environmental assessments, and other pertinent
information that exists for the project area. Existing data to be collected is limited to the following, as
applicable:
■ Winds
■ Waves
■ Tides
■ Currents
■ Geotechnical/geophysical data
■ Bathymetric Data
■ Historical aerial photography
■ Benthic Community
■ Listed species
■ Fisheries
■ Water Quality
Survey data beyond what is described in the task above will rely on existing information for the area.
The existing data will be assessed for quality and applicability to the project area and reviewed for data
gaps. The Consultant will only apply quantitative and qualitative data determined to provide valuable
content to the project. The efforts associated with this task are intended to avoid a duplication of efforts
and to identify quality supplemental information useful for assessing the feasibility of the project. A
summary of the desktop investigations will be included in the DCP.
A2.05-5 Arborist Services
The Consultant will provide certified arborist services including a tree resource evaluation for the trees
and palms within the project area. The trees and palms will be numbered and located on the project
survey provided as part of Task A2.05-1. The tree resource evaluation will include numbered photos of
the trees, and palms, condition rating, size of tree protection and critical root zones, and measurements.
The trees and palms will be rated in accordance with ANSI A300 (Part 5) — 2012, Annex A, Management
Report Information. Trees and palms will be rated Good, Moderate, or Poor.
The report will follow the Levels and Scope of Tree Risk Assessment from the ANSI A300 Part 9- 2017:
Levels of tree risk assessment; Level 1 limited visual tree risk assessment, Level 2 basic tree risk
assessment, and Level 3 advanced tree risk assessment. The scope of this report/evaluation is limited
to a Level 2 Assessment for all trees and palms onsite.
A2.05-6 Infrastructure and Utility Verification
Coordination with infrastructure and utility companies shall be performed during the development of the
DCP by the Consultant.
Design Criteria Professional for 26 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Consultant will identify the utility agencies / owners (UAOs) companies with facilities within the project
area. Consultant will review existing plans, check with Sunshine One Call, and City of Miami, and
prepare and update a utility coordination matrix. Consultant's scope of work does not include the
performance of sub surface exploration. Utility information will be obtained from utility agencies.
Consultant will perform the utility verification for the existing power, telecommunication, cable television,
fuel lines, natural gas, water, sewer and drainage facilities, and other identified facilities within the limits
of the project.
Before any contact with the UAOS, Consultant will attend a meeting with the City to receive guidance,
as may be required, to assure that all necessary coordination will be accomplished in accordance with
the City. Consultant will bring a copy of the design project work schedule reflecting utility activities.
Consultant will coordinate with Sunshine State One Call of Florida, Inc. (SSOCOF) to open Design
Tickets, will contact all existing utilities provided by SSOCOF, and will submit sketches of the proposed
work to obtain available atlas, mark-ups, records, as-builts, etc.
The locations of the existing underground utilities will be depicted based on the records received, by
using the above ground visible features (i.e. valves, manhole covers, inlets) to approximate the
locations of the utilities.
The horizontal locations of services will be approximated, to the extent possible, based on the limited
information provided and above ground visible features within the ROW (i.e., valve boxes, meter boxes,
aboveground facilities, etc.).
Vertical locations for sewers will be approximated, to the extent possible, based on invert elevations at
manholes and inlets, if accessible, etc. Vertical locations for services and laterals will be assumed
based on the Miami -Dade County Water and Sewer Department (WASD) standards.
A2.05-7 Transportation Analysis
A lack of multi -modal connectivity combined with high traffic volume and flooding impacts, makes
transportation related issues one of the most significant stressors for the Project. As such, the
Consultant will analyze the transportation systems in Brickell Bay Drive and its surrounding areas to
identify feasible alternatives. These alternatives could include modification of traffic patterns, different
parking schemes, interventions of pedestrians and bicycle networks, and impacts of raising the grade
of the road, among others.
Transportation analysis must be conducted under non -pandemic conditions.
A2.05-7(a) Methodology Determination
Prior to initiating the transportation analysis, the Consultant and City of Miami will provide a
methodology correspondence to the Miami -Dade County Department of Transportation and
Public Works outlining the analysis procedure and assumptions. The purpose of this
correspondence is to outline the requirements of the transportation analysis. The Consultant will
revise the methodology correspondence one (1) time, if necessary, in response to agency
comments.
A2.05-7(b) Traffic Data Collection
Turning movement counts will be collected at a maximum of 28 intersections and driveways
during the A.M. (7:30 A.M. to 9:30 A.M.) and P.M. (4:00 to 6:00 P.M.) peak periods of a typical
weekday (Tuesday, Wednesday, or Thursday) while local schools are in session.
All traffic counts will be adjusted to account for seasonal variation using the appropriate Florida
Department of Transportation (FDOT) seasonal adjustment factors to represent peak season
traffic conditions. Figures depicting peak season turning movement counts will be prepared.
Existing signal phasing and timing patterns will be obtained from Miami -Dade County Department
of Transportation and Public Works — Signals and Signs Division for the signalized intersections
required to be evaluated in this analysis.
Design Criteria Professional for 27 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.05-7(c) Volume Development
A background growth rate will be calculated based on historic growth trends at nearby Florida
Department of Transportation (FDOT) traffic count stations. Additionally, growth rates based on
the Miami -Dade Transportation Planning Organization's (TPO) projected 2015 and 2045 model
network volumes will be examined. The higher of the two (2) growth rates will be used to develop
future year traffic volumes. Documentation will be provided in the Appendix of the traffic impact
study.
Study area intersections and driveways volumes for existing (2020) and long-term (2045) will be
prepared for a maximum of four (4) build alternatives and one (1) no -build base condition.
Committed development traffic information provided by the City of Miami will be included in
background conditions. It is expected that the City will provide the corresponding approved traffic
study for any committed projects identified.
A2.05-7(d) Capacity Analysis
Vehicular roadway conditions will be examined to determine the level of service for the study
area intersections for existing (2020) and long-term (2045) conditions during the A.M. and P.M.
peak hours. Background traffic growth will be factored into the analysis.
Two (2) capacity analysis scenarios will be examined for each build and no -build alternative:
existing and future year 2045. The intersection capacity analysis will be analyzed using
Trafficware's SYNCHRO software which apply methodologies outlined in the Highway Capacity
Manual, 6th/2010/2000 Editions.
A2.05-7(e) Documentation of Findings
The results of the capacity analysis will be documented in a report that will include graphics and
tabulations, plus text to describe the study procedure, key assumptions, findings, and
recommendations. The study will be submitted to Miami -Dade County Department of
Transportation and Public Works. A maximum of five (5) bound copies will be provided along
with an electronic (PDF) copy.
A2.05-7(f) Miami -Dade County Department of Transportation and Public Works
Coordination
The study findings and recommendations will be provided to the Miami -Dade County Department
of Transportation and Public Works — Traffic Engineering Division. If needed, the Consultant will
attend one (1) meeting with County staff to discuss the preferred enhancement alternative.
Responses to a maximum of two (2) County staff comment sets will be prepared.
A2.05-8 Drainage System Analysis and Preliminary Design
The City's current Stormwater Master Plan and hydrologic/hydraulic model will be utilized by the
Consultant's localized analysis of the drainage system in Brickell Bay Drive and adjacent areas.
The Consultant will build on this Stormwater Master Plan to model a set of multiple climate scenarios
and/or weather events in future years and assess the effects of adaptation interventions, interior
drainage interventions (both green and gray), and/or improvements to storm sewer and pumping
infrastructure. The analysis will explore a range of drainage solutions and technologies while
anticipating a combination of interventions at multiple points in time and factoring in limitations such as
the availability of capital funding. Specific activities will include but not limited to:
■ Creating a working drainage basin map to be used in defining the system hydrology. This map
will incorporate drainage basin boundaries, existing survey and/or LiDAR and field
observations, as necessary, to define the system. Basin delineations will also include any
existing collection systems.
■ Analyzing, determining, and documenting high water elevations per basin which will be used
to set roadway profile grade and roadway materials.
■ Delineate contributing drainage areas, determine runoff, inlet locations, and spread. In addition,
hydraulic losses will be calculated, design tailwater and outlet scour protection.
Design Criteria Professional for 28 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Performing preliminary design of Stormwater Systems to provide stormwater treatment and
attenuation.
■ Determining the size and modeling the stormwater management Systems using a routing
program.
■ Making a preliminary evaluation of potential needs of drainage wells based on well capacities
in the vicinity of the project.
■ Gathering data including desktop analysis of local, state and federal Drainage permits.
■ Performing field reviews.
The Consultant will coordinate and/or meet with representatives of agencies that will have jurisdiction
over stormwater management for the project to collect data and identify criteria governing stormwater
collection, retention/detention, pre-treatment, discharge and/or overflow. These agencies may include
some or all of the following:
■ Miami -Dade County Department of Transportation and Public Works (DTPW).
■ Water Control Section of the Miami -Dade County Department of Regulatory and Economic
Resources (RER)
■ Miami -Dade County Pollution Remediation Section (PRS)
■ City of Miami Department of Public Works (MDPW)
■ South Florida Water Management District (SFWMD)
■ Florida Department of Environmental Protection (FDEP)
■ U.S. Army Corps of Engineers (USACE)
A2.05-9 Collection and Review of Existing Documents Relevant to Local and Climate Change
Planning
The Consultant recognizes that it is critically important to link this project with other existing planning
efforts to ensure consistency across vision and goals, as well as for specific recommendations.
Therefore, the Consultant will develop a list of local and climate change documents that will be reviewed
including, but not limited to:
■ Miami -Dade County Comprehensive Development Master Plan
■ Miami 21 including Waterfront Design Standards
■ Unified Sea Level Rise Projection Southeast Florida
■ City of Miami Transportation Master Plan
■ Back Bay Study
■ Miami -Dade County Coastal Risk Management Study
A2.05-10 Environmental Studies and Permitting
The Consultant will perform a records search for readily available environmental and ecological
information for the project site. The search will include sources such as RER, FDEP, USEPA, and US
Fish and Wildlife Service and will include shapefiles, maps, and tables. Moreover, the Consultant will
perform literature review studying and identifying the required approvals and permitting pathways (i.e.,
City, State, Federal) for the Project. Services may also include developing approaches for mitigation as
it relates to permitting and implementation.
The task involves coordination with various city departments including, but not limited to, OCI , Building,
Zoning, Planning, , and Resilience and Public Works, and various other organizations and agencies,
including, but not limited SFWMD, , U.S. Army Corps of Engineers, Miami -Dade County Environmental
Resources Management, U.S. Fish and Wildlife Services, NOAA National Marine Fisheries Services
,and the Florida Fish, and Wildlife Conservation Commission. As such, the ability of the Consultant to
coordinate with multiple agencies will be important.
The Consultant will schedule, coordinate, prepare for, and lead/participate (as deemed appropriate by
the City) in an agency Pre -Application Meeting/Conference. The Consultant will develop a meeting
agenda and PowerPoint presentation of the selected alternative that will be distributed to all attendees
in advance of the meeting. The principal objective of the meeting will be to obtain agency input and to
Design Criteria Professional for 29 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
identify any specific concerns with respect to the implementation of the design approach, mitigation
requirements, and permitting options.
The Consultant will identify the required approvals and permitting pathways (i.e., City, State, Federal)
for the selected alternative. Additionally, the Consultant will develop approaches for mitigation as it
relates to permitting and implementation.
A2.05-11 Seawall Biological Survey
As a preliminary investigation for any seawall specific improvements and/or a terraced living shoreline
approach, the existing seawall and the benthic substrate immediately adjacent to the seawall (out to 3
meters) will be investigated by the Consultant's biologists. The seawall investigation area will need to
be free and clear of vessels to allow our staff access.
The Consultant's scientists will collect qualitative and quantitative data of the benthic resources located
on the seawall, from the high-water line to the seafloor. If present, scleractinian coral colonies will be
identified to species level and assessed for maximum size (to nearest cm) and overall health.
Representative photographs will be taken using an underwater camera. The benthic substrate at the
base of the seawall out to 3 meters will be assessed for seagrasses or other benthic functional groups
to satisfy environmental permit requirements.
A Field Observation Report will be prepared documenting methodology and observations obtained
during the seawall survey and will include relevant photographs.
A2.06 ADAPTATION PLANNING
The Brickell Bay Drive waterfront area, because of its proximity to the coast and to Miami River as well as
its marginally lower elevations compared to surrounding areas, will be subjected to a range of climate
change impacts that need to be considered for planning the design of revitalization and improvements of
the site and surrounding areas. These include hydraulic and hydrologic effects focused on changes in
precipitation, sea level rise, changes in the frequency and magnitude of coastal storms and associated
storm surge levels.
This task will help focus the resiliency goals of the project; identify the range of future conditions that need
to be considered; evaluate the vulnerability of the built environment, the natural ecosystems, and the
affected human communities; and evaluate potential adaptation options. This is envisioned as a high-level
analysis to be performed using available public domain geospatial data on climate impacts in the project
area and the surrounding region. The outcome of this task will form the basis for more detailed field studies
and data collection, feasibility evaluation, engineering design and cost estimation of alternatives, to be
accomplished in related tasks described in this Scope of Work.
Planning and design of the area will need to consider, for example, vulnerability to coastal flooding from
sea level rise, changes in the frequency and magnitude of tropical storms/hurricanes and associated storm
surge and increasing air temperature. Future projections of these hazards have been reported for Southeast
Florida for different time horizons over the 21st century and considering different sea level rise scenarios
and storm tracks and will be used for this analysis. Important published resources to be used for this
analysis include LiDAR elevation and bathymetry data for the Southeast Florida coastal region for 2018,
published by the National Oceanic and Atmospheric Administration (NOAA) Digital Coast Programl and
maximum water heights for different category storms with different storm tracks using the SLOSH (Sea,
Lake, and Overland Surges from Hurricanes) model, also developed by NOAA.2 Flooding from storm surge
depends on many factors, such as the track, intensity, size, and forward speed of the hurricane and the
characteristics of the coastline, and recent public resources have made a great deal of this information
available. Additional public data on frequency of flooding impacts by property location in the project area3
also provides insight into economic impacts under conditions with and without implementation of adaptation.
The Services may include evaluation and analysis of a wide variety of climate adaptation approaches,
including land use policies, private property adaptation and public infrastructure that could be applied to the
Project to ameliorate the impact of these effects. The analysis will also need to consider impacts to private
property and how the Project ties into nearby marine environment, greenspaces, and infrastructure
https://coast.noaa.gov/digitalcoast/data/
2 https://epa.maps.arcgis.com/apps/MapSeries/index.html?appid=852ca645500d419e8c6761b923380663
https://riskfinder.climatecentral.org/
Design Criteria Professional for 30 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
corridors overlaps with other climate adaptation and storm surge mitigation projects occurring in the City.
Feasibility should be looked at from the perspectives of implementation, construction, operations, and
maintenance.
As part of the Services, the Consultant will confirm existing conditions and physical constraints by
conducting historical review; conducting topographical and geotechnical surveys; potential contamination
investigations; underwater investigations, inspections, and/or testing; benthic survey; tree survey; utility
surveys, site investigations, and any related necessary services as described in A2.05.
The Consultant will consider resilience goals (e.g., reducing storm surge impacts), conservation goals (e.g.,
restoring ecosystems and/or creating a new habitat for native species), and community goals (e.g.,
protecting critical real estate assets and enhancing public space and access)., improving mobility and
walkability, public realm, water quality, and tree canopy.)
The planning effort will include an iterative process to assess the City and community's goals against
engineering feasibility, design, permitting, and financial modeling, and lay a clear path forward for the
Design/Build RFP solicitation. This will include an analysis of the various financing and funding pathways
available with the different design alternatives as described in Section A2.07-2(a).
The Consultant will prepare opportunities and constraints diagrams that will describe the existing site
conditions. These diagrams and findings, coupled with the background data, will help to inform the
deliverables during the Design Alternative Analysis stage of work.
A2.06-1 Adaptation Planning Framework Informed by Resilience, Conservation, and
Community Goals Development
The Consultant will develop a framework for adaptation planning aligned with the City's resilience goals
(e.g., reducing storm surge impacts), conservation goals (e.g., restoring ecosystems and/or creating a
new habitat for native species in the project area or general vicinity), and community goals (e.g.,
protecting critical real estate assets and enhancing public space and access), improving mobility and
walkability, public realm, water quality, and tree canopy). This framework will be used to: (1) identify
key assets and high-level potential adaptation options to support goals, and (2) to analyze tradeoffs
among these options. It is envisioned that the Consultant will solicit the input of the City and outside
stakeholders to refine these elements of the framework. This adaptation planning framework will be
documented as a task report, with potential applicability to other coastline redevelopment/revitalization
projects in the region.
A2.06-2 Vulnerability of the Brickell Bay Drive Waterfront Area to Climate Change, Sea Level
Rise, and other Hazards Assessment
To design the project, an assessment of vulnerability must be conducted to inform adaptation planning.
The Consultant will conduct a vulnerability assessment using the best available data and projections.
The vulnerability assessment will examine the impacts to key assets identified in the framework that
best represent the City's goals. The Consultant will develop a list of climate variables and projections
such as for air temperature, precipitation extremes and durations, mean sea level rise, tidal water
extremes, storm surge, and other variables that will be used to assess vulnerability. Some of these
quantities are tied to specific time horizons, and the Consultant will work with the City and other regional
planning efforts to help select the projections for future work. These projections will be reviewed and
agreed upon with the City. To the extent possible, the assessment will cover the three key components
of vulnerability: exposure, sensitivity, and adaptive capacity. The projections together with the results
of the vulnerability assessment will be used to support proposed modifications to the Design Guidelines
listed in A2.08
A2.06-3 Tradeoff among Adaptation Options for the Project Development and Analysis
Using the results of the vulnerability assessment, the Consultant will develop options to support the
City's vision to adapt Brickell Bay Drive and protect it from future storm surge and sea level rise while
encouraging waterfront connectivity, creating open space, and improving the natural environment and
the local ecosystem. Adaptation options may include a combination of shoreline hardening, protection,
accommodation, and ecosystem -based adaptation. Each option will describe key implementation
measures (i.e. land use policies, land acquisition, public infrastructure) and triggers (i.e. environmental
thresholds such as number of high tide flood days).
Design Criteria Professional for 31 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The consultant will conduct a high-level analysis of tradeoffs among the adaptation options in
supporting the City's goals and vision for the area. The benefit of this approach is that a wider range
of impacts and adaptation can be considered during this phase, prior to more detailed, site -specific
feasibility, design, and cost estimation. The analysis will consider impacts to private property and how
the Project ties into nearby marine environment, greenspaces, and infrastructure corridors overlaps
with other climate adaptation and storm surge mitigation projects occurring in the City. Feasibility swill
be examined at a high level from the perspectives of implementation, construction, operations, and
maintenance to lay a clear path forward for the Design/Build RFP solicitation. This work will be
documented as the Brickell Road Project Adaption Options Report to be provided as a deliverable to
City. Feasible adaptation options will form the basis developing and analyzing viable design alternatives
for the Project as described in A2.07.
A2.07 REAL ESTATE IMPACT ASSESSMENT AND IMPLEMENTATON STRATEGY
A2.07-1 Real Estate Impact Assessment
A2.07-1(a) Market Scan
The Consultant will evaluate current market conditions in the Brickell Bay Drive vicinity, with a
specific focus on residential, office, retail, and hotel space, within the context of Miami. This
evaluation will provide an understanding of the state of the market today and establish a baseline
when considering how new investment may impact the neighborhood.
A2.07-1 (b) Development Site Scan
Based on the market scan and a review of properties in the Brickell Bay Drive vicinity, the
Consultant will identify locations with strong potential to support new development in the
neighborhood and contribute to identified goals for the district as well as neighborhood investment
and growth.
A2.07-1(c) Impact Assessment
The Consultant will assess the real estate impact of planned capital investments in flood mitigation
infrastructure along Brickell Bay Drive, including both increased value of existing properties as well
as potential impacts from new development catalyzed by these investments. The Consultant will
then translate these real estate impacts into expected fiscal impact for the City, the findings of
which will support evaluation of financing tools to support of operations & maintenance costs. the
Consultant's analysis will focus on property taxes and will use existing property tax rates for
residential and commercial properties in Miami to evaluate fiscal impact.
A2.07-2 Implementation Strategy
A2.07-3(a) Funding Strategy
The Consultant will evaluate a set of financial tools for the selected alternative which could be used
to leverage property impacts in the Brickell Bay District and project the funding that could be
generated by each to support capital expenses as well operating expenses. Potential tools to be
evaluated in this analysis include special assessments, value capture, or other funding
mechanisms.
As part of its assessment of value capture mechanisms, the Consultant will identify and compare
the co -benefits of all potential flood protection interventions to help demonstrate the value of public
investment and illustrate tradeoffs to the City and stakeholders. Identifying and quantifying any
such co -benefits will improve the overall resilience of the project and surrounding areas and provide
the potential to generate additional value that could be monetized and captured to support capital
and operations costs.
The Consultant will also create a strategy for funding ongoing operations and maintenance costs
for the Brickell Bay Drive flood mitigation infrastructure. To understand operating costs, the
Consultant shall provide cost precedents from relevant projects that inform a high-level projection
of likely costs for various components of the project. The Consultant will then propose an
achievable approach to generating operating revenue through categories such as earned income,
special assessments, ongoing public funding, and ongoing contributed income.
Design Criteria Professional for 32 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.07-3(b) Governance Structure
The Consultant will evaluate and recommend a governance structure for the Brickell Bay Drive
District, particularly by helping to align the governance structure for designated open space with its
upfront and ongoing funding strategy.
A2.08 DESIGN ALTERNATIVE ANALYSIS
A2.08-1 Alternatives Identification
The Consultant will work with relevant stakeholders to identify management strategies, project
alternatives, and recommendations to fulfill the purpose and need of the Project to help achieve the
established goals and objectives. The Consultant will develop up to two (2) viable design alternatives
for the Project and a combination of the two, for a total of three (3).
During this phase of work, the Consultant will review the data collected as part of the scope of the
previous sections. With this data, the Consultant will develop some scenarios of solutions to address
the project's opportunities, constraints and needs. These solutions will be reviewed with the City to gain
a better understanding of the goals and objectives of City Staff.
The Consultant will generate two sketch plan alternates, prepared in a professional manner and
submitted in electronic format that consider the comments received by City Staff. These sketch plans
will depict the overall design intent for the project and will depict the scale and relationship of design
elements. The Consultant will create a concept statement of each alternate and develop a circulation
plan. With the elements of these two alternates a third alternate will be developed.
The Consultant will prepare conceptual site plans, drawings, and presentation -type illustrations that will
depict the design intent along with calculations. The consultant will also prepare site sections, image
boards, and vignettes to visualize the three (3) design alternatives.
A2.08-2 Cost Estimating
The Consultant will prepare Class 5 estimates for two (2) alternatives and a hybrid (combination or
variation of the two alternatives). Subsequently, the Consultant will prepare a Class 4 estimate for the
selected alternative this will be used for the DCP. Estimates that reflect the Total Project Cost as defined
by the City, will adhere to the Association for Advancement of Cost Engineering (AACE) guidelines and
practices.
The cost estimate will be used by the City to develop list of activities with estimated durations based on
the cost estimates. This list will be provided to the City for the preparation of the project's critical path
method (CPM).
A2.08-3 Financing Alternative Analysis
The Services shall include the development of a financing strategy to secure public and/or private funds
for the construction of the Project based on the information obtained as part of Task A2.07-2(a) The
financial implications of flood mitigation strategies and quality of life improvements shall also be
evaluated such as they relate to potential benefits for reduced flood related disruptions and reductions
property insurance in the area.
A2.08-4 Alternatives Evaluation
The evaluation of these alternatives, shall each comply with existing City and FDOT standards, will
include information obtained from public engagements included in Task A2.10
Alternative financing options for each design alternative shall be defined and discussed with all
stakeholders. Only one (1) alternative will be selected to be included in the future Design/Build RFP
solicitation.
The selection of the alternative will be based on the following criteria:
■ An evaluation framework according to vulnerabilities and/or threats identified.
■ Identification of priority elements for focused flood mitigation, public connectivity to the
waterfront, public park and open space, traffic circulation, stormwater management, coastal
protection, and environmental enhancements.
Design Criteria Professional for 33 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ A cost/benefit analysis that will quantify social, environmental, economic, and resiliency
benefits and costs; and quantify economic costs associated with expected damages and losses
for various mutually agreed upon current and future conditions and hazard scenarios in order
to justify public expenditure for implementation projects.
■ Ranking project actions according to anticipated reduction in flooding and stormwater hazards,
improving public waterfront access, creating open and park space, and synergy with existing
and future adjacent waterfront areas. Potential ranking factors may include, but would not
necessarily be limited to:
o Project goals and objectives
o Flood and stormwater mitigation
o Public open and park space
o Traffic calming and wayfinding
o Cost, permitting, and maintenance
o Available computer modeling
o Community and landowner cooperation, public access and visibility
o Cost sharing partner involvement and innovation
A2.08-5 Draft and Final Alternatives Evaluation Report
The Consultant will prepare a report summarizing the alternatives evaluation criteria, selection
process, stakeholder input and details of the selected alternative. A draft report will be submitted to
the City for review and comments. Subsequently, a final report will be prepared and will be made
available to the general public.
During this stage of work, the consultant will distill the planning alternatives and concepts developed
as part of the initial design and planning stages into a final strategic alternative that will become the
basis for the project moving forward. The implementation strategy will:
■ Clearly articulate priorities, measurable objectives and steps to implement the identified Project
elements.
■ Include detailed cost estimates,
■ Include a list of additional studies and analyses that should be undertaken in order to implement
priorities and the data needs and costs associated with each.
■ Include recommendations for economies of scale, efficiencies or other cost saving measures
to stretch implementation dollars and leverage additional funding sources.
■ Include a baseline schedule that will be used to periodically update the Project.
The Implementation Strategy will include a matrix of prioritized Project elements and other actions for
advancing the implementation of the goals and objectives of the Project, including steps needed to
implement the specific key milestones (e.g., feasibility, design, permitting, procurement, construction),
timeframe for implementation; short term (e.g., immediate to 1 year) or long term (e.g., greater than
1 year, up to 4 years), cost estimates, regulatory approvals needed, and likely project sponsor (agency
or organization lead) and project partners.
A2.09 DESIGN CRITERIA/GUIDELINES (LAND USE, URBAN DESIGN, LANDSCAPE
ARCHITECTURE)
The Consultant shall clearly identify design criteria / guidelines for the D/B contractor to follow during the
D/B phase. The design criteria / guidelines, which could be an adaptation or modification of existing ones
(i.e., Miami 21), will give direction on critical issues, including:
■ Floodway Impacts/Encroachment
■ Erosion and Sedimentation
■ Site and Regional Topography
■ Storm Drainage and Green Infrastructure
■ Storm surge, coastal flooding and tidal related flooding
■ Sea Level Rise Projections
■ Water Quantity and Quality
Design Criteria Professional for 34 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Protected Species in the area
■ Coastal Wetlands and benthic habitat
■ Cultural Resource Constraints (historic properties and archeology)
■ Hazardous Materials and Subsurface groundwater or soil contamination Constraints
■ Mobility Impacts - Pedestrian, Bicycle, Vehicle, and Parking Impacts
■ Land Use, Zoning and Public Policy
■ Urban Design and Visual/Aesthetics
■ Open Space and Recreation
■ Tree canopy
■ Sunshade, solar radiance/urban heat island, and wind/air flow
■ Ecological and Threatened or Endangered Species
■ Community Services, Emergency Services, and Public Safety
■ Environmental Justice
■ Construction Impacts
■ Harmonization between public and private properties
■ Environmental Permits (including fatal flaws, schedule and costs)
■ Proposed Potable Water and Sewer Services
■ Proposed Lighting and Telecommunication Services
■ Bicycle Trail Standards
In addition to impact avoidance, the design guidelines will look for opportunities leading to environmental
enhancement and social benefit. For example, there may be green infrastructure and open space
opportunities that can improve storm water quality and enhance the ecosystem as well as offer an improved
waterfront experience while mitigating flood risk.
The Consultant Team will work together to provide resilient solutions that are functional and aesthetic,
providing both social and environmental benefits.
A2.10 PUBLIC ENGAGEMENT
Public engagement during Phase I of the project includes informing stakeholders, answering questions and
supporting the City of Miami in gaining public support for the project.
Three meetings are included in this task:
■ First initial meeting to discuss project
■ Second meeting to discuss three alternatives
■ Third meeting to review selected alternative
The consultant shall:
■ Coordinate logistics with City staff
■ Prepare materials for use as handouts for the public
■ Draft Agenda
■ Draft letters of invitation
■ Serve as emcee and facilitator during the meetings
■ Keep notes and provide feedback for City staff to follow up with participants
A2.11 DESIGN AND ENGINEERING
The Services will include the development of engineering (conceptual) plans up to a sufficient level of detail
(approximately 30%) and design criteria for the selected alternative, to accompany the Design Criteria /
Guidelines. Design efforts shall comply with all applicable Federal, State, County, City, and local laws,
codes, ordinances, rules, and regulations.
Provided that the City has determined that the information is satisfactory and complete, at a minimum, the
DCP shall include the following drawings:
Design Criteria Professional for 35 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Drawing
Title
G-1
Cover
G-2
Notes and Abbreviations
C-1
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-2
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-3
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-4
Civil (Drainage and utilities)
C-5
Civil (Drainage and utilities)
C-6
Civil (Drainage and utilities)
C-7
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
C-8
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
C-9
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
L-1
Landscape/Hardscape plan
L-2
Landscape/Hardscape plan
L-3
Landscape/Hardscape plan
L-4
Landscape/Hardscape details
L-5
Landscape/Hardscape details
A2.12 CULTURAL ASSESSMENTS SERVICES (NTE ALLOWANCE - PHASE II)
The Consultant will provide additional cultural resource assessment for Brickell Bay Drive from SE14th
Street to SE 15th Road and coordination with the City of Miami and the Florida State Historic Preservation
Office to determine the Area of Potential Effect (APE) for both archaeology and historic architecture.
A2.13 HYDROGRAPHIC SURVEY (NTE ALLOWANCE - PHASE II)
Consultant will deploy a vessel to conduct a single beam echosounder (SBE) survey to collect data along
50 to 100 pre -determined transects at the required spacing. These survey data will be incorporated with
existing bathymetric data from NOAA (2017 and 2018) and onshore topographic data to form a Digital
Terrain Model (DTM). Where Consultant will merge these two technologies and data sets into a single
adjusted DTM and create complete cross section data sets.
The SBE survey will be conducted by an experienced hydrographer operating on a Florida -based survey
vessel. Real -Time Kinematic RTK GNSS positioning, (Trimble R10 or equivalent) will be used for collecting
high -accuracy position and election data that are combined in a real-time data acquisition system and
merged with accurate survey depth data from state-of-the-art digital survey echosounder (CeeEcho or
equivalent). For a complete -coverage survey, a multibeam sonar system combined with motion refence
system and RTK-GNSS positioning would be mobilized for the survey. The ellipsoidally based bathymetric
survey will be referenced to orthometric datum by tying into local shore -based survey monuments with local
control as necessary. Quality control methods throughout the mobilization, acquisition and processing of
the data will be applied to achieve accurate repeatable results.
Hydrographic surveys will be conducted in accordance with the USACE standards for hydrographic survey,
USACE EM 1110-2-1003 and Consultant Standard Operating Procedures.
A2.14 OFFSHORE INVESTIGATION (NTE ALLOWANCE - PHASE II)
Offshore geotechnical investigations will provide data for the design of an enhanced seawall, and any
offshore elements such as islands, berms and reef substrates. The offshore geotechnical investigations will
include:
Design Criteria Professional for 36 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Seawall Borings - Drill and sample two (2) borings to depths of approximately 60 feet below grade
on the upland side of the existing seawall. In cohesionless soils, perform the Standard Penetration
Test (SPT). The SPT borings will be performed with a drill rig using rotary drilling procedures.
Samples of the in -place materials will be recovered with a standard split barrel sample spoon driven
with a 140-pound hammer falling 30 inches (the Standard Penetration Test in accordance with
ASTM D1586). In cohesive and semi -cohesive soils, use a 30-inch long, thin -walled Shelby tube
to take relatively undisturbed samples. Upon completion of the field work, each borehole will be
backfilled with excavated soil/rock, the surface patched and the site generally cleaned.
■ Relocated Seawall Borings - Drill and sample three (3) borings to depths of approximately 50 feet
below grade approximately 20 feet seaward of the face of the existing seawall at locations. SPT or
Shelby tube sampling will be done depending on the cohesive characteristics of the soil. The
offshore borings will be backfilled after completion with neat cement grout.
■ A geotechnical engineer will review the soil samples and representative samples will be tested for
physical properties such as unit weight, moisture content, sieve analysis/fines determination and
organic content. Additional testing on the offshore features boring samples will include,
unconsolidated undrained (UU) triaxial compression testing (ASTM-D2850), consolidation testing
(ASTM D-2435), Atterberg limits determination ASTM D4318). An engineering analysis will include
recommended soil pressures and depth of embedment of the seawall toe for the seawall borings
and the allowable bearing capacity and expected settlement for the offshore features' borings. The
results of the field exploration, laboratory test results and the engineering analysis/design
recommendations will be the basis for the geotechnical engineering report, which will specifically
contain:
o Plan of the site showing the SPT boring locations;
o Logs of the exploratory borings and soil classifications;
o A general discussion of the soil conditions encountered within the SPT borings;
o Groundwater level depth noted in the upland seawall borings at the time of drilling, if
encountered and an estimate of seasonal high groundwater levels;
o Engineering design recommendations for the seawall and offshore features that will include
the following considerations:
i. Bulkhead must support emergency vehicles driving along Brickell Key Drive;
ii. 50-year design life:
di. Surcharge Loads
iv. Hydrostatic drawdown due to differential groundwater/surface water elevations
■ Offshore Features Borings (additional scope) - Drill and sample four (4) borings to depths of
approximately 30 feet below grade at locations shown on Figure 3. The SPT borings will be
performed with a drill rig using rotary drilling procedures. SPT or Shelby tube sampling will be done
depending on the cohesive characteristics of the soil. The offshore borings will be backfilled after
completion with neat cement grout.
A2.15 BENTIC SURVEY (NTE ALLOWANCE - PHASE II)
■ The Consultant biologists will conduct a seagrass survey of the Project area during the federally
recognized seagrass growing season (June 1 through September 30 in Miami -Dade County). The
seagrass survey will be conducted in accordance with the National Marine Fisheries Service
(NMFS) recommendations contained within the Final Recovery Plan for Johnson's Seagrass,
September 2002. The NMFS Protocol is broken down into three survey methods, 1) Small Project
Sites, 2) Intermediate -Area Project Sites and 3) Large -Area Project Sites. Since the Project site is
more than 1 hectare, the Large -Area Project Site guidance is appropriate. In addition to providing
three survey methods based on project size, the NMFS Protocol states that a "preliminary visual
reconnaissance of the site should be conducted to locate any occurrences of Halophila Johnsonii."
■ The preliminary visual reconnaissance survey will be conducted thorough visual assessment of the
survey area providing comprehensive coverage of the proposed project area to accurately
delineate existing seagrass habitat boundaries. The visual assessment will be conducted via
bounce dives throughout the survey area.
■ Following the preliminary visual reconnaissance survey, a detailed qualitative and quantitative
sampling of marine resources will occur in areas identified as seagrass habitat during the
Design Criteria Professional for 37 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
preliminary investigation. The NMFS Protocol provides various transect methods for documenting
the presence or absence of Halophila Johnsonii. The seagrass survey will use the recommended
"belt transect" method to assess the site. The width of the belt transect will be 2 meters (one meter
on each side of the transect tape). The NMFS Protocol requires that between 1 % and 30% of the
site be sampled. Based on the transects described below, assuming that seagrass in present
throughout the entire survey area, approximately 3% of the total Project site will be quantitatively
surveyed. Seven (7) transects, ranging in length from -443 m to -650 m, will be evenly spaced
(approximately 60 m apart) throughout the Project area, assuming seagrass is present throughout
the entire survey area. Each transect will be assessed by divers using the belt transect method.
Diver will record seagrass species and density on prepared data sheets and take representative
photographs.
■ The divers will note and estimate seagrass coverage based on the following scale;
a. 0-20% coverage Sparse
b. 20-40% coverage Sparse to moderate
c. 40-60% coverage Moderate
d. 60-80% coverage Moderate to dense
e. 80-100% coverage Dense
■ The divers will also note the occurrence of all seagrass species and mixed beds along the transects.
If the seagrass area is a mixed bed, all species occurring will be noted, but the density estimate
will be for the total seagrass coverage, not for each species separately. The dominant seagrass
species will be noted where more than one species occur.
■ A Field Observation Report will be prepared documenting methodology and observations obtained
during the seagrass survey and will include relevant photographs.
■ The above services will be provided for the length of the seawall extending 10 feet beyond the
seawall. Should the selected alternative include features beyond 10 feet from the seawall into the
water, then the seven (7) transects described above will be provided as additional scope.
A2.16 BIDDING AND AWARD (PHASE II)
Bidding and award activities will be led by the City. Consultant will conduct the following services during
the bidding process.
■ Consultant will work with the City staff to provide a master copy of the Design Criteria Package
(DCP) in electronic format (PDF), addressing any comments after the final submittal. The City shall
distribute bid packages to potential bidders via online plan distribution.
■ Support with addenda. Consultant will respond to technical questions forwarded by the City for
anticipated addenda as part of this scope of services. Consultant will respond to questions, in the
format required by the City, for expedited response time and will generate necessary supporting
documents, as applicable, and submit them to the City for distribution to registered plan holders.
■ Consultant will attend the pre -bid meeting at the City and prepare agenda.
■ Consultant will evaluate technical proposals received from shortlisted teams during the D/B
selection process and associated bids, provide support for evaluation of the apparent low bidder's
utilities contractor's qualifications for undertaking the utility work on the project, and provide a
recommendation of award.
A2.17 ENGINEERING SUPPORT SERVICES (PHASE II)
A2.17-1 Design Reviews
The Design Criteria Professional will act as the Owner's Representative and provide Engineering
Support Services for design reviews during the D/B phase. We will review the various design drawings
and specification submittals for the design package, assuming two submittals from the D/B firm.
A2.17-2 Construction Administration
During the construction phase, Consultant will provide technical services support for the construction
of the improvements. Consultant will consult with and advise the City. All instructions to the Contractor
will be issued through the resident project representative or in writing on an as -needed basis. During
the construction phase, Consultant will:
Design Criteria Professional for 38 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Attend one (1) pre -construction conference, prepare agenda and minutes.
■ Attend monthly progress meetings for a minimum of 16 months. Any additional meetings shall be
included at the request of the City under the Contingency Allowance. The City Project Manager will
be responsible for preparing meeting minutes for distribution.
■ Provide interpretation or clarification of the design criteria package during active construction when
requested.
■ Review shop drawings and other submittals, on behalf of the City, up to two (2) times per submittal
subject area for general conformance with the Contract Documents.
■ Evaluate and determine the acceptability of substitute materials and equipment proposed by the
Contractor.
■ Coordinate with the full-time registered project representative (RPR) or Project Manager with
review of applications for payment, test reports for soils, concrete and other materials on a monthly
basis.
■ Assist Review and analyze claims, make recommendation to the City's Project Manager to evaluate
claims made by the Contractor and prepare change orders as required.
■ Conduct substantial and final completion inspections and checklists and review record drawings.
■ Perform the necessary services described above during the Design -Build contract.
A2.18 PUBLIC ENGAGEMENT DURING DESIGN AND CONSTRUCTION (PHASE II)
Public outreach to stakeholders surrounding the planned workshops and in support of the overall project.
Detailed elements of the outreach plan to be developed, but activities may include:
■ Facilitating public meetings, as per outlined in Phase I above
■ Production of materials to be used at outreach meetings, including brochures and direct mail
■ Creating social media platforms and message campaign on Facebook, Twitter and Instagram;
monitor social media for stakeholder response to the project and respond as appropriate
■ Creating a dedicated website about the project and provide regular updates.
A2.19 MODELING TO SUPPORT SELECTED DESIGN ALTERNATIVE (PHASE II)
Using climate change scenarios selected for the project (sea level rise, extreme precipitation, storm surge,
temperature, etc.), each of the design alternatives will be modeled to understand protection from storm
surge as well as impacts to drainage during large rainstorm events. Storm surge modeling will be performed
using NOAA's public domain model framework SLOSH, identified above and used extensively for such
modeling in Southeast Florida. Model outcomes may be used to refine the design alternatives or develop
new hybrid alternatives. Model setup and results will be documented in a Model Summary Report.
A detailed scope of work will be developed for each Work Order issued. As further detailed in this
Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the
City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable
intervals decided by the City Manager, may elect at the City's discretion, to proceed with the Work on a
phased basis. This scope of work was used to establish the contractual budgetary estimates and will be
furthered detailed during preparation of work orders.
A2.20 PERSONNEL
A2.20-1 General Requirements
The Consultant shall provide sufficient personnel who possess the experience, knowledge,
requirements, and character to adequately perform the duties assigned for each specific assignment
under this scope of work. Unless otherwise agreed by the City, the City will not compensate straight
overtime or premium overtime.
A2.20-2 Consultants Safety Program
Individuals designated by the Consultant for the Project should have appropriate level of safety training
for their assigned duties.
Design Criteria Professional for 39 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.20-3 Personnel Qualifications
The Consultant shall utilize only competent personnel, qualified by experience, education, and licensing
and certification requirements. The Consultant shall submit in writing to the Project Manager the names
of personnel proposed for assignment to the Project, including a detailed resume for each containing
at a minimum salary, education, and experience. A request for approval shall be submitted to the
Project Manager at least two weeks prior to the date an individual is to report to work.
Before the Project begins, all Project staff shall have a working knowledge of the current FDOT
Construction Project Administration Manual (CPAM) and must possess all the necessary certifications
for obtaining the duties of the position they hold. The Consultant Project Manager shall ensure that the
City of Miami's current practices, policies, and procedures are met throughout the course of the Project.
Cross training of the Consultant's Project staff is highly recommended to ensure a knowledgeable and
versatile Project inspection team and should occur as workload permits.
Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these
minimum qualifications will be considered on an individual basis. The Project Manager or designee will
have the final approval authority.
A.2.19-3(a) Project Manager
The Consultant shall directly employ a lead individual on its team, referred to as the "Project
Manager," (not to be confused with the Project Manager employed by the City) to lead and manage
all efforts of the Project. The Project Manager (PM) shall be employed by the Proposer and must
be a licensed, practicing, and registered professional civil engineer in the State of Florida. PM
MUST have a minimum of eight (8) years of experience managing projects similar in nature to those
described in the RFQ, and must be a currently licensed, registered, and practicing engineer in the
State of Florida.
A.2.19-3(b) Lead Designer
The Lead Designer (LAE) shall be employed by the Proposer and must be a licensed, practicing,
and registered architect, civil engineer, or landscape architect in the State of Florida. LAE MUST
have a minimum of eight (8) years of experience designing projects similar in nature to that
described in the RFQ.
A.2.19-3(c) Urban Planner/Land Developer
The Urban Planner/Land Developer (UP/LD) shall be a currently licensed and practicing urban
planner certified by the American Institute of Certified Planners. UP/LD MUST have a minimum of
eight (8) years of experience designing projects similar in nature to that described in the RFQ.
A.2.19-3(d) Public Engagement Specialist
The Public Engagement Specialist (PES) may be shall be an experienced public engagement
professional, who has been practicing in the fields of government relations, public policy,
community outreach, online engagement, organizational development, and meeting and event
planning, preferably with outstanding knowledge of issues affecting South Florida communities in
general. PES MUST have a minimum of eight (8) years of experience in public engagement
activities for projects similar in nature to the one described in the RFQ.
A.2.19-3(e) Landscape Architect
The Landscape Architect (LA) may be employed shall be a currently licensed, practicing, and
registered landscape architect in the State of Florida. LA MUST have a minimum of eight (8) years
of experience in landscape architecture design for projects similar in nature to the one described
in the RFQ.
A.2.19-3(f) Other Required Personnel
Other required personnel include the following individuals:
■ Certified Floodplain Manager
■ Grant/Financial Specialist
■ Cost Estimator
■ Project Scheduler
■ Economist
Civil/Transportation Engineer
Design Criteria Professional for 40 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Architect
■ Coastal/Marine Engineer
■ Drainage Engineer
■ Traffic Engineer
■ Environmental Scientist
Environmental Permitting Specialist
Licenses and any other pertinent information shall be submitted which demonstrates satisfaction
of all the requirements identified in Section 3.5, "Minimum Qualification and Experience
Requirements," of the RFQ.
A2.21 STAFFING
Upon execution of the Agreement, the Consultant shall establish and maintain appropriate staff which
possess the experience, education, knowledge, licensure and certification requirements, and character to
adequately perform assigned Project duties. In order to resolve a dispute in final pay quantities, the
Consultant shall provide personnel familiar with aspects of a construction Project's final measurements.
The Consultant shall replace staff whose performance is unsatisfactory within one week of City notification.
Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed
to perform services under this scope of Work. Personnel changes will require prior written notice to and
written approval from City.
A2.22 TIME FRAMES FOR COMPLETION
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by
the Director or the Director's designee and shall terminate upon satisfaction and completion of all the terms
and conditions of the Project by the Consultant. The Project Manager may customize this requirement on
a case -by -case basis.
ARTICLE A3 ADDITIONAL SERVICES
A3.01 GENERAL
Services categorized below as "Additional Services" may be specified and authorized by the City and are
normally considered to be beyond the scope of the Basic Services. Additional Services shall either be
identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager
and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services.
A3.02 EXAMPLES
Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to,
the following:
A3.02-1 Major Revisions
Making major revisions to drawings and specifications resulting in or from a change in Scope of Work,
when such revisions are inconsistent with written approvals or instructions previously given by City
and are due to causes beyond the control of Consultant (major revisions are defined as those changing
the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof).
A3.02-2 Specialty Design
Any additional special professional services not included in the Scope of Work.
A3.02-3 Expert Witness
Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or
legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding
during this Agreement.
A3.02-4 Miscellaneous
Any other services not otherwise included in this Agreement or not customarily furnished in
accordance with generally accepted practice related to Threshold Inspection services.
ARTICLE A4 REIMBURSABLE EXPENSES
A4.01 GENERAL
Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and
Additional Services and consist of actual, direct expenditures made by the Consultant and the
Design Criteria Professional for 41 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Subconsultant. Reimbursable expenses are identified below. Transportation, travel (aside from tolls
required to access a Project site), and per diem expenses within Miami -Dade, Broward, or Palm Beach
Counties shall not be considered as reimbursable expenses under this Agreement.
A4.01-1 Communications Expenses
Identifiable communication expenses approved by the Project Manager, long distance telephone,
courier and express mail between the Consultant's various permanent offices and Subconsultant. The
Consultant's field office at the Project site is not considered a permanent office. Cell phones will not
be considered as reimbursable expenses under this Agreement.
A4.01-2 Reproduction, Photography
Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's
part of the work, set forth in this Agreement.
A4.01-3 Geotechnical Investigation
Identifiable Soil Borings and Reports and testing costs approved by the City.
A4.01-4 Surveys
Site surveys and special purpose surveys when pre -authorized by the Project Manager.
A4.01-5 Other
Items not indicated in Section 4.01 when authorized by the City. The City will reimburse the Consultant
for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by
supporting documentation deemed appropriate by Director or their designee including, without
limitation, detailed bills, itemized invoices, and/or copies of cancelled checks.
A4.02 SUBCONSULTANT REIMBURSEMENTS
Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultants'
agreements provide for reimbursable expenses and when such agreements has/have been previously
approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of
this Agreement.
ARTICLE A5 CITY'S RESPONSIBILITIES
A5.01 PROJECT AND SITE INFORMATION
City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant
with the information described below, or, if not readily available, may authorize Consultant to provide such
information as an Additional Service, eligible as a Reimbursable Expense.
A5.01-1 Surveys
Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing
structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions,
easements, boundaries, and topographic data of a building site, tree locations, and existing utilities
information regarding sewer, water, gas, telephone and/or electrical services.
A5.01-2 Soil Borings, Geotechnical Testing
Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and,
if required, an appropriate professional interpretation thereof and recommendations. Consultant shall
recommend necessary tests to City.
A5.01-3 General Project Information
Information regarding Project Budget, City and State procedures, guidelines, forms, and formats.
A5.01-4 Plans & Specifications
City shall provide to the Consultant copies of the permitted plans and the specifications prepared by
the Design Professional.
A5.01-5 City's Standard Specifications for Road and Bridge Construction
A5.01-6 Copy of Executed Construction Contract
Design Criteria Professional for 42 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ARTICLE A6 CONSULTANT FURNISHED DOCUMENTS AND EQUIPMENT
A6.01 GENERAL
Consultant shall provide as part of its Basic Services the following documentation and equipment, which
shall be part of the Basic Services fee.
A6.01-1 FDOT Documents
All applicable FDOT documents, as indicated in the City's Standard Specifications for Road and Bridge
Construction, shall be provided by the Consultant. Most, if not all FDOT documents, specifications,
directives, procedures, and standard forms are available through the FDOT's internet website.
A6.01-2 Vehicles
Vehicles used in the field by any member of the Consultant's team will be suitable for their intended
purpose and will be equipped with appropriate safety equipment. Vehicles shall have the name and
phone number of the Consultant visibly displayed and legible.
A6.01-3 Field Equipment
The Consultant shall supply survey, inspection, and testing equipment in order to carry out the Scope
of Work and every element of the Services, and other items as determined by the Project Manager.
Quality and quantity of such items is to meet the Project Manager's approval.
At a minimum, each Consultant staff member shall be equipped with, or have immediate access to the
following items:
■ Laptop computer installed with:
o Wireless internet access
o Microsoft Office
o Scheduling software capable of reading and modifying MS Project schedules
o Email access
■ Color printer (office)
■ 25' Tape measure
■ Smart Level
■ Accessible cellular phone
■ Digital camera (5 Megapixel minimum)
■ Temperature gun/reader
■ 10' straightedge
■ Any specific equipment based on the scope of Work assigned.
■ Hard hats and other appropriate safety gear will be provided to all field personnel.
o Hard hats shall have the name of the Consultant visibly and legibly displayed.
Such equipment includes those non -consumable and non -expendable items, which are normally
needed and are essential in order to carry out the Scope of Work. Equipment described herein under
this section will remain the property of the Consultant and shall be removed at the completion of the
Work.
The Consultant's handling of nuclear density gauges shall be in compliance with staff license.
Radioactive Materials License for use of Surface Moisture Density Gauges shall be in compliance with
FDOT's requirements. The Consultant shall retain responsibility for risk of loss or damage to said
equipment during performance of Services and duration of the Agreement. Consultant's field office
equipment shall be regularly maintained and in operational condition at all times.
A6.01-4 Licenses
The Consultant will be responsible for obtaining proper licenses for testing equipment and personnel
operating testing equipment when licenses are required. The Consultant shall make the license and
supporting documents available to the City of Miami, for verification, upon request.
END OF SECTION
Design Criteria Professional for 43 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A
SCHEDULE Al - SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
Biscayne Engineering
Surveying
EDSA
Urban Design, Planning, Landscape Architecture
HR&A
Financing Alternatives, Economic Analyses
Kimley Horn
Traffic, Mobility/Transit
Program Controls, Inc.
Project Control, Scheduling
Wragg and Casas
Public Engagement
SCHEDULE A2 - KEY STAFF
FULL NAME
JOB CLASSIFICATION
Ken Caban
Project Manager
Carol Hufnagel
Lead Designer
Keith Weaver
Urban Planner/Land Developer
Ramon Casas
Public Engagement Specialist
B Scott Lamont
Landscape Architect
Design Criteria Professional for
Brickell Bay Drive Improvements
44
RFQ No. 18-19-042
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT B - COMPENSATION AND PAYMENTS
ARTICLE B1 METHOD OF COMPENSATION
The fees for Professional Services for each Work Order shall be determined by one of the following methods
or a combination thereof, at the option of the Director or designee, with the consent of the Consultant.
a) A Lump Sum, as defined in Section B3.01, Lump Sum.
b) An Hourly Rate, as defined in Section B3.02, Hourly Rate Fees, and at the rates set forth in
Schedule B1 — Wage Rates Summary.
B1.01 COMPENSATION LIMITS
The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant
payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1
Compensation Limits, as the maximum compensation limit for cumulative expenditures under this
Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may
be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where
specifically approved in accordance with the City Code by the City Manager or City Commission as
applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement.
B1.02 CONSULTANT NOT TO EXCEED
Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage
amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall
have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's
own cost and expense.
ARTICLE B2 WAGE RATES
B1.03 FEE BASIS
All fees and compensation payable under this Agreement shall be formulated and based upon the averages
of the certified Wage Rates that have been received and approved by the Director. The averages of said
certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by
reference. With the exception of Principals' compensation, which is formulated as a "flat rate," 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 classifications that are to be utilized to provide the services
under this Agreement, regardless of manner of compensation.
B1.04 EMPLOYEES AND JOB CLASSIFICATIONS
Schedule B1 - Wages Rates Summary identifies the professions, job classifications/categories, and/or
employees expected to be used during the term of this Agreement. These include architects, engineers,
landscape architects, professional interns, designers, CADD technicians, project managers, GIS and
environmental specialists, specification writers, clerical/administrative support, and others engaged in the
Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend
the use of the Consultant employees at particular Wage Rate levels.
B1.05 MULTIPLIER
For Work assigned under this Agreement, with the exception of Principals' compensation, 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. Principals' compensation will be established on a flat rate
basis, with no multiplier included.
B1.06 CALCULATION
Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific
assignments and Work Orders as requested by the City. The Consultant shall identify job classifications,
available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks,
milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage
Rates Summary.
Design Criteria Professional for 45 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
B2.05 EMPLOYEE BENEFITS AND OVERHEAD
Regardless of the method of compensation elected herein, compensation paid by the City shall, via the
Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick
leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits)
and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement.
B2.06 ESCALATION
There shall be no escalation clause as part of this Agreement.
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION
The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant
to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable,
in the following manner:
B3.01 LUMP SUM
Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by
the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method
of compensation.
B3.01.1 Lump Sum
Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified
and calculated.
B3.01.2 Modifications to Lump Sum
If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum
compensation for that portion of the Services may be equitably and proportionately adjusted by mutual
consent of the Director or designee and Consultant, subject to such additional approvals as may be
required by legislation or ordinance.
B3.01.3 Lump Sum Compensation
It shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier,
and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant to verify or
justify its requested Lump Sum compensation. Such verification shall present sufficient information as
depicted in Attachment A, Schedule A2 - Key Staff.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees
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.
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/Guaranteed Maximum
Fee for the Work to be performed on an Hourly Rate Basis.
B3.03 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office
rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting
supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and
specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other
employees time or travel and subsistence not directly related to a Project. All reimbursable services shall
be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of
sets required at each phase of the Work will be a Reimbursable Expense.
Design Criteria Professional for 46 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks.
B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES
The design of additive and deductive alternates contemplated as part of the original Scope of Work for a
Project as authorized by the Director will be considered as part of Basic Services. The design of additive
and deductive alternates that are beyond the original Scope of Work and construction budget may be billed
to the City as Additional Services. The fees for alternates will be calculated by one of the three methods
outlined above, as mutually agreed by the Director and the Consultant.
B3.05 FEES FOR ADDITIONAL SERVICES
The Consultant may be authorized to perform Additional Services for which additional compensation and/or
Reimbursable Expenses, as defined in this Agreement under Article A4, Reimbursable Expenses, and
B3.03, Percentage of Construction Costs, may be applicable. The Consultant shall utilize the Work Order
Proposal Form and worksheets, which can be found on the City's Webpage at
http://archive.miamigov.com/MiamiCapital/forms.html
The webpage also provides the procedures for completing these forms. Failure to use the forms or follow
the procedures will result in the rejection of the Work Order Proposal.
B3.05.1 Determination of Fee
The compensation for such services will be one of the methods described herein: mutually agreed upon
Lump Sum; Hourly Rate with a Not to Exceed Limit.
B3.05-2 Procedure and Compliance
An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order,
shall be required to be issued and signed by the Director for each additional service requested by the
City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be
exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the
Consultants' Competitive Negotiation Act, and other applicable laws.
B3.05-3 Fee Limitations
Any authorized compensation for Additional Services, either professional fees or reimbursable
expenses, shall not include additional charges for office rent or overhead expenses of any kind,
including local telephone and utility charges, office and drafting supplies, depreciation of equipment,
professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing,
stenographic, clerical, or other employees time or travel and subsistence not directly related to a
Project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier
of one (1.0) times the amount expended by the Consultant.
B3.06 PAYMENT EXCLUSIONS
The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and
specifications, for extended construction administration, or for other work when such work is due to errors
or omissions of the Consultant as determined by the City.
B3.07 FEES RESULTING FROM PROJECT SUSPENSION
If a Project is suspended for the convenience of the City for more than three (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 (3) months, the Consultant's further compensation shall be subject to renegotiations.
ARTICLE B4 PAYMENTS TO THE CONSULTANT
B4.01 PAYMENTS GENERALLY
Payments for Basic Services may be requested monthly in proportion to services performed during each
Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the
actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be
found on the OCI website at http://archive.miamigov.com/MiamiCapital/forms.html. Failure to submit
Design Criteria Professional for 47 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a
finding of default. Failure to use the City Form will result in rejection of the invoice.
B4.02 FOR COMPREHENSIVE BASIC SERVICES
For those Projects and Work Orders where comprehensive design services are stipulated, said payments
shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated
below for each Phase.
B4.03 BILLING - HOURLY RATE
Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting
documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate
basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names,
classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a
Project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The
Consultant shall attach to the invoice all supporting data for payments made to and incurred by the
Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate
authorizations, submit a progress report giving the percentage of completion of the Project development
and the total estimated fee to completion.
B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES
Payment for Additional Services may be requested monthly in proportion to the services performed. When
such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the
Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total
charge for all personnel directly engaged on a Project or task. To the sum thus obtained, any authorized
Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data
for payments made to or costs incurred by the Subconsultants engaged on the Project or task.
In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report
giving the percentage of completion of the Project development and the total estimated fee to completion.
B4.05 DEDUCTIONS
No deductions shall be made from the Consultant's compensation on account of liquidated damages
assessed against contractors or other sums withheld from payments to contractors.
ARTICLE B5 REIMBURSABLE EXPENSES
B5.01 GENERAL
Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of
Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual
expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the
Specialty Subconsultants in the interest of the Work for the purposes identified below:
B5.01.1 Transportation
Transportation shall not be considered as reimbursable expenses under this Agreement.
B5.01.2 Travel and Per Diem
Travel and per diem expenses shall not be considered as reimbursable expenses under this
Agreement.
B5.01.3 Communication Expenses
Identifiable communication expenses approved by the Project Manager, long distance telephone,
courier and express mail between Consultant and Subconsultants. All reimbursable expenses must be
accompanied by satisfactory documentation.
B5.01.4 Reproduction, Photography
Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to
deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by
satisfactory documentation.
B5.01.5 Permit Fees
All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit
fees do not include those permits required to be paid by the construction Contractor.
Design Criteria Professional for 48 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
B5.01-6 Surveys
Site surveys and special purpose surveys when pre -authorized by the Project Manager.
B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS
Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant
agreement provides for reimbursable expenses and when such agreement has been previously approved
in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5,
Reimbursable Expenses, herein.
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS
B6.01 GENERAL
It is understood that all Consultant agreements and/or Work Orders for new work will include the provision
for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue
of signing this agreement they agree to a re -use in accordance with this provision without the necessity of
further approvals, compensation, fees or documents being required and without recourse for such re -use.
END OF SECTION
Design Criteria Professional for 49 RFQ No. 18-19-042
Brickell Bay Drive Improvements
ATTACHMENT B - COMPENSATION
ATTACHMENT B - COMPENSATION
SCHEDULE B1 - WAGE RATES SUMMARY
JOB CLASSIFICATION
NEGOTIATED
HOURLY RATE
ADJUSTED
AVERAGE
HOURLY RATE
(2.9 Home
Multiplier
Applied)
ADJUSTED
AVERAGE
HOURLY RATE
(2.4 Field
Multiplier
Applied)
Principal
$200.00*
Project Manager
$68.97
$200.00
Project Manager 2
$65.52
$190.00
Lead Engineer / Technical Expert
$67.24
$195.00
Sr. Engineer 1
$65.52
$190.00
Project Engineer 1
$51.03
$148.00
Engineer 2
$38.28
$111.00
Engineer 1
$34.48
$100.00
Scientist 2
$28.97
$84.00
Scientist 3
$36.21
$105.00
Sr. Scientist 2
$59.31
$172.00
CAD Designer
$35.52
$103.00
Construction Project Rep 2
$58.33
$140.00
Sr. Project Administrator
$30.34
$88.00
Project Administrator
$24.48
$71.00
Sr Land Surveyor
$54.14
$157.00
Sr GIS Analyst
$44.14
$128.00
GIS Analyst 2
$32.07
$93.00
GIS Analyst 1
$25.17
$73.00
(*) Flat rate, no multipliers applied.
Design Criteria Professional for
Brickell Bay Drive Improvements
50
RFQ No. 18-19-042
ATTACHMENT B — COMPENSATION
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS (OCI)
CONSULTANT STANDARD INVOICE
A.
To:
City of Miami
Office of Capital Improvements (OCI)
444 SW 2nd Avenue - Bth Floor
MEaml, FL 33130
Invoice Number:
ATTN:
Invoice Date: Month 00, 0000
Page:
From:
From:
Invoice Period:
To:
Month 00, 0000
Month 00, 0000
Contract No.:
Contract Title:
Project No.:
Project Name:
NOTE:
Invoices received past 2:00 PM will be stamped with the Next Business Date
Prepare invoices to avoid delay_
property payment
Each invoice must be signed by a Principal of the fine as designated_
Purchase Order No.:
Attach appropriate bark -up documents to each invoice_
Submit two (2) signed originals.
Work Order No:
SERVICE
CONTRACT AMOUNT
%COMPLETE
TOTAL EARNED
TO DATE
PREVIOUSLY INVOICED
CURRENT INVOICE AMOUNT
Schematic Design (SD)
$ -
$ -
$ -
S -
Design Development (DD)
$ -
$ -
$ -
$ -
3fl%Construction Documents (30% CD)
$ -
$ -
$ -
$ -
60%. Construction Documents (60% CD)
$ -
$ -
$ -
$ -
90%Construction Documents (90% CD)
$ -
$ -
$ -
$ -
100% Construction Documents (100% CD)
$ -
$ -
$ -
$ -
Dry Run Permitting
$ -
$ -
$ -
$ -
Bidding or Negotiation Phase
$ -
$-
Construction Adrrtn[strat:on (CA)
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$
$ -
$ -
$
$
$ -
$ -
$
$
$
$ -
$
$
$ -
$ -
$
Reimbursable Expenses
$ -
$ -
$ -
$ -
1. (Title)
$ -
$ -
$ -
$ -
2. (Title)
$ -
$ -
$ -
$ -
3. (Title)
$ -
$ -
$ -
$ -
$
$ -
$ -
$
Additional Services
$ -
$ -
$ -
$ -
1_(TitIe).
$ -
$ -
$ -
$ -
2. (Tine)
$ -
$ -
$ -
$ -
3_ (Tr11e)
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
TOTAL:
$ -
$ -
$ -
$ -
Subtotal:
$ -
Prior to this Invoice Remaining Contract Balance:) $ - I
Deductions:
Total Due :
$ -
TO BE COMPLETED BY CONSULTANT FIRM
CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CBECKLLST:
Activation Letter of Phase being Invoiced-
Supporting Documents for Invoice-
Construction Stahl Report. -
(Signature of Principal) Final Payment Documents.
Additional Service Authorizations:
(Type Name and Title of P0ncipa I)
AREA TO BE COMPLETED BY CRY OF MIAMI
CITY OF MIAMI APPROVAL:
DATE
SIGNATURE
Date Received CIP:
PROJECT MANAGER
CHIEF PROJECT MANAGER
Jorge L. Mora
Date Received for Payment Processing (Budget Department):
ASSISTANT DIRECTOR
Hector L. Badia
INTERIM DIRECTOR
Design Criteria Professional for
Brickell Bay Drive Improvements
51
RFQ No. 18-19-042
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 8/22/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
name
Rate: $68.97
Project
name
Rate:
Manager
$68.97
Lead
name
Rate:
Engineer
$67.24
Sr. Engineer 1
name
Rate: $65.52
Project
name
Rate:
Engineer 1
$51.03
Engineer 2
name
Rate: $38.28
CAD Designer
name
Rate: 35.52
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
6 Preparation of 60-Percent Engineering Documents
12
$828
100
$6,897
200
$13,448
368
$24,111
250
$12,758
400
$15,312
400
$14,208
1,730
$87,562
$50.61
7 Preparation of 90-Percent Engineering Documents
12
$828
120
$8,276
220
$14,793
420
$27,518
280
$14,288
420
$16,078
420
$14,918
1,892
$96,700
$51.11
9 Preparation of 100-Percent Engineering Documents
6
$414
40
$2,759
120
$8,069
210
$13,759
160
$8,165
280
$10,718
280
$9,946
1,096
$53,829
$49.11
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
30
260
540
998
690
1100
1100
4,718
Total Staff Cost
$2,069.10
$17,932.20
$36,309.60
$65,388.96
$35,210.70
$42,108.00
$39,072.00
$238,090.56
$50.46
Total % of Work by Position
0.6%
5.5%
11.4%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
21.2% 14.6% 23.3% 23.3%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$690,462.62
$690,462.62
$690,462.62
$10, 000.00
$700,462.62
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/5/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Project
Rate:
Manager
$68.97
Engineer
name
Rate:
/ Technical E
$67.24
Sr. Scientist 2
name
Rate: $59.31
Project Engineer 1
name
Rate: $51.03
Engineer 2
name
Rate: $38.28
Sr GIS Analyst
name
Rate: $44.14
r. Project Administrate
name
Rate: 30.34
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 Benthic Survey
10
$690
6
$403
260
$15,421
276
$16,514
$59.83
2 Coastal Modeling
8
$552
140
$9,414
12
$712
16
$817
72
$2,756
40
$1,766
8
$243
296
$16,258
$54.93
3 Marine Resource Mitigation
4
$276
140
$9,414
288
$17,081
60
$2,648
32
$971
524
$30,390
$58.00
4 NEPA Support
8
$552
40
$2,690
220
$13,048
120
$6,124
30
$1,148
12
$530
40
$1,214
470
$25,305
$53.84
5 BCA Support
12
$828
24
$1,614
160
$8,166
140
$5,359
40
$1,214
376
$17,179
$45.69
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
42
350
780
296
242
112
120
1,942
Total Staff Cost
$2,896.55
$23,534.48
$46,262.07
$15,106.21
$9,262.76
$4,943.45
$3,640.80
$105,646.32
$54.40
Total % of Work by Position
2.2%
18.0%
40.2%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
15.2% 12.5% 5.8% 6.2%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$306,374.32
$306,374.32
$306,374.32
$306,374.32
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Design Criteria Professional for Brickell Bay Drive Improvements
Project No.: B-193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Name: Tetra Tech
Contract No.: RFQ No. 18-19-042
Date: 11/9/2021
Estimator: Diana Santander
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
name
Rate: $68.97
Project
name
Rate:
Manager
$68.97
Lead
name
Rate:
Engineer
$67.24
Sr. Engineer 1
name
Rate: $65.52
Project
name
Rate:
Engineer 1
$51.03
Engineer 2
name
Rate: $38.28
CAD Designer
name
Rate: 35.52
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
1 Basis of Desing Report
1
$69
10
$690
50
$3,362
60
$3,931
80
$4,082
24
$919
225
$13,053
$58.01
2 Pump Station Sitting and H/H Evaluation
2
$138
40
$2,759
50
$3,362
70
$4,586
80
$4,082
140
$5,359
382
$20,287
$53.11
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
3
50
100
130
160
164
607
Total Staff Cost
$206.91
$3,448.50
$6,724.00
$8,517.60
$8,164.80
$6,277.92
$33,339.73
$54.93
Total % of Work by Position
0.5%
8.2%
16.5%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Revised 9/15/08
21.4% 26.4% 27.0%
1 - SUBTOTAL ESTIMATED FEE:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
(multiplier 2.9)
$96,685.22
$96,685.22
$96,685.22
$10, 000.00
$106,685.22
edsai
17 March 2021
18 August 2021- Proposal Amendment- V2 _Fee Update 12 November 2021
Kenneth L. Caban, PE, BCEE I Vice President
Southeast Florida Regional Manager
Direct: 954.364.1752 I Cell: 305.849.3404 I Fax: 954.308.3512
ken.caban@tetratech.com
Tetra Tech I Resilient Sustainable Infrastructure Division
4601 Sheridan Street I Suite 212 I Hollywood, FL 33021 1 www.tetratech.com
Re: Brickell Bay Drive Improvements I Landscape Architecture Services
Dear Ken,
EDSA is pleased to offer you the following proposal for Landscape Architectural Services to develop the Brickell Bay
Improvements project in tandem with the Tetra Tech team. We understand that this waterfront project is a pivotal one for
the City of Miami to create a memorable public realm along this iconic waterfront which is resilient to the environmental
impacts which are very evident within South Florida. We welcome the opportunity to collaborate with Tetra Tech on this
exciting project. With our extensive experience in urban design, hospitality and public realm work, we feel confident that
we can assist in creating a desirable destination with a unified sense of place.
As per our call on August 4 and August 17, 2021, we understand that the City of Miami and Tetra Tech are requesting that
we amend our agreement from a Design -Build structure to a Design Build Bid structure in an effort to capitalize and
secure FEMA fees for the project. We understand that the previous proposal for the following tasks will remain as per the
agreement with the exception of Stage 3.4 which will be retitled "Basis of Design Report". EDSA's Scope of Services and
deliverables under the current agreement will remain as is.
Original Agreement
Stage 1 (A2.03.1) Project Kickoff
Stage 2 (A2.05) Data Compilation
Stage 3 (A2.08) Design Criteria / Guidelines (Land Use, Urban Design, Landscape Architecture)
Stage 3.1 Kick-off-
Stage 3.2 Concept Plan Alternates
Stage 3.3 Preferred Concept Plan
Stage 3.4 • Develop Design Guidelines (client support)
Stage 4 (A2.10) Design Develop - 30% Design Development drawings
This new Scope of Services will continue EDSA's involvement in the design process and commence with construction
period services.
We are confident that EDSA's planning and landscape architecture expertise will make us a strong asset for the design
team. Our following proposal addresses the landscape architectural services we feel are appropriate for describing the
Public Realm of the Brickell Bay Drive and offering creative solutions to address the pedestrians and vehicular traffic
coupled with the strong desire to create a resilient frontage for Miami.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 2 of 14
TECHNICAL PROPOSAL
The Project
The City is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th Street to
Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and protect it from future storm
surge and sea level rise while encouraging waterfront connectivity, creating open space, and improving the natural
environment and the local ecosystem. Creating a long-term stewardship structure that protects and enhances quality of
life and public and private investments is essential to keeping the Brickell Bay Drive waterfront area a functional, long-
term resilient and adaptable asset.
EDSA, part of the multidisciplinary team lead by Tetra Tech, will provide landscape architecture and planning assistance
for the Brickell Bay Drive Improvements project. We understand that the City is requesting services necessary to complete
the Design Criteria Package (`DCP') for the City that shall encompass all necessary documents required for the future
advertisement of a Design/Build RFP solicitation. We understand that the urban, engineering, and architectural design
alternatives that will be designed for the Project could have inherent environmental consequences that need to be
considered as part of the DCP. Factors relating to tidal and storm surge, drainage, the ecosystem of Biscayne Bay,
transportation, cultural resources, urban design/visual aspects, open space and recreation, and topography need to be
considered. Provided in this proposal are the specific tasks applicable to the EDSA team in support of Tetra Tech as we
further the Design Criteria Package.
For the purposes of this proposal, the "City" is the City of Miami, the "Client" is Tetra Tech, and the "Consultant" or "L.A." is
EDSA.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 3 of 14
Design Stages
The following section describes in more detail the planning process and deliverables necessary to complete the design
work. Based on the amendment request, we have modified our services as follows. EDSA will provide landscape
architectural services as detailed below for design stages including:
Stage 1 Design Advancement
1.1 60% Design Development
Stage 2 Construction Documents
2.1 90% CD/ Construction Documents for permitting
2.2 100% CD Construction Documents for bidding
Stage 3 Bidding and Construction Period Services
3.1 Bidding Assistance
3.2 Conformed Set
3.3 Construction Period Services
The landscape design services for these phases will include the following Soft & Hard Landscaping, Construction
Documentation, and Construction Period Services.
To supplement and complete the overall exterior design, EDSA will utilize the following sub-consultant(s) to address the
necessary supplemental efforts required for the project. EDSA will manage and coordinate the work of those consultant(s)
throughout the design process.
1. Irrigation Consultant
Task: provide irrigation plans in support of planting plan including:
• Pre Design Site Visit and Existing Irrigation Conditions Plan
• Irrigation Demo and Lifeline Plan
• DD Irrigation Plan
• CD Irrigation Plan
• Post Installation site visit
2. Technical Specifications Consultant
Task: provide technical specifications in support of the Construction Document phase as outlined below.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 4 of 14
SCOPE OF WORK
1. Design Advancement
Based upon the approved 30% Design Development drawings, EDSA will further the design through the
advancement of the Design Development Drawings. The Plans will be developed at a sufficient level to articulate
the design intent for the project which may be illustrated as enlargement plans indicative of the design intent for
the entire Brickell Bay Drive.
Any revisions required based on comments from the City and Client will be addressed in the subsequent
phases. Additional submissions are not included within the current agreement.
1.1
Submission 1: Design Development
Based on the approval of the drawings in the previous design phase, EDSA will move into a Design
Development Drawings and shall include all drawings and documentation necessary to further finalize
the site design, size, and character of the project.
Please note, these documents will not be final construction drawings, nor should they be used for
construction.
Design Development will include the following:
• Development and expansion of the approved Concept Design Document package, including the
preparation of a coordinated set of Design Development drawings.
• Further refine design parameters
• Design coordination meetings with Ownership and Consultant Team.
• Prepare Design Development documents for landscape and impermeable surfaces, grading,
planting and irrigation system, reviewed and coordinated with other disciplines. Drawings are to
show main design intent and will include:
The landscape grading and material selection surface drainage of exterior pedestrian
pavements and planting areas
Design layout of special features and hardscape elements; limited to detailing of aesthetic
elements — shapes, finishes, and effects
Layout of outdoor site furnishings.
Exterior planting and landscape design including general species selection.
Deliverables:
EDSA's drawing package will consist of full -format drawings and is to be formatted to match the project
standards. We anticipate the Design Development package for the overall landscape site package to
be assembled as follows:
• Illustrative Site plan
• Layout Plan (AutoCAD) to showcase overall site relationships
■ Hardscape plan including material layout plan
■ Hardscape material selection
• Aesthetic Grading Plan (AutoCAD) to showcase overall vertical site relationship
• Unique site features/ distinguishing site characteristics
■ Features will be developed to further the design intent explanation which may be illustrated
through plan, section, elevation and materiality
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 5 of 14
• Note: This will be through a series of character images, notes, and/or materials selection (does
not include CAD construction details)
• Landscape Plan (AutoCAD)
• Illustrate Sod versus Shrub areas
• Depict shade trees/ flowering trees/ palms
• Landscape character imagery of landscape intent
• Critical Site Elements character imagery and/or cut sheets which may include:
• Lighting
• Site Furnishings
• Irrigation layout and system design
Meeting(s)
o See Project Meeting schedule
2. Stage 2 Construction Document
2.1 Submission 1: 90% Construction Documents
Based on the approval of the drawings in the previous design phase, EDSA will prepare full -service
Construction Documents and Specifications for all hardscape and landscape elements within the
property. The Construction Documents phase shall consist of the completion of all the landscape,
hardscape, and irrigation. It will be broken into two phases. The 90% set will be used for permitting and
will be submitted to the City.
It shall also include all drawings and documentation necessary to fix and describe a code -compliant
design for the purpose of bidding, permitting and construction, as well as the preparation of final
specifications defining systems, fabrication requirements, procedures, submittal requirements, quality
assurance requirements, products, and manufacturers.
Detailed coordination with the Owner, Owner's Representatives, Architect, and all other project team
consultants and specialty consultants shall be continued during this phase. As part of this coordination,
an internal review shall be performed relative to all disciplines affecting this scope of work to ensure
quality control and minimize conflicts.
These drawings and specifications will fully describe all project component relationships and
construction methodology. They will indicate material selections, finishes, furniture, hardware, and
product specification, as well as to provide full detailing needed to construct the project.
EDSA will participate in virtual team meetings during this phase of work. Construction Documents will
consist of the following:
• Layout Plans — All pedestrian hardscape configurations including terraces, patios, walkways,
pathways, ramps, decks and walls.
• Hardscape Plans — Illustrating all paved pedestrian and special vehicular area surfaces including
materials, pavement patterns, colors, textures and product selection. EDSA will coordinate with the
selected interior designer for outdoor furniture selection and layout.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 6 of 14
• Planting Plans — Illustrating all trees, palms, shrubs, ground covers, grasses and aquatic plant
material indicating size, quality, quantity, colors where applicable, planting techniques and their
location in each area.
• Irrigation Plans — EDSA will provide working drawings and written specifications. If an irrigation
system upgrade is required, EDSA will provide water usage calculations sufficient to obtain a
building permit and comply with sustainability goals.
• Landscape Construction Details.
• Landscape Technical Specifications.
• Provide stamped and wet -signed permit submittal sets in the number required by the Authorities
having Jurisdiction (AHJ).
• Review and respond to plan check comments from the AHJ.
Deliverables
• Tree Protection and Disposition Plans and Details
• Hardscape and layout notes, plans and enlargement sheets
• Layout detail sheets (to include site furniture details, schedules and specifications)
• Planting notes, plans, and enlargements
• Planting detail sheets (to include plant schedule and specifications)
• Irrigation plans
• Final Landscape Technical Specifications
EDSA shall not be responsible for construction means, methods, techniques, sequences, or procedures,
for safety precautions and programs in connection with the work, or the acts or omissions of the
contractor.
Deliverables Format
• All Construction Documents will be delivered in Arch D paper size two (2) sets
• Digital copy (include all applicable AutoCAD documents)
During this task, EDSA will attend up to two (2) Construction Documents meetings with your internal
team at your office or in EDSA's Fort Lauderdale office. Additional team coordination meetings in South
Florida will be attended as needed and billed per our rate schedule. All other coordination can be
conducted via email or web -based means.
2.2 Submission 2: 100% Construction Documents
Based on the permit comments received upon the submission of the 90% Construction Documents,
EDSA will address those comments and resubmit all drawings listed within the previous design stage.
The 100% Construction Documents will be used as the Bid Set for the job.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 7 of 14
3. Stage 3 Bidding and Construction Period Services
3.1 Bidding Assistance
During the bidding stage, EDSA will be available to answer questions and address comments that arise
from the prospective contractors.
For the purposes of this proposal, the scope of services and fee for Bidding Assistance will be provided
on an hourly basis. For the purposes of this proposal, we have budgeted one (1) meeting and estimated
ten (10) hours of in office time to support this phase of work.
3.2 Conformed Set
Should any questions that arise during the bid set necessitate changes to the 100% document and/or
specification set, EDSA will update our documentation up to one (1) time to address the modifications.
This new set will serve as the construction set for the project.
3.3 Construction Period Services
The Construction phase will commence with the award of the contract for construction. EDSA shall be
available for project review, as it directly relates to the Construction Documents described above.
These services shall be oriented toward reviewing the progress of site construction, specifically design
and aesthetics of the site work, and preparing written documents advising the Owner of the items which
appear to need correction.
EDSA shall assist the Owner and contractor in the interpretation of the requirements of the Construction
Documents and shall render interpretations necessary for the proper execution of the work with
reasonable promptness. EDSA shall also review and take appropriate action upon the contractor's
submittals, such as shop drawings, product data, and samples, but only for conformance with the design
concept and with the information given in the Construction Documents.
During this stage of work, EDSA shall visit the site, and attend construction meetings at key intervals.
EDSA will report to the Owner as to the status of the implementation of our scope of work and outline
field sketches as needed to ensure the design intent is met. EDSA shall provide project record
documents based on annotated drawings prepared by the contractor.
For the purposes of this proposal, the scope of services and fee for Construction Observation will be
provided on an hourly basis. For the purposes of this proposal, we have budgeted five (5) site visits and
up to eighty (80) hours of in office time to support this phase of work.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 8 of 14
GENERAL NOTES
Project Specific Notes
a) Assumptions:
a. Tetra Tech will provide the title block template for all presentation documents. EDSA will utilize the title
block to format each set of deliverables.
b. All submissions to the City or to Tetra Tech will be in digital, PDF format, not printed format.
b) For the purposes of this proposal only, excluding any future projects with either the City or Tetra Tech, EDSA has
agreed to the reduced General Rate Schedule as depicted in Exhibit A. Further references to the rate schedule
listed in this agreement reference the rates reflects within the Exhibit A.
c) Each Task outlined will be one (1) submission. Revisions will be addressed in subsequent submittals.
d) Additional submissions or revisions will require additional services. Revisions/submissions will be billed at an
hourly rate per EDSA's General Terms and Conditions and Rate Schedule.
Exclusions
a) Architecture and design of any buildings or structures
b) Interior hardscape design & furniture selection.
c) All roofing and waterproofing details.
d) Engineering related to Swimming pools and water features.
e) Lighting Design and photometrics.
f) Civil Engineering (Final Grading, subsurface drainage and utilities).
g) MEP Engineering.
h) Structural Engineering.
i) Coastal Engineering.
j) Signage and Wayfinding Design.
k) Public Art Design.
I) Audio/visual services.
m) Survey plans and surveying services.
n) Construction and implementation of proposed improvements.
o) Any revisions to the project scope resulting from changes initiated by client, architect or consultants and that are
in excess of the included revisions described in each phase above.
p) Probable cost of construction or quantity surveying.
q) As -Built Drawings.
r) Local partners or sponsors.
s) Commissioning of water features, lighting and irrigation systems.
t) Permitting and approvals. These will be the responsibility of the Owner and/or Architect of Record.
u) Preparation and stamping of shop drawings shall be by the contractor's engineer.
v) Other services not specifically enumerated and identified herein as included in the scope of services.
Deliverable Exclusions
a) CAD drawings will not be provided until the Design Development phase unless otherwise noted.
b) CGI renderings in addition to those already included in the scope of services.
c) Building Information Modeling (BIM) - EDSA will produce basic site modeling and coordinate Revit information
with the Design Team to that extent. However, the primary documentation will remain in AutoCAD and related
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 9 of 14
software until practical BIM options for landscape architecture are available. If the project requires full BIM
workflows for landscape architecture throughout, EDSA will reassess fees accordingly.
d) Marketing -oriented 3D modeling and animations or fly-throughs.
Requirements
The Client will be responsible to provide EDSA with the required information during the detailed design process. EDSA and
the Design Team will rely on information and input from the Client and Owner's representative to include the following:
a) Certified property survey including boundary, topography, tree survey, aerial photographs and existing
conditions, and features. EDSA will rely on the accuracy of this information.
b) Site conditions including public utilities, geographic conditions, rights of way, restrictions, easements, deed
restrictions, environmental impact reports, environmental impact reports and full information concerning available
service and utility lines both public and private, above and below grade, including inverts and depths.
c) Survey and site conditions data will be provided to EDSA in electronic file format compatible with AutoCAD.
d) The Client will provide EDSA with all zoning and planning requirements and will be responsible for securing
planning, zoning and environmental impact report approvals from all relevant municipalities and government
agencies.
e) This proposal assumes that coordination of submittal package information and the actual submittal process for
governmental approvals will happen through the Client and City.
f) The Client will provide all necessary development program and budget information for the project. In addition,
the Client and Owner's representatives will establish a schedule for the project.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 10 of 14
PROJECT SCHEDULE, MEETINGS, + FEES
PROJECT SCHEDULE
a) Upon execution of this agreement, the Client shall finalize a project schedule and / or major milestones dates
related to the landscape project deliverables. The fee is based upon the assumption that each phase will
commence promptly after the owner's approval to the prior phase. In the event of delay between phases,
whether due to a failure to receive the City's approvals, Client's approvals, governmental approvals or otherwise,
the fee will be modified accordingly to account for such delay.
b) Our team is prepared to commence preparation immediately upon approval of this proposal and receipt of the
initial payment.
PROJECT MEETINGS
EDSA will prepare for and attend the following meetings:
Quantity
Phase/ Contract Section
Purpose (City Meetings)
Location
One (1)
60% Design Development
Presentation to review Documents
Virtual/ Web Based call
One (1)
90% CD/ Construction
Documents for permitting
Presentation to review Documents
In Person or Virtual/ Web Based call
One (1)
90% CD/ Construction
Documents for permitting
Plan Review
Virtual/ Web Based call
One (1)
100% CD Construction
Documents for bidding
Plan Review
In Person or Virtual/ Web Based call
One (1)
Bidding Assistance
Bidding support
Virtual/ Web Based call
Five (5)
Construction Period
Services
Site visit to review work
Site
EDSA assumes that each meeting times will not exceed 1 hour with the exception of the Kickoff Charette which is anticipated
to be up to 3 hours. Additional meetings will require additional services. Meetings will be billed at an hourly rate per EDSA's
General Terms and Conditions and Rate Schedule.
PROJECT FEES
The above -described landscape architectural work can be provided for the following fee, broken down by stage as
followed in Exhibit B. Refer to Exhibit A for Rate Schedule.
Note: The above referenced fees are net of any and all taxes or tariffs.
EDSA will require a 20% mobilization fee to initiate the work.
Reimbursable Expenses:
a) Travel expenses in connection with the Project are NOTincluded in this proposal and will be billed at a
reimbursable rate.
b) Costs of CGI renderings, photographs and models beyond those outlined in the above scope and deliverables.
c) Expense of Professional Liability Insurance dedicated exclusively to the Project, or additional insurance
coverage requested by the client.
d) Costs of printing, reproduction, postage and delivery of drawings required for submission or coordination
requested by client, City or consultants.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 11 of 14
e) Services of professional consultants, including engineers or specialists. Any costs for necessary external
services to be approved by the client prior to moving forward.
f) All fees associated with permits and/or plans processors (expeditors).
g) Other Project -related expenditures approved in advance by the client.
h) All reimbursable expenses will be billed to the client at cost.
Approval of Services/ Changes to Approved Services
a) The Landscape Architect will only proceed with a phase or design package after receiving the Clients written
approval of the services and deliverables provided in the previous.
b) Revisions to drawings or other documents will be considered Additional Services when made necessary due to
Client- requested changes to previously approved drawings or due to Client changes to previously established
budget, program, project complexity, size, and/or scope.
c) If EDSA is requested to provide additional submissions outbound of those listed in the provided Scope of
Services, EDSA will need to receive the request in writing. Changes to that portion of the Scope of Services will
be billed at an hourly rate.
d) Quantity and method of deliverables will be the decision of the Landscape Architect provided they are sufficient
to describe the design intent and coordinate with the design team. Approval of submittals will not be withheld
due to any requirements communicated after drawings have been submitted.
e) Clients decisions, approvals, reviews, and responses shall be communicated to the Landscape Architect in a
timely manner so as not to delay the performance of the Landscape Architectural Services.
f) Team changes (General Contractor, Client Representative, Consultants and Joint Venture).
g) Budget requirements which require significant changes or modifications to approved drawings.
h) Significant time spent to review contractor substitutions.
i) Time spent to address program or design changes by the Owner or operator, or major field revisions caused by
construction issues of other disciplines.
j) Separation of the project construction into phases or other development strategies that may be employed that
require multiple packages or repackaging of construction documents.
k) Extensions of construction time.
I) Payments are due upon Submission of the specific task being submitted as outlined above and are not
contingent upon Government or Client approvals.
m) In an effort to meet project timeframe, EDSA will require written comments from the Client in advance of
proceeding into the next stage of work. Comments must be coordinated and representative of all necessary
entities of the Client team and will provide a clear direction for the next steps of design.
n) EDSA will revise the design packages if errors are caused by the fault of EDSA. The efforts associated with these
changes will be at no charge to the client. However, if through the fault of others or other program changes,
EDSA has to make changes to the design packages, then these changes would be deemed an additional
services and EDSA will seek authorization from the Client, and an appropriate fee before completing the work.
o) A detailed project schedule was not provided by the City upon the authoring of this contract. Fees are calculated
based on the anticipated effort for each task. Additional services may be required if the project schedule and
consultant involvement extend above and beyond what has been anticipated within this Scope of Services.
Invoicing/Payment Schedule:
a) Invoices for work complete will be submitted monthly.
b) EDSA will not begin work until the mobilization payment has been received and requires a two -week
mobilization period.
c) Payments are due and payable 30 days from the date of the Consultant's invoice. Invoiced amounts unpaid 45
days after the invoice dote shall be deemed overdue and shall accrue 1.5 % interest per month and may result in
a suspension of services.
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 12 of 14
d) If for some reason, after EDSA's submission of the deliverable, the Client delays payment for any reason, EDSA
is to be paid in full within two weeks of said delay. If the delay extends pass thirty (30) days, then EDSA will due
a remobilization fee, or no less than $20,000 USD ($).
e) EDSA will require payment/ payment confirmation in advance of proceeding into the next stage of work.
All of us at EDSA would like to thank you for the opportunity to work with your team on such an exciting project. We also
are looking forward to deepening our relationship with Tetra Tech and collaborating with the City of Miami. Please feel
free to call me if you have any questions or if there are any modifications to this proposal.
If the above is agreeable, please send us a signed copy of this proposal. Once mobilization is received, we will schedule
the design team immediately. We welcome a call with you to initiate the project.
Yours faithfully,
Betsy Suiter, ASLA
Vice President
cc: Courtney Moore
Pablo Massari
Andrea Quintero
Marketing
Attachments:
Scott LaMont, ASLA
Principal
General Terms & Conditions
APPROVED and ACCEPTED this day of 2021
By:
For:
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 13 of 14
Exhibit A
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
edsai
GENERAL TERMS AND CONDITIONS
A. Introduction:
These General Terms and Conditions are part of the attached Agreement and are hereby incorporated by
reference. If EDSA does not receive a response to the Agreement within ninety (90) days, fees and conditions
for design services may be subject to change. Your acceptance of this Agreement constitutes your acceptance
of the foregoing General Terms and Conditions.
B. Standard of Care:
The standard of care for all professional services performed or furnished by EDSA underthis Agreement will be
of the skill and care used by landscape architects practicing under similar circumstances, at the same time, and
in the same locality.
C. Requirements of Client Furnished Information:
Client shall provide EDSA with a development program and site information regarding the requirements and
objectives for the Project. Additionally, EDSA shall rely upon the accuracy and completeness of any
information, reports, and/or site surveys/base information supplied by Client or others authorized by Client.
Client warrants that it is the copyright owner or has permission from the copyright owner to use and/or transmit
the design documents or any other information ("Design Documents") to Consultant for its use on the Project.
Client hereby releases the Consultant and any of Consultant's sub-consultant(s) from all claims and causes of
action arising from Consultant's use of the Design Documents. Client, to the extent permitted by law, further
agrees to indemnify and hold harmless Consultant and any of its sub -consultants from all costs and expenses,
including the cost of defense, related to claims and causes of action asserted by any third person or entity to
the extent such costs and expenses arise from the Consultant's use of the Design Documents.
Upon notice by EDSA, Client shall defend EDSA with counsel chosen by EDSA. The parties agree that this
duty to defend is separate and distinct from any indemnity obligation, and the duty to defend shall apply
regardless of whether the Client is obligated to indemnify EDSA.
Client's obligation to indemnify EDSA against any attorneys' fees or other costs or expenses incurred by EDSA
in connection with the defense of any claims or causes of action within the scope of this Paragraph shall be
construed as a separate item of indemnification which shall be an absolute obligation of Client even if such
claims or causes of action are invalid or groundless.
D. Responsibilities During Construction Phase:
If EDSA's services under this Agreement do not include construction administration related services for the
Project, then Client assumes all responsibility for the application and interpretation of EDSA's drawings,
specifications, and other instruments of service; the observation and evaluation of Contractor's work and the
performance of any other necessary construction phase landscape architectural or professional services; and
Client waives any claims against EDSA that may be connected in any way thereto.
Client Initials
EDSA General Terms and Conditions
Page 2 of 4
E. Out -of -Pocket Expenditures:
Unless otherwise stated in the attached Agreement, Client shall pay all out-of-pocket expenses, in addition to
professional fees. Out-of-pocket expenses are defined as actual expenditures made by EDSA, their
employees, and/or sub -consultants in the interest of the Project and include, but are not limited, to the
following expenses:
t Air travel, including departure taxes and related airline/agency fees ((Business Class on flights of
three (3) hours or greater);
2. Hotel accommodations;
3. Meals;
4. Ground transportation (i.e.,rentalcarsandtaxis);
5. Postage,telephone,express mail, and courier services;
6. Photocopying, reproductions, and printing costs;
7. Photographic supplies and processing;
8. Study model materials;
9. Client authorized consultants engaged to create/complete special renderings, models, and photography.
The above listed items may be billed at actual cost incurred plus a 10%Administrative Fee.
F. Ownership of Documents:
All documents prepared or furnished by EDSA pursuant to this Agreement are instruments of EDSA's
professional service. Upon payment in full for services rendered, EDSA shall grant joint ownership of such
documents. Reuse, reproduction, or modification of such documents by Client without EDSA's written
permission, shall be at Client's sole risk, and Client agrees to indemnify and hold EDSA harmless from all
claims, damages, and expenses including attorney's fees arising from such reuse by Client or others acting
through Client.
G. Use of Electronic Media:
Copies of documents that may be relied upon by Client are limited to printed copies (also known as hard
copies) that are signed or sealed by EDSA. Electronic files in text, data, graphic, or other formats furnished by
EDSA to Client are for convenience only. Any conclusion or information obtained or derived from such
electronic files will be at the sole risk of Client. When transferring documents in electronic media format, EDSA
makes no representations as to long-term compatibility, usability, or readability of documents resulting from the
use of software application packages, operating systems, or computer hardware differing from those in use by
EDSA at the onset of the Project.
H. Additional Services Outside Agreed Upon Scope:
Services requested by Client or Client's Representative that are in addition to the Scope of Work listed in the
Agreement will be considered Additional Services and reviewed, at that time for additional fees. Additional
services shall be provided if authorized by the Owner. These additional services may include, but are not limited
to:
1. Services related to revisions and/or additions to drawings, specifications, or other documents outlined, when
such revisions are inconsistent with instructions previously given or are a result of program modifications,
change to previous direction, or governmental reviews;
2. Scope of work changes in project size, scope, area, complexity, and budget;
3. Documentation, assistance, and coordination of on -site visits or representation beyond what is outlined;
4. Team changes in General Contractor, Client Representative, Consultants and/or Joint Venture;
5. Schedule changes related to meetings, duration, and phasing;
6. Significant time spent to review Contractor substitutions;
Client Initials
EDSA General Terms and Conditions
Page 3 of 4
7. Time spent addressing program/design changes or field revisions by the Owner or Operator caused by
construction issues of other disciplines;
8. Budgeting or value engineering requiring changes or modifications to complete and approve drawings;
9. Separation of the project construction into phases or other development strategies requiring repackaging of
construction documents;
10. Extensions of construction time;
11. Preparation of professional plans, drawings, documents and/or renderings beyond what is detailed in the
scope of deliverables;
12. Cost estimating;
13. Documentation specific to LEED certification
I. Compensation/Invoicing:
All fees and reimbursable expenses will be invoiced monthly and shall be payable in net U.S. Dollars by wire
transfer or by check drawn upon a U.S. Bank, unless otherwise stated in this Agreement. The Client
understands and acknowledges that these fees are net of any non-U.S. taxes and/or tariffs. If a retainer is
received by EDSA, it will be applied to the final payment due unless otherwise stated in this Agreement. In the
event Client should use a foreign bank as its payment bank, Client shall wire the funds in U.S. Dollars, net of
any transaction fees, to EDSA's local bank using the following information:
BANK: SunTrust Bank
515 East Las Olas Boulevard
Fort Lauderdale, FL 33301
ABA NUMBER: 061000104
SWIFT NUMBER: SNTRUS3A
CREDIT: EDSA, Inc.
ACCOUNT NUMBER: 1000114180770
Please indicate Project name and/or number to be credited.
All invoices are payable upon receipt. In the event payment is not received within thirty (30) days of invoice date,
the past due balance may be assessed an interest penalty of one and one-half percent (1 1/2%) per month.
J. Termination Rights:
In the event EDSA does not receive payment within sixty (60) days, EDSA may stop work on the Project until
payment is received. Such stoppage of work by EDSA will not be deemed as a default under the terms of this
Agreement. Under this scenario, an additional fee may be required to restart work due to non-payment.
Client may terminate this Agreement for cause, with seven (7) days prior written notice to EDSA. EDSA may
terminate this Agreement for cause with seven (7) days prior written notice to Client. Failure of Client to make
payments when due shall be cause for suspension of services or ultimately, termination, unless and until EDSA
has been paid in full for services rendered, expenses incurred, and other related charges.
In the event that the Project is suspended for more than forty-five (45) days, through no fault of EDSA, EDSA
shall be entitled to payment for services based on a percentage of completion for all completed work. In the
event of termination, EDSA shall be compensated for all services fully and satisfactorily performed up until such
termination date, together with reimbursable expenses incurred.
Client Initials
EDSA General Terms and Conditions
Page 4 of 4
K. Dispute Resolution:
The Client agrees that this Agreement shall be interpreted according to the laws of the state where the
contracting EDSA office is located, and agrees to reimburse EDSA for reasonable attorney's fees, court costs,
and all expenses including without limitation, all such fees, costs, and expenses incidental to arbitration, appeals,
and post -judgment proceedings that it may expend in enforcing this Agreement. In the event of any such dispute,
Client agrees that the ultimate court venue will be located in Broward County, Florida.
L. Execution/Duration:
Signature of the attached Agreement will signify Client's acceptance of all the Terms and Conditions outlined
herein. Accordingly, Client warrants that the necessary funds are available to pay EDSA for the services and
expenses outlined in this Agreement and that these funds are not encumbered nor contingent upon
subsequent approvals, permits, or financing commitments. This Agreement will be valid for the duration of the
Project.
Client Initials
16 March 2021
17 August 2021- Proposal Amendment (v2)
Brickell Bay Drive Improvements I Tetra Tech
Page 14 of 14
Exhibit B
1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project: Brickell Bay Resilency (Miami, Florida)
Project No. Description:
Consultant Name: EDSA
Contract No.:
Date: 11/8/2021
Estimator: insert name
STAFF CLASSIFICATION
Salary
Cost By
Activity
Average
Rate Per
Task
Job Classification
Staff
Applicable Rate
Principal Project
TBD
Rate: $68.96 Rate:
Manager
TBD
$46.78
Landscape Architect/
Designer 1
TBD
Rate: $40.20
Landscape Architect/
Designer 2
TBD
Rate: $33.32
Landscape Architect/
Designer 3
TBD
Rate: $26.15
Project Administrator
TBD
Rate: 29.42
Staff Hours
By
Activity
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Design Development
8
$552
80
$3,742
280
$11,256
150
$4,998
280
$7,322
798
$27,870
$34.92
2 90% Construction Documents
8
$552
80
$3,742
320
$12,864
180
$5,998
290
$7,584
878
$30,739
$35.01
3 100% Construction Documents
6
$414
20
$936
70
$2,814
70
$2,332
70
$1,831
236
$8,326
$35.28
4 Bidding Assistance
8
$552
16
$748
35
$1,407
20
$666
20
$523
99
$3,897
$39.36
5 Conformed Set
4
$276
16
$748
40
$1,608
30
$1,000
20
$523
110
$4,155
$37.77
6 Construction Period Services
10
$690
40
$1,871
80
$3,216
40
$1,333
40
$1,046
210
$8,156
$38.84
Estimated Total Staff Hours
44
252
825
490
720
2,331
Total Staff Cost
$3,034.24
$11,788.56
$33,165.00
$16,326.80
$18,828.00
$83,142.60
$35.67
Total %of Work by Position
1.9%
10.8%
35.4%
21.0%
30.9%
1 - SUBTOTAL ESTIMATED FEE:
EDSA: The Applicable Rates are calculated based on a lump sum fee and area only app icable to this fee chart associated with the Brickell Bay Resilency Projec Subconsultant: Irrigation
Subconsultant:
Subconsultant:
Subconsultant:
Subconsultant:
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12
(multiplier 2.9)
Technical Specifications
Sub 3
Sub 4
Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$241,113.54
$4,500.00
$13,000.00
$258,613.54
$258,613.54
$258,613.54
BISCAYNE
ENGINEERING
August 12, 2021
Tetra Tech
6303 Blue Lagoon Dr., Suite 305
Miami, FL 33126
Attention: Diana M Santander, P.E.
Sr. Project Manager
Transmitted via E-mail to:
diana.santander@tetratech.com
Direct: (305) 908-1427
Business: (305) 908-1420
Mobile: (305) 458-8293
Fax: (305) 264-1805
PROPOSAL
RE: PROFESSIONAL SURVEYING & MAPPING SERVICES AT BRICKELL BAY DRIVE NEIGHBORHOOD
Dear Ms. Santander,
Thank you for your interest in Biscayne Engineering (BE). In response to your recent request for surveying services
on the above -mentioned project, please accept the following proposal for your review and consideration.
I. Scope of Services:
Biscayne Engineering shall provide a Topographic Survey of the Survey Limits as shown on
Attachment "A" based on the information within the e-mail chain received from Tetra Tech on
August 9, 2021 at 3:28 PM and subsequent phone call. The Survey Limits proposed herein will be
incorporated into the existing Topographic Survey of Brickell Bay Drive prepared by BE (See
Attachment "B"; referenced Survey
Project Length = 2,350 L.F. ±. Project Area = 204,000 S.F. ±.
Survey limits consist of the following segments:
50' beyond right-of-way on Brickell Bay Drive (1,300 L.F. ±)
Bounded by SE 14th Street (North) and SE 15th Road (South) and adjacent to the limits of the existing
survey (this segment accounts for an additional 30' beyond the right-of-way of Brickell Bay Drive.
SE 15t" Road (800 L.F. ±)
Bounded by the centerline of Brickell Avenue on the West and Brickell Bay Drive on the East adjacent
to the limits of the existing survey.
SE 14th Street (250 L.F. ±)
Bounded by the west side of the intersection with the northerly extension of Brickell Bay Drive to the
west and Brickell Bay Drive on the East adjacent to the limits of the existing survey.
Extended Limits along Biscayne Bay
Portion of Brickell Harbour Condominium property along Biscayne Bay including dock facilities, a
circular deck area, the driveway, and the portion of building facing SE 15th Road.
NOTE: Survey limits will extend 50 feet beyond the Westerly Right -of -Way of Brickell Bay Drive along the
curved portion. At intersecting streets, such as SE 14th Street and SE 15th Road, the survey limits will be 20
feet beyond their rights -of -way. The Easterly offset along Biscayne Bay will be 10 feet into the water
(seabed elevations at toe of seawall and 10 feet in bay).
Premises that are locked and inaccessible will not be included in survey.
Refer to Attachment "A" for diagram depicting the survey limits described herein.
INSPIRED BEYOND MEASURE • SINCE 1898
CORPORATE
HEADQUARTERS
529 West Flagler Street,
Miami, FL 33130
Tel. 305.324.7671
Fax 305.324.0809
www.BiscayneEngineering.com
info@BiscayneEngineering.com
PALM BEACH
BRANCH
449 NW 35`^Street,
Boca Raton, FL 33431
Tel. 561.603.2329
Fax 561.609.2317
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 2
Topographic Tasks Shall Include:
Location and identification of improvements including asphalt pavement, pavement markings, buildings,
concrete pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull
boxes, telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails,
pavement limits, headwalls, end walls, manholes, vaults, driveways, right-of-way limits, landscaping, trees
three (3) inches in diameter or greater (trees will not be measured or identified), traffic signage (type of sign
will not be identified), other free standing signage, pavement striping, any other visible improvements within
the Survey limits (excludes underwater features except noted elevations), and any other utility records
provided. Specifically, the survey will:
• Provide the rim, top, bottom of structure, and invert elevations of existing sanitary sewer manholes,
drainage culverts, manholes, and catch basins. City shall provide access to locked and/or restricted
access structures. City is responsible for facilitating access to structures including those within parking
spaces that may be obstructed by parked vehicles.
• Locate and/or provide permanent construction controls on site in State Plane Coordinates (1983
adjustment) and vertical control based on North American Vertical Datum of 1988 (NAVD88). Horizontal
control data shall be relative to the Florida State Plane coordinate system, East Zone, North American
Datum of 1983/2011 adjustment.
• Show platted rights -of -way, platted easements, and property boundaries (based on available resources
and not title work) on the survey for the project route. Any easements shown will be based on platted
easements. As such, there may be easements or other exceptions that may affect the property not
shown without having a title search or opinion of title provided to the consultant.
• Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines throughout limits
of project. This will require field recovery of centerline control and property corners through each listed
street.
• Provide a DTM of the areas and cut cross sections at 50-foot intervals along the rights -of -way to extend
20 feet beyond the right-of-way lines and include elevations at the centerline, edge of pavement, top of
curb, back of sidewalk, low and high points, lane line, drainage ditches (when applicable).
• Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other
elevations will be provided at 50-foot intervals minimum and will include edge of pavement, flow line,
top of curb, and back of sidewalk elevations (and will extend 20-50 feet beyond the right-of-way lines).
• Show survey features, baseline, baseline points, and drainage information, including inverts, pipe size,
material, and direction of visual.
• Subsurface Utility Excavations (SUE): Twenty (20) test holes will be performed by InfraMap. The report
will include data sheet for every test hole performed and a summary table of verified utility detailing the
test hole information.
• Prepare digital maps that shall delineate all field collected data as well as existing limits of nearby public
rights -of -way (CAD files will be provided; "dwg'', "dgn", and "tin" files compatible with Autodesk CiviI3D).
Submerged Lands Research Shall Include:
• Research the Florida Department of Environmental Protection (FDEP) Board of Trustees Land
Document System and identify any available documents affecting the submerged lands within the
survey limits depicted herein. BE will plot and reference any instruments that affect said submerged
lands on the survey. As such, there may be instruments that affect the property and are not available in
the Board of Trustees Land Document System or shown without having a title search or opinion of title
provided to the consultant. This proposal does not consider costs for title work.
NOTE: THIS IS NOT A BOUNDARY SURVEY.
2
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 3
EXCLUSIONS:
• Manhole Connections.
• Clearances under power lines, mast arms, etc.
• Title Work, Table "A" Options, and FEMA Flood Certificates will not be considered.
• Mean High Water Line or Tidal Water Survey (Water levels will not be considered).
• Tree Table or tree identifications.
• Finished Floor Elevations
• Right-of-way lines will be based on plats, the City of Miami Municipal Atlas, and
information available on the Miami -Dade County Property Appraiser's website
(Surveyor cannot "confirm" Right-of-way lines without title work and will depict Right-
of-way lines based on the aforementioned resources).
DELIVERABLES:
• 4 Signed and Sealed copies of the Topographic Survey (24"x36").
• Signed and Sealed PDF version of the Topographic Survey.
• CAD File.
• Digital Terrain Model (DTM) in digital format (XML File).
II. Cost Estimate:
Special conditions that affect the cost are as follows:
Access to gated properties and buildings, safety concerns with traffic along the roadways and
sidewalks, numerous sewer structures to be located and detailed (with limited access due to
locations within parking spaces and busy roadways), submerged seabed elevations in Biscayne Bay
that will require the use of a boat and additional field crew personnel.
Services described in Section I. above, (Scope of Services), shall be provided by Biscayne Engineering
Company, Inc. for a fee as follows:
Topographic Survey & Submerged Lands Research: $29,350.50
SUE Work (20 test holes by InfraMap) : $8,717.80
NOTE:
• This proposal is limited to the Scope of Work described herein. Any other services that may be
needed will be performed in accordance to Biscayne Engineering Hourly Rates Schedule.
3
TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES
Diana M Santander
August 12, 2021
Page 4
III. General Conditions:
1. Written authorization to proceed is required. If acceptable, please execute this proposal and return it to
us (by fax or mail) fax: (305) 324-1700 or (305) 324-0809.
2. Payment is due in full upon completion/delivery. In the event that client fails to pay surveyor within
thirty (30) days from date of invoice, or the surveyor finds the survey conditions significantly different
than originally agreed upon or that adequate site access is not provided, the client agrees that the
surveyor has the right to consider these actions or non -actions to be a total breach of this contract.
Upon written notice to the client by the surveyor, the responsibilities and obligations of this contract are
terminated. The client in such case shall be obligated to pay the surveyor for all services rendered to
that point in time.
3. This is a professional service agreement based on fixed scope of services. Additional service requires
additional cost estimate and new agreement. It is a good faith estimate based on Biscayne
Engineering's experience performing this type of work.
4. Upon signature of proposal, client agrees to the location of the property as described in Attachment "A".
5. This proposal is valid for 30 days from date first above written.
We truly appreciate the consideration you have shown our company in your request for surveying services. We will
constantly strive to meet your expectations while adhering to the strict requirements, which govern our profession.
Respectfully submitted,
BISCAYNE ENGINEERING COMPANY, INC.
Alberto J. Rabionet, PSM
Project Manager
AUTHORIZATION
Written authorization to proceed is required. If acceptable, please footnote this proposal and return it to us (by fax or
e-mail) fax no: (305) 324-1700 or (305) 324-0809, E-mail: info@biscayneengineering.com
Name
Title
Signature Date
Company
4
PROPOSED SITE LIMITS FOR BRICKELL BAY DRIVE AREA SURVE
ATTACHMENT "A"
TOTAL LENGTH:
± 250 LF along SE 14th St
(ALONG R/W EXTENDED 20' INTO PROPERTIES)
TOTAL LENGTH:
± 800 LF along SE 15th Rd
(ALONG R/W EXTENDED 20' INTO PROPERTIES)
(NOTE: 800 LF of roadway divided by median)
TOTAL LENGTH:
± 1,300 LF along Brickell Bay Dr
(ADJACENT TO LIMITS OF EXISTING SURVEY
EXTENDED 50' INTO PROPERTIES)
THIS DIAGRAM IS FOR REFERENCE ONLY
2115002121211
rR SNMys`s/a OGLYLs\•saOS N•! 1 ELM NNE • YR R7 R
MAINIM I6WIN Y
- ■ VIA MOM 21ILY
- NT•FN •O MUM Md M/ M1/MIM sssY •11MC1I' MINN• ACM!
yS�L
s7FOYYY SYs7si11s1i I N Or• MN N 1•
maw a1. NNIIINRMSONNSIN I1W1 A4N7_L M MI
011111011,111MILVIAIMPROPIMPiffie ILNIVILVIWEL
- MAs//rIMMNIM sr RIME MICJIM 1S s1FN\ a
Al M s Al s.Y
:mo w Ma %NNN U *11119
- N MMm1 le -arms eiammearIW>•u M_ a M_1IM W C U
w •MM71 V IIIMM N M7 OP NMI MC s_I•= IIMMI sr1RM'lmen
M_ a IMlIN/IML DC NI7MMIMIC N=s RMID WNt N mem.I.MY
MO WAR YNNNICIaNaalov MUD 1NRN 7r1N10116r Nl A Y
• 7YR
- OANlr1M _ MAW MSC MM_ M -=1M N IM/1 MMA•= as:elc
IMOI•s AM scallion 1=aASIM•peLIa •A•IM1 mrce 71 =a •L_AIIM
AO We 11111Fr-1111111
-1NR•IIONNIMON/ NNIa1InNalIIlINN/IIr/111/P YNEIrNNE
RPM MIS/ Mr MM I. MIN•/ i=!Iw MIL moms MOM
laSIVEISIMAIlifinfirA " IIM
!1 MOM MY Ni ®PIMSI MOM 1!•6
grasumpr AMINErm,
- sM WNW MIMD�N 7I =Mn Nf!! Mr us!! u MIN MR MOM
AMA_Q AMN 1111
- sOMMlM _MAN _IMMIM M 1111311111.7111 MO IN• NO.O• 11111. 7R
MINN NMSN MOM. IMILIMMTMIla N ASNAMIMIMS I MM c=N OD
- N MONAD !MUM N•_001 sA1r11_rM M a 7111.11FMM/Y N MOOD
IrsiiablifigiWireigggirMrairriPhiErilk
infarillat OWN AMq(� Mpg+cR
WO GRAY RO EFY ailiY01NII"
- NIV_M1 A_ re 717INI AMI M IBML RAIN 1771M4wOq MI Al A_
N MI IMaN M11MYN
6/N-M OMIYOIOMW1-71A-11 WW1-MIR IN 1011 11046441/14M1
w 1a R urn la LAMA 9Y owl ermines or M7•rs= Yin/river s 1MX
RYs 01 mM Y N mirror ear s arum= ONO aMDT AIM N IMMO
1I1•i s M sls Rta=N II s1IM1 N IONIL
MMIIs sM MINIM N4/_1O/HM - 7:11.A .SAY
o w / mourn mMsr• IIYOIMLM M Mr MCIPOCIIIII IMAIM7 WO,
OWL N ITIMA 1,1. R■IM7M= ow MI M m/sLYRIM MVO, MOM VIM
N MMll== MMYMI/YMOM MI DAMN IT INIM1 • -um.
jlYVM1 A/W- --
- i/-AirI M■ NOM NR06111011.t R1NIf®1A[1N1
- G® 112100II awn. ECM ■ MNNN3
11171111111111 1lmiIMs VIM scum = MwAam:mw LOM.AMIM Ns
INISIMMT Ism 1 MAMMY IIiOaIL IRMMID1111 MIMraw MOM% MIS. VI
-NNRNINIM NIJY/MNYIMrNN I MIT IKON rY10AbsfAOd
11.0110.Mrw11.marM-A•MINMMO
Ii111t:K1-11 Fi/a' ;111\ 1-, N IA1111, h1
SE _T!_ V 3-a r'L-Y LEWIS DONJT[ON'.
I{:VIk••MII' `.4 `...II.JI -1, 1F h'. - +1 I-.!. I,
rr v- 1:1"[ 1"&M]-Pt .DC fk•JNTI,-LOR]3^,
LCCATI0N SI<ETC H
=rr' or MLAM:,
11IA`'1-1}A 11 II.IV 1", 11
•:r; / I r• 1 • I
NM VIM NrA■IIM1rMCC
PSI -IF -NAY IN® DIN INRIOI Ni ONO N MOI RML 11N 411Y OF MNN MnlPvL AIML1 1NUMICIA
RNY 77�
m�AA �L NO m-M NMFR-WIC ®RING NO IT 7C 01YS RNI ItONW . OAR601tAN
0 [ RnaN mil RNncn NNU011s MIAYC NNRI NAM N IIOIIOBR
INurs aAI
c11-I
LIM-sM
4I slasoa
svl•—aa Y
}�- •L•1/
wN MI DMA AIM
AY . MIM N 1171111
illirra
rila-
6s
111O1 2212
MOMS IIIL MSMN
1111621111 Q
IMNM Q
romans 0
LEM
.
• MINIM
■ sslss
e �� r1 =
M Ms c< r
■ ammo
MM 0O_
• IMM_
4 MIlr
• MINIM_
M 11•1•••111
s
MEM
• mone
• _
O MESA ME=
• -
N
mu our
CI
• MIS MI
a ▪ __
11111111.
0M!_s
ommomm
AdmommmmomoDeml
sawrizissesseank
wl=IMINMIMNIMIY
Nti Yll•Qr 1• MOIL NAME N s/t.R ARMED 1EIIIMI=1/1a
Ms•M•MMu11MML
1OrRMs 111101 WI r4 MIN
+ '1'•IMI w1 01 s •alINAs
Imo®
MAIM IIIM 111.11.1111
71MMIMIIL>711N •11AIllir7M n _
Is:M AaI
eteeems1 AN11 s IMM IQ s•1 N MIL DM INIMM PILL.MnAU �v MMM MOI ■ IYIIOO 11 O IMo<
1
1
' =
L = =
BE 4?
WPM1.1..SIMMi=
CI CI CI- •
El KM . .
KMEME:1'
KIEZMEM—
M4,TM
OEM
CIEICI
n
=TM
M7.-M
WT.
:
DE=
El MN E.
-EV
!TM
EZ E.,-.
m,--. . ' = I Ni
El ME KM •••,-. . =
El MN E2 •,-,..
LI MN =I —m;-;-; — — ' • ". ! .• ICICIa'i -- . ,
—• - — - MI- . i . . =
M.,-,-M .
i' • r . .= , m
1111111111141, Nor
1:11312
El KM E:I
BEMIS
MKTM
•••—• .
M••••••M
fl
nnnn
Mr•-•
M . • • • I '
11E1E1
M41,-Mnnn
M•-•-M E-11
• • • • •
OFilattliairkille MUMMY
H111:.KI-1 I HAY I.I1 v I-v F )1! iv--
SE=EON SO LEWES \IA701\),
: a- I 11 H, I.ANL ;I-
'7ETY or 113A1:, 1:11"E-D ADE •70LI WY, ILCREDI,
ZrAl \ X. I
_All LIONALMILMICNERIC
11111T It
1111111110
Meta
LC
MEM
Kiri
MOM
LIMO!
I
141111117
MUM!
taraxae
vora'aaine
MO
Mr= 111 MI
t
612010177
MINIM
tareamP
vordanner
Mt
WNW 111 661
41
1111714221
IMLIMM
tarinume
vordassne
MD
IMMO 111 DM
4
1419111M
NOIL7117
taranwer
vordavat
LH
WNW 111 661
o
ramnorn
111011•1
NMEL110
innthance
MIC
ram no gm
*
MUNI
SUM=
Paratuar
inrifanal
1M
QM SI 0121
7
rIMIMPOS
omaanan
tarainae
vora'aung.
am
arms m gm
an
mum
onswart
tarannann
madame
na4
arms m Ns
NOM no en ten A musvate mem.
isarronee W aw MOM MC DAM ON NEMO 11M11, WC ore a, MHO MI AD
IT m
aw ar_-#A
Wy37RtilcalMicr-S-IAY OMNI MONO HY Meal% MOM MRICA MFIAMDfl. 1HE IMM-EME
%cmiiaisnienm mum 111VIYM MI Mart ISMS ENINMIN Mal 116 'NNW
as eamMINR 110 ITILE VON 1101/1110.
111•12•111•111 ODIUM IP NM 141 NMI MI WAIL DM • MINIM
MUMMA =REM IINIEM 111111111,•MIME 11 VI DIEM
1
J
1
1
1
1
el L
rc-fi- re,
1
1
MAW= wACO
oa
I. • a
N.
Bill{:KI-I I HA' ;111\ t, Ni .l'i I, hl {:I11I}A.
SE _T!_ V S7. r 1OL-Y LEWIS DONJT[ON'.
I{:VIk••MIV `.4 `...I�.JI -1, 1F h'. - +1 I-.!. I,
Tf" v- 9:1"[ 1"& M]-Pt .DC 17k•JNTY,-LOR]3^,
INDOIOIIOIM LNG W CJ
ss
.11/1Ps
— mime
an=
LAN WY tam MR =/aw mama wA mono
or urinv=�
wif
aww/lfoaNOL'f Me swI► ■ x
P40+tPrv10
DOTE 1d�19A1p101AA SSIONtI J*W. PLATS
PRIMO PSSE GOY or IINII 1011OPAL Y _
Tmea
9MTY911N4TYIPHI®PIK C N s p SWW mo1k OI i ® W KARIM
An A W_l. /0 /Oi IOU M PIfYfOL
cocoon Oaf f tLl/ 1111,111141 MIL DM f Oaf• PILL.
mnAU =/n NO OCHE=■ tannin 11 Ota
1
.1.6111411
iMEM
ma1
r £
TOPOILIFEAELITIO Stillint
KIIICK1-1 I ' ;111\ I-, 1,1 1/-1111, Fl {:1111}A.
SEMS.N .:rot( LEWIS DOWTEDN
1{:Vik••FIllo - I,
Criv ••='- 1:1" I" Et 1,13 -Pt DC 17,7. J NT! , LO R3 DA
INA • IN b.
\ 1
I aiii 11 VI' r 14,,, \
I AVM L "ad rail 1 -.-r- 4, 'ke
or, Nir
----i.,.
,1•1111-4/11, - - . -7.00.
1".7.....' -A.mo .. ...: , mi ' '="' - .... ''.•-•11...3011•1"......"."- L- ...., IP
'14;:'Llir4811;a4.1WCFP-7.,_..11,' ' - - - •••••• si............41../e.....t
...--.:111 c.....
fniqt"
NM ,
ISNINMIMmi • OW.; .._ 1.4.
.....14 ,
di."8:.,..- • ..igar... t-lai L7L. ---M.: ...6---5•h•-&-- ak
ill, ..' 1.......,
7 C- -15:-:-..
11111 ,;•••,------ '
1 '....-.....•(;
LA•21111,.....,.' . ...' MI NM
.
1.
'S 4
0 1
";11.40W
IRCIALECIALI LAIC TYRA
1111111Of
1111111111 MEW=
..111111. TUN
1 .±
J
1 :I 1
aa >- II
< q
1 11 I r
111Nomacturunrums mas =NCO SYD/IININDICVNININAIZI i 1
re oar moo roman 'mum rowan moor JII _I
lilliMUIPIM
IMMO MY! IIINAL
..) :i
I . 1
... T d
i'llatili
i .
6 .7. L
/021111/12r IP INN INCNINCN.
NOM rem • ten A suovaresuover.
TWY L1 MINN NCI= /NC W.N10 ON MEOW RAWL orr or YAW ILINCIVIL ALA OMR t ar-Ac
ar-ed or -a, AN2 ar-i4 loorr-or-ifer csoomego mom= re vim mos Rae room 1:111‘,01101(1. NO INC IMAIFISOCIC
=are mann, e Ammon WIMI1C IN cossacroulullMimic mamma omoto mom= mos No Araraorr
AO 71 rainem me WIC 11/11 MAKI%
is omen mom ep Nut AM MALY/ IN ODIUM NU.
A. =RCN NM WHEW • WIDEN ID 131106
rc-fi
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project Brickell Bay Drive Neighborhood Roadway Improvements
Project No.: B-000000 Description: Topographic Survey- Brickell Bay Drive Neighborhood
Consultant Name: Biscayne Engineering Co.
Contract No.:
Date: 8/18/2021
Estimator Mike Bartholomew
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Project Manager
Mike Bartholomew
Rate: $57.69
Surveyor & Mapper
W. Hueck
Rate: $49.04
CADD Technician
I. Volovelsky
Rate: $21.00
Position 4
Rate:
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Establish vertical and horizontal control network
(Level run, Traverse, and GPS observations)
0.50
$29
4.0
$196
8
$168
12
$393
$32.75
2 Topographic Survey @ 500 feet per day along SE 14th Street
roadway (to include 50' sections)
1.00
$58
8.0
$392
8
$168
40
$618
$15.45
3 Topographic Survey @500 feet per day along divided SE 15th
Road roadway (to include 50' sections)
2.50
$144
20.0
$981
20
$420
8
$1,545
$193.13
4 Location of structures and inverts, approx. 25
1.00
$58
4.0
$196
12
$252
12
$506
$42.15
(plus or minus 20 per day)
5 Topographic Survey @ 50 feet beyond right-of-way along Brickell
Bay Road
1.00
$58
12.0
$588
16
$336
4
$982
$245.54
6 Topographic Survey @ extended limits along Biscayne Bay
1.00
$58
8.0
$392
12
$252
$702
7 Right of Way Determination & Baselines
2.00
$115
8
$392
8
$168
18
$676
$37.54
8 Submerged Lands Research
2.00
$115
8.0
$392
8
$168
18
$676
$37.54
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
11
72
92
72
Total Staff Cost
$634.59
$3,530.88
$1,932.00
$6,097.47
$84.69
Total % of Work by Position
15.3%
100.0%
127.8%
ESTIMATE OF SURVEY CREW COSTS
1 3 - man Crew Party 12.0
4 - man Crew Party :
crew days at
crew days at
$972.32 / day = $ 11,667.84
/day =
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117. Created 8/24/09
1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9)
Subconsultant: I nfra M ap
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$17,682.66
$8,717.80
$26,400.46
$ 11,667.84
$38,068.30
$38,068.30
F'I.I
PROGRAM CONTROLS INC
November 3, 2021
Diana M Santander, P.E.
Sr. Project Manager, Tetra Tech
6303 Blue Lagoon Dr., Suite 305
Miami, FL 33126
RE: 18-19-042 - Brickell Bay Drive Improvements, City of Miami
Proposal for Project Controls Services
Dear Diana:
Thank you for giving the opportunity to Program Controls, Inc. (PCI) to support the controls functions for the
subject project. As requested, please see following proposal for our services based on the revised Scope of
Services. This proposal supplements the previous proposal provided October 2020, which includes 3 conceptual
estimates and a Class 4 estimate for the final design concept, which will now be the 30% design estimate.
DESCRIPTION OF TASKS AND ACTIVITIES:
A2.07-03 - Task 2 — Additional Design Development Cost Estimating
• Develop a 60% estimate in accordance with AACE Class 3 estimate guidelines
• Develop a 90% estimate in accordance with AACE Class 2 estimate guidelines
• Develop a Bid Set estimate in accordance with AACE Class 1 estimate guidelines
A2.07-03 - Task 3 — Scheduling
• Develop a CPM schedule for the Bid Set submittal
• Bid Schedule Preparation will include -
a. Review of design and contract documents for scope
b. Site visit and assessment of current conditions
c. Development of WBS from scope
d. Develop Activity durations and dependencies
e. Develop Schedule and Critical Path
FEE SCHEDULE:
The lump sum fee of $89,519.00 is based on the current project scope and above outlined services for the project,
and broken down as follows:
• Additional Cost Estimating at 60%, 90% and Bid (3 total) - $71,609
• Bid Schedule - $17,910
1
F'I.I
PROGRAM CONTROLS INC
ASSUMPTIONS AND EXCLUSIONS:
PCI will immediately notify of all potential additional services beyond the scope outlined above and an
authorization to proceed will be obtained before proceeding on such services. Some of which may include —
• Estimate Revisions including Alternates and/or Concept Revisions beyond those noted above.
• Life Cycle Cost Estimating
• Estimate Reconciliations
• Change Order Review or Negotiation
• Schedule Narrative or Implementation Plan
• Review of Contractor Baseline and Schedule Updates
• Requests for "what -if' scenarios.
• Time Impact Analyses, Claims analysis and support.
• Financial Alternative Analysis
• Cost or Schedule Risk Analysis
• Additional meetings or field visits beyond those noted above
• Any construction phase services
• Any other services not specifically outlined above
Thank you again for your consideration and please feel free to contact us, should you have any questions or
comments on the above.
Sincerely,
PROGRAM CONTROLS INC.
Julian G. Ortega, PSP, LEED AP
Vice President — Construction Services
jortega@programcontronsinc.com
CC: Ashish Kumar, Julio Lostao
2
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project:
Project No.: B-
Description:
Consultant Name: Program Controls Inc.
Contract No.: enter consultants proj. number
Date: 11/5/2021
Estimator: Julian Ortega
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
Ashish Kumar
Rate: $200.00
Project Manager
Julian Ortega
Rate: $200.00
Lead Scheduler
Eduardo Tude
Rate: $200.00
Estimating Manager
Julio Lostao
Rate: $200.00
Lead Estimator
Marco Osorio
Rate: $196.04
MEP Estimator
William Chow
Rate: $145.37
Senior Scheduler
Frances Tatis Rios
Rate: 165.16
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
2 30% Estimate (Included above)
3 60% Estimate
4 90% Estimate
5 Bid Estimate
6 Bid Schedule
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
6
6
6
40
$1,200
$1,200
$1,200
$8,000
40
40
40
$8,000
$8,000
$8,000
60
60
60
$11,762
$11,762
$11,762
20
20
20
$2,907
$2,907
$2,907
60
$9,910
126
126
126
100
$23,870
$23,870
$23,870
$17,910
$189.44
$189.44
$189.44
$179.10
Total Staff Hours
58
120
180
60
60
478
Total Staff Cost
$11,600.00
$24,000.00
$35,287.20
$8,722.20
$9,909.60
$89,519.00
$187.28
Total % of Work by Position
12.1% 25.1% 37.7% 12.6% 12.6%
1 - SUBTOTAL ESTIMATED FEE: (multiplier included)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Notes: Geotechnical Field and Lab Testing:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. Survey Fee (or Survey Crew Fee):
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden Other Misc. Fee: Enter Fee Description
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope 3 - SUBTOTAL ESTIMATED FEE:
and Staff Hour Estimation Handbook. Additional Services (Allowance)
4. Shaded rates are capped per contract. Reimbursables (Allowance)
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 GRAND TOTAL ESTIMATED FEE:
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
$89,519.00
$89,519.00
$89,519.00
$89,519.00
Wragg Casas
PUBLIC RELATIONS INC.
November 10, 2021
Ms. Diana Santander
TetraTech, Inc.
6303 Blue Lagoon Drove
Suite 305
Miami, FL 33126
Please see below our proposal for outreach services for the construction phase of the Brickell
Bay Drive Design, Tetra Tech Project No. 200-53033-21002, Task A2.10.
Public Engagement Strategy and Scope of Work
For Brickell Bay Drive Improvements Project
The public engagement plan is designed to inform all stakeholders of the project and its
benefits and to facilitate their acceptance through a communications campaign that solicits and
incorporates meaningful feedback from all stakeholders. Wragg & Casas will inform, educate
and help update local residents, businesses and neighboring stakeholders on the benefits and
progress of the program during the construction phase.
This will include:
• Messaging: Support City of Miami staff in creating messages, advisories, talking points
and social media content as appropriate.
o Staff time: 30 hours
• Outreach: Serve as the project's public information office in outreach and delivery of
information to residents, businesses and homeowner and business associations.
o Staff time: 200 hours
• Fees: $36,216.13
We look forward to working with you on this project.
Sincerely,
/71-e-f--/
Ray Casas
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Project:
Project No.: B-
Description:
Consultant Name: Enter name of prime or subconsultant
Contract No.: enter consultants proj. number
Date: 11/2/2021
Estimator: insert name
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Principal
Ray Casas
Rate: $69.00
Project Director
Jeanmarie Ferrara
Rate: $67.24
Graphics Manager
Mery Lewis
Rate: $34.48
Position 4
4ccount Manager TIN
Rate: $53.44
Senior Writer
Melissa Lichtenheld
Rate: $60.34
Writer
Jeannette Rivera
Rate: $60.34
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
Man
hours
Cost/
Activity
'hase 4 Construction
1 Media Releases, advisories, social media content s
3
25
$207
$1,725
2
35
$134
$2,353
125
$6,680
15
15
$905
$905
10
$603
30
200
$1,850
$11,664
$61.67
$58.32
2 PIO -- Outreah to residents; businesses, HOAs
Total Staff Hours
28
$1,932.00
37
$2,487.88
125
$6,680.00
30
$1,810.20
10
$603.40
230
$13,513.48
$58.75
Total Staff Cost
Total % of Work by Position
12.2%
16.1%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
/ day = $
/ day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12
54.3% 13.0% 4.3%
1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: Enter Fee Description
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$36,216.13
$36,216.13
$36,216.13
$36,216.13
Tetra Tech, Inc.
6303 Blue Lagoon Drive, Suite 305
Miami, Florida 33126
Attention: Diana M. Santander, P.E. — Senior Project Manager
Re:
Proposal for Supplemental Geotechnical Services for
Proposed Improvements along Brickell Bay Drive
From SE 14th Street to SE 15th Road
City of Miami, Florida
GEOSOL Proposal No. P-221195-B
Dear Ms. Santander:
August 18, 2021
In accordance with your request on August 16, 2021, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to
geotechnical services for the above -referenced project.
As we understand it, the project consists of roadway improvements, milling and resurfacing of the existing roadway, drainage
improvements, a new pump station, as well as the design and construction of a seawall replacement along Brickell Bay Drive from SE
14th Street to SE 15th Road in the City of Miami, Florida. GEOSOL previously performed geotechnical services for use in the preparation
of the Design Criteria Package for the above -referenced roadway improvements, milling and resurfacing of the existing roadway,
drainage improvements, and seawall replacement. As requested, supplemental geotechnical services will be required for the proposed
new pump station installation, as well as for providing geotechnical analyses and recommendations for the proposed seawall
replacement. As requested, the supplemental geotechnical services will consist of the following:
1) Perform two (2) Standard Penetration Test (SPT) boring to depths of 25 feet below existing grades for the new pump station,
2) Perform two (2) supplemental SPT boring to depths of 60 feet below existing grades for the proposed seawall replacement on
the upland side of the existing seawall,
3) Review the results of two (2) SPT borings previously performed for the proposed seawall replacement,
4) Perform a laboratory classification testing on select soil/rock samples. Laboratory testing will include moisture content, percent
passing the #200 sieve, grain -size analysis, and organic content.
5) Provide geotechnical analyses and recommendations for the proposed pump station installation and seawall replacement
The Standard Penetration Test (SPT) borings will be performed in accordance with ASTM D-1586.
Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the
boring locations. The utility clearance process typically takes up to five (5) working days. Given the scope described herein, we can
complete the field study for the site within three (3) working day. The laboratory testing can be completed within a period of five (5)
working days. The geotechnical reports can be completed in ten (10) working days after completion of the laboratory testing program.
Therefore, we can complete the requested services in about a five (5)-week period upon receiving Notice to Proceed.
Based on our interpretation of your requirements, we are willing to complete the geotechnical services and report preparation for a total
of $13,656.00. We have enclosed a detailed Fee Proposal for your review.
GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us.
Sincerely,
GEOSOL, INC.
Oracio Riccobono, P.E.
Senior Geotechnical Engineer/President
Attachments: 1) Fee Proposal
I I
GEOSOL. Inc.
♦I I I♦�
5795-A N.W.151st Street
Miami Lakes, FL 33014
Phone (305) 828-4367; Fax (305) 828-4235
E-mail: geosolusa@bellsouth.net
GEOSOL, INC.
FEE PROPOSAL FOR SUPPLEMENTAL GEOTECHNICAL SERVICES
Proposed Improvements along Brickell Bay Drive From SE 14th Street to SE 15th Road
For Proposed Pump Station Installation and Seawall Replacement
City of Miami, Florida
GEOSOL PROPOSAL No. P-221195-B
DESCRIPTION
UNITS # OF UNIT TOTAL
UNITS RATE ($)
1. FIELD INVESTIGATION
1A) FIELD ACTIVITIES
SPT Borings, Land (0 to 50): 2 SPT Boring to 25 feet in Depth for Proposed Pump Station Installation
FEET
50.0
$12.00
$600.00
SPT Borings, Land (0 to 50): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement
FEET
100.0
$12.00
$1,200.00
SPT Borings, Land (51 to 60): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement
FEET
20.0
$15.00
$300.00
Temporary Casing (0 to 50')
FEET
150.0
$5.00
$750.00
Temporary Casing (51 to 60')
FEET
20.0
$6.00
$120.00
Closing Holes = (total depth ofSPT borings)
FEET
170.0
$6.00
$1,020.00
Scientist 2 (Test Layout & Utility Clearances)
HOUR
6
$84.00
$504.00
SUB -TOTAL (for FIELD INVESTIGATION)
1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION
$4,494.00
Mob i ization of truck mounted rig
EACH
1.0
$375.00
$375.00
SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION)
1B) LABORATORY PROGRAM
$3
5.00
Soil Classification perASTMD-3282 andD-2487
EACH
2.0
$75.00
$150.00
Grain Size perAASHTO T-27 including -200 wash
TEST
1.0
$55.00
$55.00
Material Finer than 200 Sieve per ASTMC-117
TEST
2.0
$40.00
$80.00
Organic Content Test/Limerock per AASHTO T-267
TEST
2.0
$40.00
$80.00
Moisture Test
TEST
4.0
$15.00
$60.00
SUB -TOTAL (LABORATORY PROGRAM)
TOTAL FIELD INVESTIGATION
3. ENGINEERING SERVICES
$425.00
$5,294.00
Principal
HOUR
6
$200.00
$1,200.00
Senior Engineer1
HOUR
16
$190.00
$3,040.00
Project Engineer 1
HOUR
16
$148.00
$2,368.00
Engineer 1
HOUR
12
$100.00
$1,200.00
CAD Designer
HOUR
4
$103.00
$412.00
Project Administrator
HOUR
2
$71.00
$142.00
TOTAL ENGINEERING SERVICES
TOTAL GEOTECHNICAL FEES FOR PROJECT
$8,362.00
$13,656.00
DATE = 8/18/2021 \TIME = 9:03 AM \ PAGE 1 OF 1 \FILENAME = P-221195-B FEE PROPOSAL GEOSOL
ATTACHMENT A
The Tetra Tech
project 40-619
contract in the
work under PH
OF
CITY OF MIAMI
""_""" DOCUMENT ROUTING FORM
.\(0 N 1
ORIGINATING DEPARTMENT: Procurement
DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres EXT.
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Tetra Tech Inc.
IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS?
TOTAL CONTRACT AMOUNT: $1,331.000.00 FUNDING INVOLVED? ❑■ YES ❑ NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
ii PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
• YES ❑ NO
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF SUMMARY)
Brickell Bay Drive Improvements
Contract Execution for RFQ 18-19-042 - Design Criteria Professional for
COMMISSION APPROVAL DATE: 07/23/2020 FILE ID: 7573 ENACTMENT NO.: R-20-0209
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A
ROUTING INFORMATION
Date
Signature/Print
APPROVAL BY DEPARTMENTAL DIRECTOR
10/28/2020
nie Per Digitally signed by Perez,
�'erez AnZnie Annie
Date:2020.10.28
11:15:08 -04'00'
SUBMITTED TO RISK MANAGEMENT
Ann-M Sharp igQulelvedoedbyTerry
Date:2020.10.29
06:58:48 -04'00'
SUBMITTED TO CITY ATTORNEY
11/19/2020
v�tori
IV
Mend Z Digitally signed by Min,
In, tarna% Bamaby
Y Date: 2020.11.19
14:28:09 -05'00'
Inc. contract amount to complete a full Design Criteria Package for the Brickell Bay Drive
3802 is $1,331,000 - funding is currently available to cover PHI Basic Services of the
amount of $860K as noted in the compensation section 2.04-1 of the contract. Further
II is subject to prior approval by OMB as to funding availability (Yvette Smith 12/1/2020)05Date:-55
2/2/2020
�
�t
Rj oSe Digitally signed by Rose,
Christopher
Christopher 422020.12.0205'()(7'
"`-'"t"''`govin samayornFernando
Date: 2020.12.02
Fernando 1605.9A_6.nn.
APPROVAL BY ASSISTANT CITY MANAGER
APPROVAL BY ASSISTANT CITY MANAGER
Nzeribe Ihekwaba
RECEIVED BY CITY MANAGER
-y
Arthur Noriega V / Aliki
SUBMITTED TO AND ATTESTED BY CITY
CLERK
Todd Hannon
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
PR21013
PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first
above written.
WITNESS/ATTEST: TETRA TECH, INC., a Delawarr4
Corporation
^�J
Srg fiturt-r2--
WA A
Print Name to
ATTEST
Consultant Secretary
(Affirm Consultant Seal, if available)
ATTEST
Todd B Hann •''!` Ierk
APPROVED AS TO INSURANCE
REQUIREMENTS:
Digitally signed by Terry
M. Quevedo
Date: 2020.10.29
07:00:38 -04'00'
Signature
lu
Z G
Mark A. Rynning, Sensor Vice Pre Went
Print Name. Title of Aufhonzed Officer or Manager
(Corporate Seal)
CITY OF MIAMI, a municipal corporation of
the State of Florida
Arthur Nodes -, V, City Manager
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
Digitally signed by Min,
Min, Barnaby Bamaby
Date:2020.11.19
14:31:06 -05'00'
Ann Marie Sharpe, Director Victoria Mendez, City Attorney
Risk Management Department
Design Criteria Professional for 19 RFQ No 18-19-042
Brickell Bay Drive Improvements
CERTIFICATE
TETRA TECH, INC.
To: The City of Miami, Florida
I hereby certify to you that I am the duly elected and qualified Senior Vice President,
General Counsel, and Secretary of Tetra Tech, Inc., a Delaware corporation (the "Company"),
and that, as such, I am authorized to execute this Certificate on behalf of the Company. I further
certify to you on behalf of the Company that:
Mark A. Rynning, Senior Vice President and President of the United States Infrastructure
Division of the Company, are authorized and empowered, in accordance with the Company's
Signature Approval Authority Matrix, as approved by the Company's Board of Directors, to sign
a bid and resulting agreement related to Professional Services for the Design Criteria Professional
for Brickell Bay Drive Improvements.
2020.
IN WITNESS WHEREOF, I have hereunto set my hand as of this I5`h day of October,
Preston Ho . . n
Senior Vice President, General Counsel, and
Secretary
(Seal)
PROFESSIONAL SFRViCES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
I HEREBY CERTIFY that at a meeting of the Board of Directors
of Tetra Tech, Inc, a corporation organized and existing under the laws of the State of
Delaware, held on the 1 lth day of November, 2019, a resolution was duly passed and
adopted authorizing (Name) Mark A. Rynning as (Title) Senior Vice President and President of
the United States Infrastructure Division of the corporation to execute agreements on
behalf of the corporation and providing that their execution thereof, attested by the secretary of
the corporation, shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect.
IN S WH F, I have hereunto set my hand this 19th, day of October, 2020.
Secretary:
Print: Preston Hopson
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 their 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
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
Design Criteria Professional for
Brickell Bay Drive Improvements
20
RFQ No 18-19-042
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this
Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint
venture agreement, each member of the joint venture must sign this Agreement and submit the
appropriate Certificate of Authority (corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
1 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
STA OF
SS:
COUNTY OF
The foregoing instru - nt was acknowledged before me this day of
,20 ,by
to me or who has produced as identification and who (did /
did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
, who is personally known
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
Design Criteria Professional for 21 RFQ No. 18-19-042
Brickell Bay Drive Improvements
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document
State of CALIFORNIA
County of LOS ANGELES
On Orit .f ('i 2020, before me, l.0 1t.LL►,, j-C(0Let 4.4' , Notary
Public, personally appeared PRESTON HOPSON, who proved to me on the basis of satisfactory evidence
to be the persons whose names are subscribed to the within instrument and acknowledged to me that
they executed the same in their authorized capacities, and that by their signatures on the instrument the
persons, or the entity upon behalf of which the persons acted, executed the instrument,
ce
z
MICHELLE D. CLOUTIER
COMM. #2211761 z
Notary Public - California e
'_os Angeles County
Comm. • ires Ak.t27, 2021/
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category Professional Services Agreement
Contract Type Design Criteria Professional for Brickell Bay Drive Improvements
Consultant Tetra Tech, Inc.
Contract No. 18-19-042
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 5
ARTICLE 2 GENERAL CONDITIONS 7
2.01 TERM 7
2.02 SCOPE OF SERVICES 7
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 7
2.04 COMPENSATION 7
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 8
3.05 STANDARD OF CARE 8
ARTICLE 4 SUBCONSULTANTS 8
4.01 GENERAL 8
4.02 SUBCONSULTANT RELATIONSHIPS 9
4.03 CHANGES TO SUBCONSULTANTS 9
ARTICLE 5 DEFAULT 9
5.01 GENERAL 9
5.02 CONDITIONS OF DEFAULT 9
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 9
ARTICLE 6 TERMINATION OF AGREEMENT 10
6.01 CITY'S RIGHT TO TERMINATE 10
6.02 CONSULTANT'S RIGHT TO TERMINATE 10
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 10
ARTICLE 7 DOCUMENTS AND RECORDS 10
7.01 OWNERSHIP OF DOCUMENTS 10
7.02 DELIVERY UPON REQUEST OR CANCELLATION 10
7.03 RE -USE BY CITY 11
7.04 NON -DISCLOSURE 11
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 11
7.06 E-VERIFY 12
ARTICLE 8 INDEMNIFICATION 12
ARTICLE 9 INSURANCE 12
9.01 COMPANIES PROVIDING COVERAGE 12
9.02 VERIFICATION OF INSURANCE COVERAGE 13
9.03 FORMS OF COVERAGE 13
9.04 MODIFICATIONS TO COVERAGE 13
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 14
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 14
Design Criteria Professional for 1 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
10.06 NOTICES 14
10.07 INTERPRETATION 15
10.08 JOINT PREPARATION 16
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 17
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 18
10.19 ADDITIONAL TERMS AND CONDITIONS 18
10.20 SEVERABILITY 18
10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 18
ATTACHMENT A - SCOPE OF WORK 22
ARTICLE Al GENERAL 22
A1.01 SCOPE OF SERVICES 22
A1.02 WORK ORDERS 22
A1.03 PAYMENTS 22
ARTICLE A2 OVERVIEW OF PROFESSIONAL DESIGN SERVICES 22
A2.01 DESIGN CRITERIA PROFESSIONAL DUTIES 23
A2.02 GENERAL REQUIREMENTS 23
A2.03 COORDINATION, MEETINGS, AND PRESENTATIONS 23
A2.04 VISION STATEMENT, GOALS, AND OBJECTIVES 24
A2.05 CIVIL ENGINEERING AND DESIGN SERVICES 24
A2.06 ADAPTATION PLANNING 30
A2.07 REAL ESTATE IMPACT ASSESSMENT AND IMPLEMENTATON STRATEGY 32
A2.08 DESIGN ALTERNATIVE ANALYSIS 33
A2.09 DESIGN CRITERIA/GUIDELINES (LAND USE, URBAN DESIGN, LANDSCAPE ARCHITECTURE)34
A2.10 PUBLIC ENGAGEMENT 35
A2.11 DESIGN AND ENGINEERING 35
A2.12 CULTURAL ASSESSMENTS SERVICES (NTE ALLOWANCE - PHASE II) 36
A2.13 HYDROGRAPHIC SURVEY (NTE ALLOWANCE - PHASE II) 36
A2.14 OFFSHORE INVESTIGATION (NTE ALLOWANCE - PHASE II) 36
A2.15 BENTIC SURVEY (NTE ALLOWANCE - PHASE II) 37
A2.16 BIDDING AND AWARD (PHASE II) 38
A2.17 ENGINEERING SUPPORT SERVICES (PHASE II) 38
A2.18 PUBLIC ENGAGEMENT DURING DESIGN AND CONSTRUCTION (PHASE II) 39
A2.19 MODELING TO SUPPORT SELECTED DESIGN ALTERNATIVE (PHASE II) 39
A2.20 PERSONNEL 39
A2.21 STAFFING 41
A2.22 TIME FRAMES FOR COMPLETION 41
ARTICLE A3 ADDITIONAL SERVICES 41
A3.01 GENERAL 41
A3.02 EXAMPLES 41
ARTICLE A4 REIMBURSABLE EXPENSES 41
A4.01 GENERAL 41
A4.02 SUBCONSULTANT REIMBURSEMENTS 42
ARTICLE A5 CITY'S RESPONSIBILITIES 42
A5.01 PROJECT AND SITE INFORMATION 42
ARTICLE A6 CONSULTANT FURNISHED DOCUMENTS AND EQUIPMENT 43
A6.01 GENERAL 43
SCHEDULE Al - SUBCONSULTANTS 44
SCHEDULE A2 - KEY STAFF 44
Design Criteria Professional for 2 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT B - COMPENSATION AND PAYMENTS 45
ARTICLE B1 METHOD OF COMPENSATION 45
B1.01 COMPENSATION LIMITS 45
B1.02 CONSULTANT NOT TO EXCEED 45
ARTICLE B2 WAGE RATES 45
B1.03 FEE BASIS 45
B1.04 EMPLOYEES AND JOB CLASSIFICATIONS 45
B1.05 MULTIPLIER 45
B1.06 CALCULATION 45
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 46
B2.06 ESCALATION 46
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 46
B3.01 LUMP SUM 46
B3.02 HOURLY RATE FEES 46
B3.03 REIMBURSABLE EXPENSES 46
B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES 47
B3.05 FEES FOR ADDITIONAL SERVICES 47
B3.06 PAYMENT EXCLUSIONS 47
B3.07 FEES RESULTING FROM PROJECT SUSPENSION 47
ARTICLE B4 PAYMENTS TO THE CONSULTANT 47
B4.01 PAYMENTS GENERALLY 47
B4.02 FOR COMPREHENSIVE BASIC SERVICES 48
B4.03 BILLING - HOURLY RATE 48
B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 48
B4.05 DEDUCTIONS 48
ARTICLE B5 REIMBURSABLE EXPENSES 48
B5.01 GENERAL 48
B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 49
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 49
B6.01 GENERAL 49
SCHEDULE B1 — WAGE RATES SUMMARY 50
SCHEDULE B2 — CONSULTANT INVOICE Error! Bookmark not defined.
Design Criteria Professional for 3 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category
Design Criteria Professional for Brickell Bay Drive
Improvements
Contract Type Professional Services Agreement
Consultant Tetra Tech, Inc.
Consultant Office Location 6303 Blue Lagoon Drive, Suite 305, Miami, FL 33126
City Authorization Section 18-87, City of Miami City Code
Agreement Number 18-19-042
THIS PROFESSIONAL SERVICES AGREEMENT ("AGREEMENT") made this 4 day
of December in the year 20 20 by and between THE CITY OF MIAMI, FLORIDA,
hereinafter called the "City," and Tetra Tech, Inc., hereinafter called the "Consultant."
RECITAL
A. The City issued a Request for Qualifications ("RFQ") No. 18-19-042 on August 27,
2019, for the provision of a Design Criteria Professional for Brickell Bay Drive Improvements
("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, Addenda, and the Proposal are
sometimes referred to herein, collectively, as the "Solicitation Documents," and are, by this
reference, expressly incorporated into, and made a part of, this Agreement as if set forth in full.
The Solicitation Documents are deemed as being attached hereto and incorporated by reference
herein as supplemental terms, providing, however, that in the event of any conflicts(s) or
inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any
such conflicts(s).
B. WHEREAS, the City, through action of the City Manager and/or the City
Commission, as applicable, has selected the Consultant in accordance with Section 287.055,
Florida Statutes, "Consultants' Competitive Negotiation Act," hereinafter referred to as "CCNA,"
and all 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:
Design Criteria Professional for 4 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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, which are expressly incorporated by
reference and made a part of this Agreement as if set forth in full.
1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic
Services.
1.04 Basic Services means those services designated as such in a Work Order.
1.05 City Commission means the legislative body of the City of Miami.
1.06 City Manager means the duly appointed chief administrative officer of the City of Miami.
1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency
that is a party hereto and for which services under this Agreement are to be performed. In all respects
hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In
the event the City exercises its regulatory authority as a governmental body, the exercise of such
regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall
be deemed to have occurred pursuant to the City's authority as a governmental body and shall not
be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be
referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean
the City Manager.
1.08 Commission means the legislative body of the City of Miami. See Cross Reference to 1.05 above.
1.09 Consultant means the individual, partnership, corporation, association, joint venture, or any
combination thereof, of properly registered professional architects, or engineers, or surveyors and
mappers, as applicable, which has entered into this Agreement to provide professional services to
the City.
1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any
combination thereof, which has entered into a contract with the City for construction of City facilities
and incidentals thereto.
1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly
known as Capital Improvements and Transportation Program ("CITP").
1.12 Director means the Director of the City Department designated herein ("OCI") who has the authority
and responsibility for managing the specific Project or Projects covered under this Agreement. Unless
otherwise expressly specified herein or in a Work Order, for the purpose of this Agreement, the
Director is the top administrator of the Office of Capital Improvements or their designee.
1.13 Errors means items in the plans, specification or other documents prepared by the Consultant that
are shown incorrectly, or which contain material mistakes or omissions, which results in a change to
the Services and results in the need for the Contractor to perform rework or additional work or which
causes a delay to the completion of construction.
1.14 Errors and Omissions means design or similar professional deficiencies in the plans, specifications,
diagrams, maps or other documents or data prepared by the Consultant, which must be corrected for
the project to function or be built as intended.
1.15 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by
the City to make observations of Work performed by a Contractor.
1.16 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written
letter or directive issued by the Director or Project Manager acknowledging that all conditions
precedent have been met and/or directing that the Consultant may begin work on the Project.
1.17 Omissions means items that are not shown or included in the plans, specifications, or other
documents prepared by the Consultant which are necessary for the proper and/or safe operation of
the Project or required to meet the Scope of Services.
Design Criteria Professional for 5 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
1.18 Primary Services means those Services considered by City to be fundamental to the successful
management of the Project as stated in the RFQ, and in Attachment A of this Agreement.
1.19 Project Manager means an employee or representative of the City assigned by the Director to
manage and monitor Work to be performed under this Agreement or the construction of a project as
a direct representative of the City.
1.20 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared
on an annual basis that details the planned financial resources and implementation schedule and
strategies for the City's capital projects over a five (5) year period.
1.21 Project means the design, construction, alteration and/or repair, and all services and incidentals
thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be
further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement.
1.22 Professional Services means those services within the scope of the practice of architecture,
landscape architecture, professional engineering, or registered surveying and mapping, as
applicable, as defined by the laws of the State of Florida, or those performed by any architect,
professional engineer, or registered surveyor or mapper in connection with his or her professional
employment or practice. These services may be abbreviated herein as "architectural/engineering
services" or "professional services," as applicable, which are within this definition.
1.23 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all
attachments, and any authorized amendments thereto. In the event of a conflict between the Request
for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event
of any conflict between the Consultant's response to the RFQ, or the RFQ, and this PSA, this PSA
shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control.
1.24 Resolution means the document constituting the official approval of the City Commission as required
for the City Manager to execute this Agreement, or increase the Project Budget, among other matters.
1.25 Risk Management Administrator means the City's Risk Management Director, or their designee,
or the individual named by the City Manager to administer matters relating to insurance and risk of
loss for the City.
1.26 Scope of Services or Services means a comprehensive description of the activities, tasks, design
features, objectives, deliverables, and milestones required for the completion of a Project or an
assignment with enough detail to allow a reasonably accurate estimation of resources necessary for
its completion.
1.27 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise
("CBE"), means a firm which has been certified by Miami -Dade County who will provide architectural,
landscape architectural, engineering, or registered surveying and mapping professional services to
the Consultant as required pursuant to City Code Section 18-87(p).
1.28 Subconsultant means a person or organization of properly registered professional architects,
engineers, registered surveyor, or mapper, and/or other professional specialties that has entered into
a written agreement with the Consultant to furnish specified professional services for a Project or
task.
1.29 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an
hourly rate basis, for employees in the specified professions and job categories assigned to provide
services under this Agreement that justify and form the basis for professional fees regardless of actual
manner of compensation.
1.30 Work means all services, materials and equipment provided by/or under this Agreement with the
Consultant.
1.31 Work Order means a document internal to the City, which authorizes the performance of specific
professional services for a defined Project or Projects.
1.32 Work Order Proposal means a document prepared by the Consultant, at the request of the City for
Services to be provided by the Consultant on a specific phase of a Project.
Design Criteria Professional for 6 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM
The term of this Agreement shall take effect the date written above upon its execution by the authorized
officers and shall terminate upon satisfaction and completion of all the terms and conditions of the Project
by the Consultant.
2.01-1 Extension of Expiration Date
In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this
Agreement shall not expire, and shall remain in effect until completion or termination of said Project(s).
No new Work Orders shall be issued after the expiration date.
2.02 SCOPE OF SERVICES
The Consultant agrees to provide the Services as specifically described and under the special terms and
conditions set forth in Attachment A, Scope of Work, attached hereto, which is incorporated into and
made a part of this Agreement.
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS
Prospective Firms shall adhere to the following requirements:
1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified
by Miami -Dade County as a Small Business Enterprise ("SBE"), formerly referred to as
Community Business Enterprise ("CBE"), in good standing;
2) Place a specific emphasis on utilizing local small businesses from within the City's
municipal boundaries.
For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department
website at http://www.miamidade.00v/smallbusiness/certification-programs.asp. Failure to adhere to these
requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the
Agreement to be canceled.
2.04 COMPENSATION
2.04-1 Compensation Limits
The amount of compensation payable by the City to the Consultant shall generally be a lump sum not
to exceed/guaranteed maximum fee, based on the rates and schedules established in Attachment B,
Compensation and Payments, attached hereto, which is incorporated into this Agreement; provided,
however, that in no event shall the amount of compensation exceed total value at award of
$1,331,000.00 (One Million Three Hundred and Thirty -One Thousand dollars), which is comprised
of a lump sum fee of $860,000.00 for Phase I - Basic Services, $350,000.00 for Phase II - Dedicated
Allowances, and $121,000.00 for the Owner's Contingency Allowance, in total over the term of the
Agreement and any extension(s), unless explicitly approved by action of the City Commission or City
Manager, as applicable, and put into effect by written amendment to this Agreement. The contract is
currently funded through the end of Phase I, and any further work issued under Phase II and/or any of
the allowance accounts is subject to prior approval by the Office of Management and Budget. Also, the
City shall have the right to terminate this Agreement, in its sole discretion and without penalty, at any
time during or after Phase I, by giving written notice to Contractor at least thirty (30) calendar days prior
to the effective date of such termination.
The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall
not have any liability, nor will the Consultant have any recourse against the City for any compensation,
payment, reimbursable 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 set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation
Act, for Continuing Contracts. The Compensation Limits, as may be amended from time to time, shall
serve as the Guaranteed Maximum Price/Guaranteed Maximum Cost ("GMP").
2.04-2 Payments
Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment
shall be made in accordance with Florida Statute Chapter 218, Part VII, the 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
Design Criteria Professional for 7 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require
one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills
authorized and approved for travel expenses shall be submitted in accordance with Section 112.061,
Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for
the submission of invoices.
ARTICLE 3 PERFORMANCE
3.01 PERFORMANCE AND DELEGATION
The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise
provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as
constituting an agreement between the City and said other person or firm.
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL
Director or their designee may make written requests to the Consultant for the prompt removal and
replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any
personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work
pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen
(14) calendar days of receipt of such request with either the removal and replacement of such personnel or
written justification as to why that may not occur. All decisions involving personnel will be made by the
Consultant. Such request shall solely relate to the work of said employees under this Agreement.
3.03 CONSULTANT KEY STAFF
The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of
staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff."
The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as
said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the
Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their
designee with information required to determine the suitability of proposed new Key Staff. Director will act
reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or
liability for the individual's ability to perform.
3.04 TIME FOR PERFORMANCE
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by
the Director or the Director's designee and to complete each assignment, task, or phase within the time
stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement.
A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted
by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement
as stated herein. Such extension of time shall not be cause for any claim by the Consultant for additional
compensation or any damages.
3.05 STANDARD OF CARE
Consultant shall perform its services with the skill and care ordinarily employed by similar professionals
performing similar services for similar projects. Consultant is solely responsible for the technical accuracy
and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative
Code Chapter 61G1 and Chapter 471 (Engineering) of the Florida Statutes, as amended. Consultant shall
perform due diligence, in accordance with best industry practices, in gathering information and inspecting
a Project site prior to the commencement of design. Consultant shall be responsible for the professional
quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services
furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions,
and/or deficiencies in its designs, drawings, specifications, or other Services without additional
compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in
construction, including, but not limited to additional work, demolition of existing work, rework, etc., resulting
from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications, or
other Services.
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant, is a firm that was identified as part
of the consulting team during the competitive selection process by which the Consultant was chosen
Design Criteria Professional for 8 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
to perform the Services under this Agreement, and as such, is identified and listed in Attachment A,
Schedule Al - Subconsultants attached hereto and incorporated herein by reference.
4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director,
entered into a written agreement with the Consultant to furnish unique and/or specialized professional
services necessary for a Project or task described under Additional Services. Such Specialty
Subconsultant shall be in addition to those identified in Attachment A, Schedule Al -
Subconsultants.
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 and solely under the Consultant's direction, control, supervision, retention, and/or discharge.
4.03 CHANGES TO SUBCONSULTANTS
The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule
Al - Subconsultants without prior written approval by the Director or designee, in response to a written
request from the Consultant stating the reasons for any proposed change.
ARTICLE 5 DEFAULT
5.01 GENERAL
If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has
with the City, or becomes indebted to the City for any moneys which are fixed and unpaid, or fails to perform
any of its obligations hereunder, or is debarred or its equivalent pursuant to Florida Statute Section 287.133,
or is convicted of a "Public Entity Crime" as defined therein, then the Consultant shall be in Default. Upon
the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may
immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments,
advances, or other compensation paid by the City to the Consultant while the Consultant was in default
shall be immediately returned to the City. The Consultant understands and agrees that termination of this
Agreement under this section shall not release the Consultant from any obligation accruing prior to the
effective date of termination.
In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the
City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs
and expenses incurred by the City in the re -procurement of the Services, including consequential and
incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the
Consultant until such time as the actions giving rise to default have been cured.
5.02 CONDITIONS OF DEFAULT
A finding of Default and subsequent termination for cause may include, without limitation, any one or more
of the following:
5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure,
insurance, or bonding herein required.
5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under
this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with
the City, beyond the specified period allowed to cure such Default.
5.02-3 The Consultant fails to commence the Services within the time provided or contemplated
herein, or fails to complete the Work in a timely manner as required by this Agreement.
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE
The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of
Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in
said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute
discretion, may allow additional days to perform any required cure if the Consultant provides written
justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within
Design Criteria Professional for 9 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in
said notice, without the necessity of any further action by the City.
Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term
is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate
with the cause of such failure to perform or cure.
ARTICLE 6 TERMINATION OF AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The City, including the City Manager or the Director, has the right to terminate this Agreement for any
reason or no reason, upon ten (10) business days' written notice. Upon termination of this Agreement, all
charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work
authorized under this Agreement, whether finished or not, must be turned over to the Director or designee.
The Consultant shall be paid in accordance with provisions of Attachment B - Compensation and Payments,
provided that said documentation is turned over to Director within ten (10) business days of termination.
Failure to deliver the documentation timely shall be cause to withhold any payments due without recourse
by the Consultant until all documentation is delivered to the Director or designee.
6.01-1 The Consultant shall have no recourse or remedy, damages or claims, from any termination
made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses,
earned as compensation for the Services that were performed in complete compliance with the
Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may
have, or will have, against the City, its officials or employees. The Consultant has voluntarily
acknowledged the applicability of this Section by submitting a response to this solicitation.
6.02 CONSULTANT'S RIGHT TO TERMINATE
The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by
the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the
City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this
Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the
City's breach and afford the City sixty (60) calendar days to cure.
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has
not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of this provision, the City shall have the right to terminate the Agreement without
liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions,
percentages, gifts, or other consideration paid to undisclosed lobbyists or agents.
ARTICLE 7 DOCUMENTS AND RECORDS
7.01 OWNERSHIP OF DOCUMENTS
All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained
under this Agreement, as well as all data collected, together with summaries and charts derived therefrom,
including all electronic digital copies, will be considered works made for hire and will, based on incremental
transfer wherein the above shall become the property of the City upon payments made to the Consultant
or termination of this Agreement without restriction or limitation on their use, and will be made available, on
request, to the City at any time during the performance of such services and/or upon completion or
termination of this Agreement. The Consultant shall not copyright any material and products or patent any
invention developed under this Agreement. The City shall have the right to visit Project sites for inspection
of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain
copies, including reproducible copies, solely for information and reference in connection with the City's use
and occupancy of the Project.
7.02 DELIVERY UPON REQUEST OR CANCELLATION
Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director
or designee within ten (10) business days of cancellation, or within ten (10) business days of request by
Design Criteria Professional for 10 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the
Consultant delivers all such documents. The Consultant shall have no recourse from these requirements.
7.03 RE -USE BY CITY
It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision
for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole
option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with
this provision without the necessity of further approvals, compensation, fees or documents being required
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 NON -DISCLOSURE
To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third
person, firm or organization, without Director's or their designee's prior written consent, or unless incident
to the proper performance of the Consultant's obligations hereunder, or in the course ofjudicial 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, and Subconsultants to comply with the provisions of this paragraph.
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS
The Consultant shall keep adequate records and supporting documentation, which concern or reflect its
Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter
119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation
shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this
Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents
or representatives of the City, shall have the right to audit, inspect, and copy all such records and
documentation as often as they deem necessary during the period of this Agreement and during the three
(3) year period noted above, provided, however, such activity shall be conducted only during normal
business hours.
Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation:
(1) keeping and maintaining public records required by the City to perform the service; (2) upon request
from the City's custodian of public records, providing the City with a copy of the requested records or
allowing the records to be inspected or copied within a reasonable time at a cost that does not exceed the
cost provided in this chapter or as otherwise provided by law; (3) ensuring that public records that are
exempt or confidential and exempt from public records disclosure requirements are not disclosed except
as authorized by law for the duration of the contract term and following completion of the contract if the
contractor does not transfer the records to the City; (4) upon completion of the contract, transferring, at no
cost, to the City all public records in possession of the contractor or keeping and maintaining public records
required by the City to perform the service. If the contractor transfers all public records to the City upon
completion of the contract, the contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains
public records upon completion of the contract, the contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the City, upon request from
the City's custodian of public records, in a format that is compatible with the information technology systems
of the City.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT
(305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM,
OR REGULAR MAIL AT CITY OF MIAMI, OFFICE OF THE CITY
ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE
CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT
Design Criteria Professional for 11 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS
CONTRACT.
7.06 E-VERIFY
Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Consultant during the term of the Agreement and
shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement
to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the Subconsultant during the Agreement term.
ARTICLE 8 INDEMNIFICATION
The Consultant shall indemnify, hold harmless, save and defend (at its own cost and expense) the City, its
officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages,
losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused
by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant
and persons employed or utilized by Consultant in the performance of services under this Contract.
Consultant shall, further, indemnify, hold and save harmless, and defend (at its own cost) the City, its
officials and/or employees, against, any civil actions, statutory, contractual, tort, strict liability, or other
similar claims, actions, injuries or damages arising or resulting from the services provided, unless it is
alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the
term of this Contract. If any action or proceeding is brought against the City by reason of any such claim or
demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding
by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees
that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in
no way limit the responsibility to indemnify, keep, 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 administrative, regulatory, trial, appellate, supplemental or bankruptcy proceedings, or to provide
for such defense, at the City's sole option, against any and all claims of liability and all suits and actions of
every name and description which may be brought against the City, in connection with services performed
by the Consultant or persons employed or utilized by Consultant.
This indemnity shall survive the cancellation or expiration of this Agreement. This indemnity shall be
interpreted under the laws of the State of Florida, including without limitation and interpretation, which
conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable.
The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify
the City.
The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims
which may result from any actions or omissions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any
submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any
responsibility or liability of the Consultant or Sub -Consultant under this Agreement.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent
consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and
knowingly acknowledged by the Consultant.
ARTICLE 9 INSURANCE
The Consultant shall not start Services under this Agreement until the Consultant has obtained and
provided to the City all insurance required hereunder and the City's Risk Management Administrator or their
authorized designee, has approved such insurance.
9.01 COMPANIES PROVIDING COVERAGE
All insurance policies shall be issued by companies authorized to do business under the laws of the State
of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and
be rated at least "A-," in accordance with A.M. Best Company's Key Rating Guide, latest edition.
Design Criteria Professional for 12 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
9.02 VERIFICATION OF INSURANCE COVERAGE
The Consultant shall furnish certificates of insurance ("COI") to the Risk Management Administrator for
review and approval prior to the execution of this Agreement. The COIs shall clearly indicate that the
Consultant has obtained insurance of the type, amount, and classification required by these provisions, in
excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain
coverage with equal or better rating as identified herein for the term of this Agreement. The Consultant shall
provide written notice to the City's Department of Risk Management of any material change, cancellation
and/or notice of non -renewal of the insurance within thirty (30) calendar days of the change.
The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the City's Risk
Management Department within ten (10) business days of written request.
9.03 FORMS OF COVERAGE
9.03-1 Commercial General Liability and Automobile Liability
The Consultant shall maintain commercial general liability coverage written on a primary and non-
contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for
bodily injury and property damage. The coverage shall include Premises and Operations, Contingent
and Contractual Liability, and Products and Completed Operations, with additional endorsements as
applicable. Waiver of Subrogation applies in favor of the certificate holder.
The coverage shall be written on a primary and non-contributory basis with the City listed as an
additional insured as reflected by endorsement CG 2010 11 /85 or its equivalence. Notice of cancellation
should read thirty (30) calendar days and ten (10) business days for nonpayment.
9.03-2 Business Automobile
The Consultant shall provide business automobile liability coverage including coverage for all owned,
hired, and non -owned autos with a minimum combined single limit of $1,000,000.00 naming the City
as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30)
calendar days and ten (10) business days for nonpayment.
9.03-3 Professional Liability Insurance
The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage
in the minimum amount of $2,000,000.00 per claim, $2,000,000.00 aggregate providing for all sums
which the Consultant shall be legally obligated to pay as damages for claims arising out of the services
performed by the Consultant or any person employed by the Consultant in connection with this
Agreement. This insurance shall be maintained for at least two (2) years after completion of the
construction and acceptance of any Project covered by this Agreement. Coverage must reference the
retroactive date.
9.03-4 Worker's Compensation Insurance
The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes,
Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 per
occurrence.
9.03-5 Umbrella Liability
The Consultant shall maintain umbrella liability with limits of $2,000,000 per occurrence, $2,000,000
policy aggregate listing the City as an additional insured. The coverage shall be excess follow form
over all applicable liability policies contained herein.
The above policies shall provide the City of Miami with written notice of cancellation or material change
from the insurer not less than (30) prior to any such cancellation or material change.
The Company must be rated no less than A- as to Management and no less than A (V) as to Financial
Strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick
New Jersey, or its equivalent. All policies or certificates of insurance are subject to review and
verification by Risk Management prior to insurance approval.
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 their authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations
Design Criteria Professional for 13 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06,
Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then
readily available in the national market, and may request additional consideration from the City
accompanied by justification.
ARTICLE 10 MISCELLANEOUS
10.01 AUDIT RIGHTS; INSPECTION
The City reserves the right to audit the Consultant's accounts during the performance of this Agreement
and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies
of any records necessary, in the opinion of the Director, to approve any requests for payment by the
Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and
Section 18-102 of the City Code, are applicable to this Agreement, and are deemed as being incorporated
by reference herein as supplemental terms.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to time, represents the entire and integrated agreement
between the City and the Consultant and supersedes all prior negotiations, representations, or agreements,
written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any
respect, at any time after the execution hereof, except by a written document executed with the same
formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement
shall not be deemed to be a waiver of a breach of any other provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
These services are unique in nature and the Consultant was selected based on its ability to meet the
requirements of this competitive solicitation. 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, or 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, or any other
transfer of performance of the Agreement without City Commission approval, shall be cause for the City to
terminate this Agreement. The Consultant shall have no recourse from such termination. The City may
require bonding, other security, certified financial statements and tax returns from any proposed assignee
and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a
condition precedent to considering approval of an assignment.
The Consultant and the City each binds one another, their partners, successors, legal representatives, and
authorized assigns to this Agreement and to the partners, successors, legal representatives, and assigns
of such other party in respect to all covenants of this Agreement.
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE
In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under
the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting
the compensation are accurate, complete, and current at the time of NTP. The original Project price and
any addition thereto will be adjusted to exclude any significant sums by which the City determines the
Project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit
costs. All such price adjustments will be made within one (1) year following the end of the Project.
10.05 APPLICABLE LAW AND VENUE OF LITIGATION
This Agreement shall be interpreted and construed in accordance with and governed by the laws of the
State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this
Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees
except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification,
herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must
maintain an action to enforce the duty to indemnify the City.
10.06 NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic
mail, and registered United States mail, return receipt requested, addressed to the party for whom it is
Design Criteria Professional for 14 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
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:
Arthur Noriega, V
City Manager
Office of the City Manager
City of Miami
444 SW 2nd Avenue, 10th Floor
Miami, Florida 33130-1910
Email: ANoriega@miamigov.com
Phone: 305-416-1025
Annie Perez, CPPO
Director
Department of Procurement
City of Miami
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130-1910
Email: AnniePerez@miamigov.com
Phone: 305-416-1910
Victoria Mendez
City Attorney
Office of the City Attorney
City of Miami
444 SW 2nd Avenue, 9th Floor
Miami, Florida 33130-1910
Email: VMendez@miamigov.com
Phone: 305-416-1832
With Copies to:
Hector Badia
Interim Director
Office of Capital Improvements
City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130-1910
Email: HBadia@miamigov.com
Phone: 305-416-1236
For Consultant:
Kenneth Caban, P.E., BCEE, LEED®AP
Vice President
Tetra Tech, Inc.
6303 Blue Lagoon Drive, Suite 305
Miami, FL 33126
Email: Ken.Caban@tetratech.com
Phone: 305-908-1423
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
Design Criteria Professional for 15 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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
sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever
reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a
whole, including all the subsections of such Section, unless the reference is made to a subsection or
subparagraph of such Section or Article.
10.08 JOINT PREPARATION
Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against one of
the parties than any other.
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into this
Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
design and/or construction of the subject Project(s), and/or following the completion of the Projects(s), the
parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation
prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who
the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State
of Florida. The parties will split the costs of a certified mediator on a 50/50 basis regardless of the outcome.
The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants
and/or independent contractors retained for the Project(s), thereby providing for non -binding mediation as
the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees.
In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or
to file permissive counterclaims in any action arising under this Agreement.
10.11 TIME
Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement
and Work Orders pursuant hereto, and will give the Work as much priority as is necessary to cause the
Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed
strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines
established in this Agreement and/or Work Orders pursuant hereto.
10.12 COMPLIANCE WITH LAWS
The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions
including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable
guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement.
The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law
in connection with the performance of this Agreement.
10.12-1 Non -Discrimination
The City warrants and represents that it does not and will not engage in discriminatory practices and
that there shall be no discrimination in connection with the Consultant's performance under this
Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or
sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely
by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual
orientation, be excluded from participation in, be denied services, or be subject to discrimination under
any provision of this Agreement.
10.12-2 OSHA Compliance
The Consultant warrants that it will comply with all safety precautions as required by federal, state, and
local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's
access to City property, including Project jobsites, if the Consultant's employees are not properly
equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-
compliance with safety regulations is exhibited by the Consultant.
Design Criteria Professional for 16 RFQ No. 18-19-042
Brickell Bay Drive Improvements
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 and II of the ADA (regarding nondiscrimination on the basis of disability) and all
applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative
steps to ensure nondiscrimination in employment of disabled persons.
10.13 NO PARTNERSHIP
The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership
or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the
City to any promise, debt, default, contract liability, or undertaking of the Consultant.
10.14 DISCRETION OF DIRECTOR
Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within
the exercise of the reasonable professional discretion of the Director or the Director's authorized designee.
10.15 RESOLUTION OF CONTRACT DISPUTES
The Consultant understands and agrees that all disputes between it and the City based upon an alleged
violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner:
The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit
a copy to the City of Miami personnel identified in Article 10.06, Notices.
Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their
dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06,
Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute
and issue a written finding.
Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their
dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal
of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said
notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written
finding.
The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager.
Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the
Consultant. Appeal to the City Manager for 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) calendar days has expired after submitting to the City Manager a detailed
statement of the dispute, accompanied by all supporting documentation, or a period of (90)
calendar days has expired where the City Manager's decision is subject to City Commission
approval; or
(Hi) The City has waived compliance with the procedure set forth in this section by written instrument(s)
signed by the City Manager.
10.16 INDEPENDENT CONTRACTOR
The Consultant has been procured and is being engaged to provide services to the City as an independent
contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be
entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights
generally afforded classified or unclassified employees. The Consultant further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to the Consultant, and
agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering
services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the
Consultant and the Consultant has no ability to bind the City in this regard.
10.17 CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the availability of funds and continued authorization for program
activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of
funds and/or change in programs or regulations, upon thirty (30) calendar days' written notice.
Design Criteria Professional for 17 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
10.18 THIRD PARTY BENEFICIARY
The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a
third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under
this Agreement.
10.19 ADDITIONAL TERMS AND CONDITIONS
If a PSA or other Agreement was provided by the City and included in this solicitation for the Project(s), no
additional terms or conditions, which materially or substantially vary, modify or alter the terms or conditions
of this Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all
such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other
Agreement.
10.20 SEVERABILITY
If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law
or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall
be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the
entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law
or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This
Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation
for convenience.
10.21 COUNTERPARTS; ELECTRONIC SIGNATURES
This Agreement may be executed in counterparts, each of which shall be an original as against either Party
whose signature appears thereon, but all of which taken together shall constitute but one and the same
instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force
and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this
Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on
the party whose name is contained therein. Any party providing an electronic signature agrees to promptly
execute and deliver to the other parties an original signed Agreement upon request.
END OF SECTION
Design Criteria Professional for 18 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
The Consultant shall act as the Design Criteria Professional and provide comprehensive civil engineering
and design services necessary to complete the Design Criteria Package for the Brickell Bay Drive
Improvements project (the "Project"). The Consultant shall provide said services in accordance with Section
§287.055 Florida Statutes, as amended, otherwise known as CCNA.
A1.01 SCOPE OF SERVICES
The City is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th
Street to Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and
protect it from future storm surge and sea level rise while encouraging waterfront connectivity, creating
open space, and improving the natural environment and the local ecosystem. Creating a long-term
stewardship structure that protects and enhances quality of life and public and private investments is
essential to keeping the Brickell Bay Drive waterfront area a functional, long-term resilient and adaptable
asset. Consultant may be required to perform all or some of the services described in this Agreement,
depending on the needs of the City for the Project. Consultant shall furnish comprehensive civil engineering
and design services for the Project including, but not limited to, those services described in Article A2,
"Overview of Professional Design Services."
A1.02 WORK ORDERS
When OCI has determined that a specific phase of a Project is to proceed, the Director or authorized
designee will request in writing, a Work Order Proposal from the Consultant based on the proposed Scope
of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director
or designee, and others if appropriate, may have preliminary meetings, if warranted, to define the Scope of
Services further and to resolve any questions. The Consultant shall then prepare a Work Order Proposal
following the format provided by the City, indicating the proposed Scope of Services, time of performance,
staffing, proposed fees, Subconsultants, and deliverable items and/or documents.
The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order
Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal
OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. OCI will
issue a written Notice to Proceed ("NTP") after approval of the Work Order by the Director or designee.
A1.03 PAYMENTS
The City will pay the Consultant in accordance with provisions and limitations of Attachment B,
Compensation and Payments. No payment will be made for the Consultant's time or services in connection
with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work
Order, NTP, and/or Purchase Order.
ARTICLE A2 OVERVIEW OF PROFESSIONAL DESIGN SERVICES
The Consultant shall provide interdisciplinary services necessary to complete the Design Criteria Package
("DCP") for the City that shall encompass all necessary documents required for the future advertisement of
a Design/Build RFP solicitation.
The Consultant shall, consider, evaluate and prioritize all broad and specific threat assessments for the
project. In addition, the Consultant shall focus on project -level planning and design that have been
identified as high -priority after previous City assessments and scoping efforts completed in August 2018 as
part of the 100 Resilient Cities initiatives.
The Consultant shall provide all DCP documentation sufficient for the design -build reconstruction of the sea
wall and roads (at or above grade), development and coordination of architectural standards for pedestrian,
recreational, and vehicular waterfront access and passive contemplative areas, an enhanced bay
walk/linear park, and bicycle path(s), and/or implementing other innovative urban, architectural, and/or
engineering measures to mitigate the effects of natural hazards through green, blue, and gray infrastructure.
The Project may include, drainage improvements, stormwater modeling, reconstruction, milling and
resurfacing, sidewalks, Americans with Disabilities Act ("ADA") compliant ramps, curb and/or gutters,
pavement markings and striping, roadway signage, lighting, utility coordination, traffic engineering,
Design Criteria Professional for 22 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
landscaping, irrigation services, related permitting, and preparation of environmental mitigation plans, or
any ancillary infrastructure requirements, as applicable.
The urban, engineering, and architectural design alternatives that will be designed for the Project could
have inherent environmental consequences that need to be considered as part of the DCP. Factors relating
to tidal and storm surge, drainage, the ecosystem of Biscayne Bay, transportation, cultural resources, urban
design/visual aspects, open space and recreation, and topography need to be considered.
As such, the Consultant shall conduct an analysis of potential risk and insurance impacts from the proposed
improvements as well as an analysis on alternate financing mechanisms. To frame the analysis, the City
has defined the Project area boundary to be explored as a 60-foot Right of Way (ROW) from Brickell Bay
Drive from Southeast 14th Street to Southeast 15th Road. For the seawall, the footprint shall remain as the
existing one to avoid navigable waterways impact. Notwithstanding, the Consultant is expected to evaluate
other alternatives during the initial planning phase beyond these boundaries to determine if there are other
viable solutions that the City should consider.
Finally, the Consultant shall perform site visits with City staff to determine the final Scope of Services for
the Project prior to begin negotiations.
A2.01 DESIGN CRITERIA PROFESSIONAL DUTIES
The Consultant shall be fully responsible for carrying out all functions necessary to provide civil engineering
and design services for the Project. The Consultant will be the City's Design Criteria Professional and serve
as the Owner's Representative during the construction phase of Project. As such, the Consultant will be
available to any questions the City may have on an as needed basis. The Consultant shall immediately
advise the Project Manager of any omissions, substitutions, defects, and deficiencies noted in the work of
the Contractor and the corrective action needed to be taken and/or taken.
A2.02 GENERAL REQUIREMENTS
General requirements and responsibilities of the Consultant are provided in Article Al, "General."
Requirements and activities to be undertaken by Consultant shall be as detailed in each Work Order
Proposal accepted and pursuant to terms and conditions of this Agreement.
A2.03 COORDINATION, MEETINGS, AND PRESENTATIONS
The Consultant shall coordinate all activities, correspondence, reports, and other communication related to
the Project with the Project Manager. Upon request, this information shall be made available to the Project
Manager. All activities and decisions of the Consultant relating to the Project shall be subject to review by
the City's Project Manager. Specific activities are detailed below:
A2.03-1 Kickoff Meeting
The Consultant will attend a project kick-off meeting with the project team and City staff to discuss the
project objectives and considerations, identify key team members, review the project scope and
schedule, discuss the overall project work plan, deliverables, critical milestones, and determine
available information. The Consultant will prepare a meeting agenda and meeting minutes for
distribution to meeting attendees.
A2.03-2 Project Meetings and Presentations
The Consultant will attend project meetings with City staff. The purpose of these meetings is to discuss
project's progress and other coordination activities.
The project meetings will be conducted through the completion of the design criteria package. The
Consultant's staff and subconsultants will attend the meetings at City facilities in person or by
teleconference. For each meeting conducted, the Consultant will prepare an agenda, prepare materials
for the meeting, summarize the meeting discussion, and prepare meeting minutes. I
A2.03-3 Other Meetings and Presentation
The Consultant will attend up to six (6) project meetings with other consultants and entities as well as
coordination with local government and entities.
The project meetings will be conducted as needed through the completion of the design criteria
package. The Consultant's staff and subconsultants will attend the meetings in person or by
teleconference. For each meeting conducted, the Consultant will prepare an agenda, prepare materials
for the meeting, summarize the meeting discussion, and prepare meeting minutes.
Design Criteria Professional for 23 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The following meetings are anticipated:
Phase
Purpose
Location
Design Alternative Analysis
Kickoff Charrette
In -person meeting with City
Staff + Team (pending COVID
19 restrictions)
Design Alternative Analysis
Presentation to Review Plan
Alternatives
In Person / Virtual
Design Alternative
Presentation to Review
Selected Alternative
In Person / Virtual
Design Alternative Guidelines
Presentation to Review
Submission
In Person / Virtual
Design Criteria) Package
Meeting to Discuss package
components
In Person / Virtual
Design Criteria Package
Meeting to Discuss Final
Package Prior to Release
In Person / Virtual
A2.04 VISION STATEMENT, GOALS, AND OBJECTIVES
The purpose of this task is to draft the initial vision statement, purpose, need, goals and objectives and
revisions thereto.
Subsequent to the Kick -Off Meeting, the Consultant, in collaboration with the City, shall prepare an initial
vision statement expressing a long-term idea of what the Project Area will become using the information
provided by the City regarding Project Budget, City and State procedures, guidelines, forms, and formats
including previous City assessments and scoping efforts completed in August 2018 as part of the 100
Resilient Cities initiative. This vision shall include the Project Area vulnerable to flood inundation damages,
and clearly describe the purpose and need of the Project, as well as its goals and objectives. This
information will also include the Project's level of service (LOS) for items such as storm surge protection,
stormwater management, walkability, traffic mobility, public realm, water quality, and tree canopy goals.
For the purposes of this Project, recommended actions shall adapt or restore natural features or
engineering -designed features where necessary, to mitigate flood threats as well as enhance the Project's
public spaces.
The initial deliverable will be a one -page visions/goals statement that will set tone of the project and be
used throughout the planning and design process. In addition, an initial set of Project long-term goals and
objectives will be created to provide a realistic framework for achieving the vision as well as help focus
limited resources. The Consultant shall submit the draft initial vision statement, goals and objectives to the
City for review and approval. Based on information gathered from the characterization and comments from
the City and public, the Consultant shall refine the initial vision statement and goals and objectives.
A2.05 CIVIL ENGINEERING AND DESIGN SERVICES
The Consultant shall perform all services necessary to coordinate properly the activities of all parties
involved in completing the Project. The services shall at minimum include, but are not limited to, the
following:
A2.05-1 Surveying
The Consultant will prepare a topographic survey to document all current improvements aboveground
and underground. The survey will include the following areas:
■ Brickell Bay Drive from SE14th Street to SE 15th Road and finished floor elevations of adjacent
properties.
The survey, prepared by a State of Florida licensed Professional Surveyor and Mapper/s, will locate
and identify all improvements including, asphalt pavement, pavement markings, buildings, concrete
pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull boxes,
telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails,
Design Criteria Professional for 24 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
pavement limits, headwalls, endwalls, manholes, vaults, driveways, right-of-way limits, landscaping,
trees three (3) inches in diameter or greater, traffic signage, other signage, pavement striping, any other
visible improvements within the project limits, and any other utility records provided. Specifically, the
survey will:
• Provide the rim, top, bottom of structure, and invert elevations of all existing sanitary sewer
manholes, drainage culverts, manholes, and catch basins. City shall provide access to locked
and/or restricted access structures.
• Locate and/or provide permanent construction controls on site in State Plane Coordinates
(1983 adjustment) and vertical control based on North American Vertical Datum of 1988
(NAVD88). Horizontal control data shall be relative to the Florida State Plane coordinate
system, East Zone, North American Datum of 1983/1990 adjustment.
• Show platted rights -of -way, easements and property boundaries on the survey for the project
route. Any easements shown will be based on platted easements or documents that may be
found in the public records. As such, there may be easements or other exceptions that may
affect the property not shown without having a title search or opinion of title provided to the
Consultant.
• Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines
throughout limits of project. This will require field recovery of centerline control, and property
corners through each listed street.
• Create a digital baseline covering the beginning and end of the project and all changes in
direction.
• Provide a DTM of the areas and cut cross sections at 50-foot intervals along Brickell Bay Drive
to extend 20 feet beyond the right-of-way lines and include elevations at the centerline, edge
of pavement, top of curb, back of sidewalk, low and high points, lane line, drainage ditches
(when applicable).
• Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other
elevations will be provided at 50-foot intervals minimum and will include edge of pavement,
flow line, top of curb, and back of sidewalk elevations (and will extend 20 feet beyond the right-
of-way lines).
• Show survey features, baseline, baseline points, and drainage information, including inverts,
pipe size, material and direction of visual.
• Prepare digital maps that shall delineate all field collected data as well as existing limits of
nearby public rights -of -way (CAD files will be provided; "dwg", "dgn", and "tin" files compatible
with Autodesk Civil3D).
• Provide finished floor elevations of all structures abutting Brickell Bay Drive (6 buildings were
identified).
A2.05-2 GeotechnicalInvesticlation
A geotechnical engineering evaluation and subsurface exploration will be performed to facilitate design
and construction of the proposed improvements. The scope of the geotechnical investigation includes:
• Five (5) asphalt pavement cores along Brickell Bay Drive,
• Seawall Borings - Drill and sample two (2) borings to depths of approximately 60 feet below
grade on the upland side of the existing seawall. In cohesionless soils, perform the Standard
Penetration Test (SPT). The SPT borings will be performed with a drill rig using rotary drilling
procedures. Samples of the in -place materials will be recovered with a standard split barrel
sample spoon driven with a 140-pound hammer falling 30 inches (the Standard Penetration
Test in accordance with ASTM D1586). In cohesive and semi -cohesive soils, use a 30-inch
long, thin -walled Shelby tube to take relatively undisturbed samples. Upon completion of the
field work, each borehole will be backfilled with excavated soil/rock, the surface patched and
the site generally cleaned.
• Drill and sample four (4) Standard Penetration Test (SPT) borings to depths of approximately
10 feet below grade. The SPT borings will be performed with a drill rig using rotary drilling
procedures. Samples of the in -place materials will be recovered with a standard split barrel
sample spoon driven with a 140-pound hammer falling 30 inches (the Standard Penetration
Design Criteria Professional for 25 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Test in accordance with ASTM D1586). Upon completion of the field work, each borehole will
be backfilled with excavated soil/rock, the surface patched and the site generally cleaned.
■ Perform two (2) field permeability tests at the same boreholes, where the SPTs were
performed. The tests will extend to a depth of 15 feet below existing grade. The tests will be
performed in general accordance with the South Florida Water Management District's Usual
Open Hole Procedure. Upon completion the testing, test boreholes will be abandoned with
cement grout to the ground surface.
A geotechnical engineer will review the soil samples and representative samples will be tested for
physical properties such as moisture content, sieve analysis, fines content, organic content, Limerock
Bearing Ratio (LBR), unconfined compression test and split tensile test. The results of the field
exploration and laboratory test results will be the basis for the geotechnical engineering report.
A2.05-3 Cultural Assessments Services
The Consultant will provide a Letter of Agreement that includes an archaeological management plan
for the required archaeological services. This will be provided along with a copy of the site plan and
photographs of existing conditions as part of the Certificate to Dig application.
A2.05-4 Physical and Environmental Literature Review and Data Compilation
A reliable set of physical and environmental data for use in the engineering analysis, environmental
evaluation, and design is necessary for project success. The Consultant will acquire existing relevant
information for an understanding of the existing datasets including bathymetric survey data,
geotechnical investigations, engineering documents, environmental assessments, and other pertinent
information that exists for the project area. Existing data to be collected is limited to the following, as
applicable:
■ Winds
■ Waves
■ Tides
■ Currents
■ Geotechnical/geophysical data
■ Bathymetric Data
■ Historical aerial photography
■ Benthic Community
■ Listed species
■ Fisheries
■ Water Quality
Survey data beyond what is described in the task above will rely on existing information for the area.
The existing data will be assessed for quality and applicability to the project area and reviewed for data
gaps. The Consultant will only apply quantitative and qualitative data determined to provide valuable
content to the project. The efforts associated with this task are intended to avoid a duplication of efforts
and to identify quality supplemental information useful for assessing the feasibility of the project. A
summary of the desktop investigations will be included in the DCP.
A2.05-5 Arborist Services
The Consultant will provide certified arborist services including a tree resource evaluation for the trees
and palms within the project area. The trees and palms will be numbered and located on the project
survey provided as part of Task A2.05-1. The tree resource evaluation will include numbered photos of
the trees, and palms, condition rating, size of tree protection and critical root zones, and measurements.
The trees and palms will be rated in accordance with ANSI A300 (Part 5) — 2012, Annex A, Management
Report Information. Trees and palms will be rated Good, Moderate, or Poor.
The report will follow the Levels and Scope of Tree Risk Assessment from the ANSI A300 Part 9- 2017:
Levels of tree risk assessment; Level 1 limited visual tree risk assessment, Level 2 basic tree risk
assessment, and Level 3 advanced tree risk assessment. The scope of this report/evaluation is limited
to a Level 2 Assessment for all trees and palms onsite.
A2.05-6 Infrastructure and Utility Verification
Coordination with infrastructure and utility companies shall be performed during the development of the
DCP by the Consultant.
Design Criteria Professional for 26 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Consultant will identify the utility agencies / owners (UAOs) companies with facilities within the project
area. Consultant will review existing plans, check with Sunshine One Call, and City of Miami, and
prepare and update a utility coordination matrix. Consultant's scope of work does not include the
performance of sub surface exploration. Utility information will be obtained from utility agencies.
Consultant will perform the utility verification for the existing power, telecommunication, cable television,
fuel lines, natural gas, water, sewer and drainage facilities, and other identified facilities within the limits
of the project.
Before any contact with the UAOS, Consultant will attend a meeting with the City to receive guidance,
as may be required, to assure that all necessary coordination will be accomplished in accordance with
the City. Consultant will bring a copy of the design project work schedule reflecting utility activities.
Consultant will coordinate with Sunshine State One Call of Florida, Inc. (SSOCOF) to open Design
Tickets, will contact all existing utilities provided by SSOCOF, and will submit sketches of the proposed
work to obtain available atlas, mark-ups, records, as-builts, etc.
The locations of the existing underground utilities will be depicted based on the records received, by
using the above ground visible features (i.e. valves, manhole covers, inlets) to approximate the
locations of the utilities.
The horizontal locations of services will be approximated, to the extent possible, based on the limited
information provided and above ground visible features within the ROW (i.e., valve boxes, meter boxes,
aboveground facilities, etc.).
Vertical locations for sewers will be approximated, to the extent possible, based on invert elevations at
manholes and inlets, if accessible, etc. Vertical locations for services and laterals will be assumed
based on the Miami -Dade County Water and Sewer Department (WASD) standards.
A2.05-7 Transportation Analysis
A lack of multi -modal connectivity combined with high traffic volume and flooding impacts, makes
transportation related issues one of the most significant stressors for the Project. As such, the
Consultant will analyze the transportation systems in Brickell Bay Drive and its surrounding areas to
identify feasible alternatives. These alternatives could include modification of traffic patterns, different
parking schemes, interventions of pedestrians and bicycle networks, and impacts of raising the grade
of the road, among others.
Transportation analysis must be conducted under non -pandemic conditions.
A2.05-7(a) Methodology Determination
Prior to initiating the transportation analysis, the Consultant and City of Miami will provide a
methodology correspondence to the Miami -Dade County Department of Transportation and
Public Works outlining the analysis procedure and assumptions. The purpose of this
correspondence is to outline the requirements of the transportation analysis. The Consultant will
revise the methodology correspondence one (1) time, if necessary, in response to agency
comments.
A2.05-7(b) Traffic Data Collection
Turning movement counts will be collected at a maximum of 28 intersections and driveways
during the A.M. (7:30 A.M. to 9:30 A.M.) and P.M. (4:00 to 6:00 P.M.) peak periods of a typical
weekday (Tuesday, Wednesday, or Thursday) while local schools are in session.
All traffic counts will be adjusted to account for seasonal variation using the appropriate Florida
Department of Transportation (FDOT) seasonal adjustment factors to represent peak season
traffic conditions. Figures depicting peak season turning movement counts will be prepared.
Existing signal phasing and timing patterns will be obtained from Miami -Dade County Department
of Transportation and Public Works — Signals and Signs Division for the signalized intersections
required to be evaluated in this analysis.
Design Criteria Professional for 27 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.05-7(c) Volume Development
A background growth rate will be calculated based on historic growth trends at nearby Florida
Department of Transportation (FDOT) traffic count stations. Additionally, growth rates based on
the Miami -Dade Transportation Planning Organization's (TPO) projected 2015 and 2045 model
network volumes will be examined. The higher of the two (2) growth rates will be used to develop
future year traffic volumes. Documentation will be provided in the Appendix of the traffic impact
study.
Study area intersections and driveways volumes for existing (2020) and long-term (2045) will be
prepared for a maximum of four (4) build alternatives and one (1) no -build base condition.
Committed development traffic information provided by the City of Miami will be included in
background conditions. It is expected that the City will provide the corresponding approved traffic
study for any committed projects identified.
A2.05-7(d) Capacity Analysis
Vehicular roadway conditions will be examined to determine the level of service for the study
area intersections for existing (2020) and long-term (2045) conditions during the A.M. and P.M.
peak hours. Background traffic growth will be factored into the analysis.
Two (2) capacity analysis scenarios will be examined for each build and no -build alternative:
existing and future year 2045. The intersection capacity analysis will be analyzed using
Trafficware's SYNCHRO software which apply methodologies outlined in the Highway Capacity
Manual, 6th/2010/2000 Editions.
A2.05-7(e) Documentation of Findings
The results of the capacity analysis will be documented in a report that will include graphics and
tabulations, plus text to describe the study procedure, key assumptions, findings, and
recommendations. The study will be submitted to Miami -Dade County Department of
Transportation and Public Works. A maximum of five (5) bound copies will be provided along
with an electronic (PDF) copy.
A2.05-7(f) Miami -Dade County Department of Transportation and Public Works
Coordination
The study findings and recommendations will be provided to the Miami -Dade County Department
of Transportation and Public Works — Traffic Engineering Division. If needed, the Consultant will
attend one (1) meeting with County staff to discuss the preferred enhancement alternative.
Responses to a maximum of two (2) County staff comment sets will be prepared.
A2.05-8 Drainage System Analysis and Preliminary Design
The City's current Stormwater Master Plan and hydrologic/hydraulic model will be utilized by the
Consultant's localized analysis of the drainage system in Brickell Bay Drive and adjacent areas.
The Consultant will build on this Stormwater Master Plan to model a set of multiple climate scenarios
and/or weather events in future years and assess the effects of adaptation interventions, interior
drainage interventions (both green and gray), and/or improvements to storm sewer and pumping
infrastructure. The analysis will explore a range of drainage solutions and technologies while
anticipating a combination of interventions at multiple points in time and factoring in limitations such as
the availability of capital funding. Specific activities will include but not limited to:
■ Creating a working drainage basin map to be used in defining the system hydrology. This map
will incorporate drainage basin boundaries, existing survey and/or LiDAR and field
observations, as necessary, to define the system. Basin delineations will also include any
existing collection systems.
■ Analyzing, determining, and documenting high water elevations per basin which will be used
to set roadway profile grade and roadway materials.
■ Delineate contributing drainage areas, determine runoff, inlet locations, and spread. In addition,
hydraulic losses will be calculated, design tailwater and outlet scour protection.
Design Criteria Professional for 28 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Performing preliminary design of Stormwater Systems to provide stormwater treatment and
attenuation.
■ Determining the size and modeling the stormwater management Systems using a routing
program.
■ Making a preliminary evaluation of potential needs of drainage wells based on well capacities
in the vicinity of the project.
■ Gathering data including desktop analysis of local, state and federal Drainage permits.
■ Performing field reviews.
The Consultant will coordinate and/or meet with representatives of agencies that will have jurisdiction
over stormwater management for the project to collect data and identify criteria governing stormwater
collection, retention/detention, pre-treatment, discharge and/or overflow. These agencies may include
some or all of the following:
■ Miami -Dade County Department of Transportation and Public Works (DTPW).
■ Water Control Section of the Miami -Dade County Department of Regulatory and Economic
Resources (RER)
■ Miami -Dade County Pollution Remediation Section (PRS)
■ City of Miami Department of Public Works (MDPW)
■ South Florida Water Management District (SFWMD)
■ Florida Department of Environmental Protection (FDEP)
■ U.S. Army Corps of Engineers (USACE)
A2.05-9 Collection and Review of Existing Documents Relevant to Local and Climate Change
Planning
The Consultant recognizes that it is critically important to link this project with other existing planning
efforts to ensure consistency across vision and goals, as well as for specific recommendations.
Therefore, the Consultant will develop a list of local and climate change documents that will be reviewed
including, but not limited to:
■ Miami -Dade County Comprehensive Development Master Plan
■ Miami 21 including Waterfront Design Standards
■ Unified Sea Level Rise Projection Southeast Florida
■ City of Miami Transportation Master Plan
■ Back Bay Study
■ Miami -Dade County Coastal Risk Management Study
A2.05-10 Environmental Studies and Permitting
The Consultant will perform a records search for readily available environmental and ecological
information for the project site. The search will include sources such as RER, FDEP, USEPA, and US
Fish and Wildlife Service and will include shapefiles, maps, and tables. Moreover, the Consultant will
perform literature review studying and identifying the required approvals and permitting pathways (i.e.,
City, State, Federal) for the Project. Services may also include developing approaches for mitigation as
it relates to permitting and implementation.
The task involves coordination with various city departments including, but not limited to, OCI , Building,
Zoning, Planning, , and Resilience and Public Works, and various other organizations and agencies,
including, but not limited SFWMD, , U.S. Army Corps of Engineers, Miami -Dade County Environmental
Resources Management, U.S. Fish and Wildlife Services, NOAA National Marine Fisheries Services
,and the Florida Fish, and Wildlife Conservation Commission. As such, the ability of the Consultant to
coordinate with multiple agencies will be important.
The Consultant will schedule, coordinate, prepare for, and lead/participate (as deemed appropriate by
the City) in an agency Pre -Application Meeting/Conference. The Consultant will develop a meeting
agenda and PowerPoint presentation of the selected alternative that will be distributed to all attendees
in advance of the meeting. The principal objective of the meeting will be to obtain agency input and to
Design Criteria Professional for 29 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
identify any specific concerns with respect to the implementation of the design approach, mitigation
requirements, and permitting options.
The Consultant will identify the required approvals and permitting pathways (i.e., City, State, Federal)
for the selected alternative. Additionally, the Consultant will develop approaches for mitigation as it
relates to permitting and implementation.
A2.05-11 Seawall Biological Survey
As a preliminary investigation for any seawall specific improvements and/or a terraced living shoreline
approach, the existing seawall and the benthic substrate immediately adjacent to the seawall (out to 3
meters) will be investigated by the Consultant's biologists. The seawall investigation area will need to
be free and clear of vessels to allow our staff access.
The Consultant's scientists will collect qualitative and quantitative data of the benthic resources located
on the seawall, from the high-water line to the seafloor. If present, scleractinian coral colonies will be
identified to species level and assessed for maximum size (to nearest cm) and overall health.
Representative photographs will be taken using an underwater camera. The benthic substrate at the
base of the seawall out to 3 meters will be assessed for seagrasses or other benthic functional groups
to satisfy environmental permit requirements.
A Field Observation Report will be prepared documenting methodology and observations obtained
during the seawall survey and will include relevant photographs.
A2.06 ADAPTATION PLANNING
The Brickell Bay Drive waterfront area, because of its proximity to the coast and to Miami River as well as
its marginally lower elevations compared to surrounding areas, will be subjected to a range of climate
change impacts that need to be considered for planning the design of revitalization and improvements of
the site and surrounding areas. These include hydraulic and hydrologic effects focused on changes in
precipitation, sea level rise, changes in the frequency and magnitude of coastal storms and associated
storm surge levels.
This task will help focus the resiliency goals of the project; identify the range of future conditions that need
to be considered; evaluate the vulnerability of the built environment, the natural ecosystems, and the
affected human communities; and evaluate potential adaptation options. This is envisioned as a high-level
analysis to be performed using available public domain geospatial data on climate impacts in the project
area and the surrounding region. The outcome of this task will form the basis for more detailed field studies
and data collection, feasibility evaluation, engineering design and cost estimation of alternatives, to be
accomplished in related tasks described in this Scope of Work.
Planning and design of the area will need to consider, for example, vulnerability to coastal flooding from
sea level rise, changes in the frequency and magnitude of tropical storms/hurricanes and associated storm
surge and increasing air temperature. Future projections of these hazards have been reported for Southeast
Florida for different time horizons over the 21st century and considering different sea level rise scenarios
and storm tracks and will be used for this analysis. Important published resources to be used for this
analysis include LiDAR elevation and bathymetry data for the Southeast Florida coastal region for 2018,
published by the National Oceanic and Atmospheric Administration (NOAA) Digital Coast Programl and
maximum water heights for different category storms with different storm tracks using the SLOSH (Sea,
Lake, and Overland Surges from Hurricanes) model, also developed by NOAA.2 Flooding from storm surge
depends on many factors, such as the track, intensity, size, and forward speed of the hurricane and the
characteristics of the coastline, and recent public resources have made a great deal of this information
available. Additional public data on frequency of flooding impacts by property location in the project area3
also provides insight into economic impacts under conditions with and without implementation of adaptation.
The Services may include evaluation and analysis of a wide variety of climate adaptation approaches,
including land use policies, private property adaptation and public infrastructure that could be applied to the
Project to ameliorate the impact of these effects. The analysis will also need to consider impacts to private
property and how the Project ties into nearby marine environment, greenspaces, and infrastructure
https://coast.noaa.gov/digitalcoast/data/
2 https://epa.maps.arcgis.com/apps/MapSeries/index.html?appid=852ca645500d419e8c6761b923380663
https://riskfinder.climatecentral.org/
Design Criteria Professional for 30 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
corridors overlaps with other climate adaptation and storm surge mitigation projects occurring in the City.
Feasibility should be looked at from the perspectives of implementation, construction, operations, and
maintenance.
As part of the Services, the Consultant will confirm existing conditions and physical constraints by
conducting historical review; conducting topographical and geotechnical surveys; potential contamination
investigations; underwater investigations, inspections, and/or testing; benthic survey; tree survey; utility
surveys, site investigations, and any related necessary services as described in A2.05.
The Consultant will consider resilience goals (e.g., reducing storm surge impacts), conservation goals (e.g.,
restoring ecosystems and/or creating a new habitat for native species), and community goals (e.g.,
protecting critical real estate assets and enhancing public space and access)., improving mobility and
walkability, public realm, water quality, and tree canopy.)
The planning effort will include an iterative process to assess the City and community's goals against
engineering feasibility, design, permitting, and financial modeling, and lay a clear path forward for the
Design/Build RFP solicitation. This will include an analysis of the various financing and funding pathways
available with the different design alternatives as described in Section A2.07-2(a).
The Consultant will prepare opportunities and constraints diagrams that will describe the existing site
conditions. These diagrams and findings, coupled with the background data, will help to inform the
deliverables during the Design Alternative Analysis stage of work.
A2.06-1 Adaptation Planning Framework Informed by Resilience, Conservation, and
Community Goals Development
The Consultant will develop a framework for adaptation planning aligned with the City's resilience goals
(e.g., reducing storm surge impacts), conservation goals (e.g., restoring ecosystems and/or creating a
new habitat for native species in the project area or general vicinity), and community goals (e.g.,
protecting critical real estate assets and enhancing public space and access), improving mobility and
walkability, public realm, water quality, and tree canopy). This framework will be used to: (1) identify
key assets and high-level potential adaptation options to support goals, and (2) to analyze tradeoffs
among these options. It is envisioned that the Consultant will solicit the input of the City and outside
stakeholders to refine these elements of the framework. This adaptation planning framework will be
documented as a task report, with potential applicability to other coastline redevelopment/revitalization
projects in the region.
A2.06-2 Vulnerability of the Brickell Bay Drive Waterfront Area to Climate Change, Sea Level
Rise, and other Hazards Assessment
To design the project, an assessment of vulnerability must be conducted to inform adaptation planning.
The Consultant will conduct a vulnerability assessment using the best available data and projections.
The vulnerability assessment will examine the impacts to key assets identified in the framework that
best represent the City's goals. The Consultant will develop a list of climate variables and projections
such as for air temperature, precipitation extremes and durations, mean sea level rise, tidal water
extremes, storm surge, and other variables that will be used to assess vulnerability. Some of these
quantities are tied to specific time horizons, and the Consultant will work with the City and other regional
planning efforts to help select the projections for future work. These projections will be reviewed and
agreed upon with the City. To the extent possible, the assessment will cover the three key components
of vulnerability: exposure, sensitivity, and adaptive capacity. The projections together with the results
of the vulnerability assessment will be used to support proposed modifications to the Design Guidelines
listed in A2.08
A2.06-3 Tradeoff among Adaptation Options for the Project Development and Analysis
Using the results of the vulnerability assessment, the Consultant will develop options to support the
City's vision to adapt Brickell Bay Drive and protect it from future storm surge and sea level rise while
encouraging waterfront connectivity, creating open space, and improving the natural environment and
the local ecosystem. Adaptation options may include a combination of shoreline hardening, protection,
accommodation, and ecosystem -based adaptation. Each option will describe key implementation
measures (i.e. land use policies, land acquisition, public infrastructure) and triggers (i.e. environmental
thresholds such as number of high tide flood days).
Design Criteria Professional for 31 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The consultant will conduct a high-level analysis of tradeoffs among the adaptation options in
supporting the City's goals and vision for the area. The benefit of this approach is that a wider range
of impacts and adaptation can be considered during this phase, prior to more detailed, site -specific
feasibility, design, and cost estimation. The analysis will consider impacts to private property and how
the Project ties into nearby marine environment, greenspaces, and infrastructure corridors overlaps
with other climate adaptation and storm surge mitigation projects occurring in the City. Feasibility swill
be examined at a high level from the perspectives of implementation, construction, operations, and
maintenance to lay a clear path forward for the Design/Build RFP solicitation. This work will be
documented as the Brickell Road Project Adaption Options Report to be provided as a deliverable to
City. Feasible adaptation options will form the basis developing and analyzing viable design alternatives
for the Project as described in A2.07.
A2.07 REAL ESTATE IMPACT ASSESSMENT AND IMPLEMENTATON STRATEGY
A2.07-1 Real Estate Impact Assessment
A2.07-1(a) Market Scan
The Consultant will evaluate current market conditions in the Brickell Bay Drive vicinity, with a
specific focus on residential, office, retail, and hotel space, within the context of Miami. This
evaluation will provide an understanding of the state of the market today and establish a baseline
when considering how new investment may impact the neighborhood.
A2.07-1 (b) Development Site Scan
Based on the market scan and a review of properties in the Brickell Bay Drive vicinity, the
Consultant will identify locations with strong potential to support new development in the
neighborhood and contribute to identified goals for the district as well as neighborhood investment
and growth.
A2.07-1(c) Impact Assessment
The Consultant will assess the real estate impact of planned capital investments in flood mitigation
infrastructure along Brickell Bay Drive, including both increased value of existing properties as well
as potential impacts from new development catalyzed by these investments. The Consultant will
then translate these real estate impacts into expected fiscal impact for the City, the findings of
which will support evaluation of financing tools to support of operations & maintenance costs. the
Consultant's analysis will focus on property taxes and will use existing property tax rates for
residential and commercial properties in Miami to evaluate fiscal impact.
A2.07-2 Implementation Strategy
A2.07-3(a) Funding Strategy
The Consultant will evaluate a set of financial tools for the selected alternative which could be used
to leverage property impacts in the Brickell Bay District and project the funding that could be
generated by each to support capital expenses as well operating expenses. Potential tools to be
evaluated in this analysis include special assessments, value capture, or other funding
mechanisms.
As part of its assessment of value capture mechanisms, the Consultant will identify and compare
the co -benefits of all potential flood protection interventions to help demonstrate the value of public
investment and illustrate tradeoffs to the City and stakeholders. Identifying and quantifying any
such co -benefits will improve the overall resilience of the project and surrounding areas and provide
the potential to generate additional value that could be monetized and captured to support capital
and operations costs.
The Consultant will also create a strategy for funding ongoing operations and maintenance costs
for the Brickell Bay Drive flood mitigation infrastructure. To understand operating costs, the
Consultant shall provide cost precedents from relevant projects that inform a high-level projection
of likely costs for various components of the project. The Consultant will then propose an
achievable approach to generating operating revenue through categories such as earned income,
special assessments, ongoing public funding, and ongoing contributed income.
Design Criteria Professional for 32 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.07-3(b) Governance Structure
The Consultant will evaluate and recommend a governance structure for the Brickell Bay Drive
District, particularly by helping to align the governance structure for designated open space with its
upfront and ongoing funding strategy.
A2.08 DESIGN ALTERNATIVE ANALYSIS
A2.08-1 Alternatives Identification
The Consultant will work with relevant stakeholders to identify management strategies, project
alternatives, and recommendations to fulfill the purpose and need of the Project to help achieve the
established goals and objectives. The Consultant will develop up to two (2) viable design alternatives
for the Project and a combination of the two, for a total of three (3).
During this phase of work, the Consultant will review the data collected as part of the scope of the
previous sections. With this data, the Consultant will develop some scenarios of solutions to address
the project's opportunities, constraints and needs. These solutions will be reviewed with the City to gain
a better understanding of the goals and objectives of City Staff.
The Consultant will generate two sketch plan alternates, prepared in a professional manner and
submitted in electronic format that consider the comments received by City Staff. These sketch plans
will depict the overall design intent for the project and will depict the scale and relationship of design
elements. The Consultant will create a concept statement of each alternate and develop a circulation
plan. With the elements of these two alternates a third alternate will be developed.
The Consultant will prepare conceptual site plans, drawings, and presentation -type illustrations that will
depict the design intent along with calculations. The consultant will also prepare site sections, image
boards, and vignettes to visualize the three (3) design alternatives.
A2.08-2 Cost Estimating
The Consultant will prepare Class 5 estimates for two (2) alternatives and a hybrid (combination or
variation of the two alternatives). Subsequently, the Consultant will prepare a Class 4 estimate for the
selected alternative this will be used for the DCP. Estimates that reflect the Total Project Cost as defined
by the City, will adhere to the Association for Advancement of Cost Engineering (AACE) guidelines and
practices.
The cost estimate will be used by the City to develop list of activities with estimated durations based on
the cost estimates. This list will be provided to the City for the preparation of the project's critical path
method (CPM).
A2.08-3 Financing Alternative Analysis
The Services shall include the development of a financing strategy to secure public and/or private funds
for the construction of the Project based on the information obtained as part of Task A2.07-2(a) The
financial implications of flood mitigation strategies and quality of life improvements shall also be
evaluated such as they relate to potential benefits for reduced flood related disruptions and reductions
property insurance in the area.
A2.08-4 Alternatives Evaluation
The evaluation of these alternatives, shall each comply with existing City and FDOT standards, will
include information obtained from public engagements included in Task A2.10
Alternative financing options for each design alternative shall be defined and discussed with all
stakeholders. Only one (1) alternative will be selected to be included in the future Design/Build RFP
solicitation.
The selection of the alternative will be based on the following criteria:
■ An evaluation framework according to vulnerabilities and/or threats identified.
■ Identification of priority elements for focused flood mitigation, public connectivity to the
waterfront, public park and open space, traffic circulation, stormwater management, coastal
protection, and environmental enhancements.
Design Criteria Professional for 33 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ A cost/benefit analysis that will quantify social, environmental, economic, and resiliency
benefits and costs; and quantify economic costs associated with expected damages and losses
for various mutually agreed upon current and future conditions and hazard scenarios in order
to justify public expenditure for implementation projects.
■ Ranking project actions according to anticipated reduction in flooding and stormwater hazards,
improving public waterfront access, creating open and park space, and synergy with existing
and future adjacent waterfront areas. Potential ranking factors may include, but would not
necessarily be limited to:
o Project goals and objectives
o Flood and stormwater mitigation
o Public open and park space
o Traffic calming and wayfinding
o Cost, permitting, and maintenance
o Available computer modeling
o Community and landowner cooperation, public access and visibility
o Cost sharing partner involvement and innovation
A2.08-5 Draft and Final Alternatives Evaluation Report
The Consultant will prepare a report summarizing the alternatives evaluation criteria, selection
process, stakeholder input and details of the selected alternative. A draft report will be submitted to
the City for review and comments. Subsequently, a final report will be prepared and will be made
available to the general public.
During this stage of work, the consultant will distill the planning alternatives and concepts developed
as part of the initial design and planning stages into a final strategic alternative that will become the
basis for the project moving forward. The implementation strategy will:
■ Clearly articulate priorities, measurable objectives and steps to implement the identified Project
elements.
■ Include detailed cost estimates,
■ Include a list of additional studies and analyses that should be undertaken in order to implement
priorities and the data needs and costs associated with each.
■ Include recommendations for economies of scale, efficiencies or other cost saving measures
to stretch implementation dollars and leverage additional funding sources.
■ Include a baseline schedule that will be used to periodically update the Project.
The Implementation Strategy will include a matrix of prioritized Project elements and other actions for
advancing the implementation of the goals and objectives of the Project, including steps needed to
implement the specific key milestones (e.g., feasibility, design, permitting, procurement, construction),
timeframe for implementation; short term (e.g., immediate to 1 year) or long term (e.g., greater than
1 year, up to 4 years), cost estimates, regulatory approvals needed, and likely project sponsor (agency
or organization lead) and project partners.
A2.09 DESIGN CRITERIA/GUIDELINES (LAND USE, URBAN DESIGN, LANDSCAPE
ARCHITECTURE)
The Consultant shall clearly identify design criteria / guidelines for the D/B contractor to follow during the
D/B phase. The design criteria / guidelines, which could be an adaptation or modification of existing ones
(i.e., Miami 21), will give direction on critical issues, including:
■ Floodway Impacts/Encroachment
■ Erosion and Sedimentation
■ Site and Regional Topography
■ Storm Drainage and Green Infrastructure
■ Storm surge, coastal flooding and tidal related flooding
■ Sea Level Rise Projections
■ Water Quantity and Quality
Design Criteria Professional for 34 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Protected Species in the area
■ Coastal Wetlands and benthic habitat
■ Cultural Resource Constraints (historic properties and archeology)
■ Hazardous Materials and Subsurface groundwater or soil contamination Constraints
■ Mobility Impacts - Pedestrian, Bicycle, Vehicle, and Parking Impacts
■ Land Use, Zoning and Public Policy
■ Urban Design and Visual/Aesthetics
■ Open Space and Recreation
■ Tree canopy
■ Sunshade, solar radiance/urban heat island, and wind/air flow
■ Ecological and Threatened or Endangered Species
■ Community Services, Emergency Services, and Public Safety
■ Environmental Justice
■ Construction Impacts
■ Harmonization between public and private properties
■ Environmental Permits (including fatal flaws, schedule and costs)
■ Proposed Potable Water and Sewer Services
■ Proposed Lighting and Telecommunication Services
■ Bicycle Trail Standards
In addition to impact avoidance, the design guidelines will look for opportunities leading to environmental
enhancement and social benefit. For example, there may be green infrastructure and open space
opportunities that can improve storm water quality and enhance the ecosystem as well as offer an improved
waterfront experience while mitigating flood risk.
The Consultant Team will work together to provide resilient solutions that are functional and aesthetic,
providing both social and environmental benefits.
A2.10 PUBLIC ENGAGEMENT
Public engagement during Phase I of the project includes informing stakeholders, answering questions and
supporting the City of Miami in gaining public support for the project.
Three meetings are included in this task:
■ First initial meeting to discuss project
■ Second meeting to discuss three alternatives
■ Third meeting to review selected alternative
The consultant shall:
■ Coordinate logistics with City staff
■ Prepare materials for use as handouts for the public
■ Draft Agenda
■ Draft letters of invitation
■ Serve as emcee and facilitator during the meetings
■ Keep notes and provide feedback for City staff to follow up with participants
A2.11 DESIGN AND ENGINEERING
The Services will include the development of engineering (conceptual) plans up to a sufficient level of detail
(approximately 30%) and design criteria for the selected alternative, to accompany the Design Criteria /
Guidelines. Design efforts shall comply with all applicable Federal, State, County, City, and local laws,
codes, ordinances, rules, and regulations.
Provided that the City has determined that the information is satisfactory and complete, at a minimum, the
DCP shall include the following drawings:
Design Criteria Professional for 35 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Drawing
Title
G-1
Cover
G-2
Notes and Abbreviations
C-1
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-2
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-3
Roadway Plan (shows roadway geometry, pavement markings and signage)
C-4
Civil (Drainage and utilities)
C-5
Civil (Drainage and utilities)
C-6
Civil (Drainage and utilities)
C-7
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
C-8
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
C-9
Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet)
L-1
Landscape/Hardscape plan
L-2
Landscape/Hardscape plan
L-3
Landscape/Hardscape plan
L-4
Landscape/Hardscape details
L-5
Landscape/Hardscape details
A2.12 CULTURAL ASSESSMENTS SERVICES (NTE ALLOWANCE - PHASE II)
The Consultant will provide additional cultural resource assessment for Brickell Bay Drive from SE14th
Street to SE 15th Road and coordination with the City of Miami and the Florida State Historic Preservation
Office to determine the Area of Potential Effect (APE) for both archaeology and historic architecture.
A2.13 HYDROGRAPHIC SURVEY (NTE ALLOWANCE - PHASE II)
Consultant will deploy a vessel to conduct a single beam echosounder (SBE) survey to collect data along
50 to 100 pre -determined transects at the required spacing. These survey data will be incorporated with
existing bathymetric data from NOAA (2017 and 2018) and onshore topographic data to form a Digital
Terrain Model (DTM). Where Consultant will merge these two technologies and data sets into a single
adjusted DTM and create complete cross section data sets.
The SBE survey will be conducted by an experienced hydrographer operating on a Florida -based survey
vessel. Real -Time Kinematic RTK GNSS positioning, (Trimble R10 or equivalent) will be used for collecting
high -accuracy position and election data that are combined in a real-time data acquisition system and
merged with accurate survey depth data from state-of-the-art digital survey echosounder (CeeEcho or
equivalent). For a complete -coverage survey, a multibeam sonar system combined with motion refence
system and RTK-GNSS positioning would be mobilized for the survey. The ellipsoidally based bathymetric
survey will be referenced to orthometric datum by tying into local shore -based survey monuments with local
control as necessary. Quality control methods throughout the mobilization, acquisition and processing of
the data will be applied to achieve accurate repeatable results.
Hydrographic surveys will be conducted in accordance with the USACE standards for hydrographic survey,
USACE EM 1110-2-1003 and Consultant Standard Operating Procedures.
A2.14 OFFSHORE INVESTIGATION (NTE ALLOWANCE - PHASE II)
Offshore geotechnical investigations will provide data for the design of an enhanced seawall, and any
offshore elements such as islands, berms and reef substrates. The offshore geotechnical investigations will
include:
Design Criteria Professional for 36 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Seawall Borings - Drill and sample two (2) borings to depths of approximately 60 feet below grade
on the upland side of the existing seawall. In cohesionless soils, perform the Standard Penetration
Test (SPT). The SPT borings will be performed with a drill rig using rotary drilling procedures.
Samples of the in -place materials will be recovered with a standard split barrel sample spoon driven
with a 140-pound hammer falling 30 inches (the Standard Penetration Test in accordance with
ASTM D1586). In cohesive and semi -cohesive soils, use a 30-inch long, thin -walled Shelby tube
to take relatively undisturbed samples. Upon completion of the field work, each borehole will be
backfilled with excavated soil/rock, the surface patched and the site generally cleaned.
■ Relocated Seawall Borings - Drill and sample three (3) borings to depths of approximately 50 feet
below grade approximately 20 feet seaward of the face of the existing seawall at locations. SPT or
Shelby tube sampling will be done depending on the cohesive characteristics of the soil. The
offshore borings will be backfilled after completion with neat cement grout.
■ A geotechnical engineer will review the soil samples and representative samples will be tested for
physical properties such as unit weight, moisture content, sieve analysis/fines determination and
organic content. Additional testing on the offshore features boring samples will include,
unconsolidated undrained (UU) triaxial compression testing (ASTM-D2850), consolidation testing
(ASTM D-2435), Atterberg limits determination ASTM D4318). An engineering analysis will include
recommended soil pressures and depth of embedment of the seawall toe for the seawall borings
and the allowable bearing capacity and expected settlement for the offshore features' borings. The
results of the field exploration, laboratory test results and the engineering analysis/design
recommendations will be the basis for the geotechnical engineering report, which will specifically
contain:
o Plan of the site showing the SPT boring locations;
o Logs of the exploratory borings and soil classifications;
o A general discussion of the soil conditions encountered within the SPT borings;
o Groundwater level depth noted in the upland seawall borings at the time of drilling, if
encountered and an estimate of seasonal high groundwater levels;
o Engineering design recommendations for the seawall and offshore features that will include
the following considerations:
i. Bulkhead must support emergency vehicles driving along Brickell Key Drive;
ii. 50-year design life:
di. Surcharge Loads
iv. Hydrostatic drawdown due to differential groundwater/surface water elevations
■ Offshore Features Borings (additional scope) - Drill and sample four (4) borings to depths of
approximately 30 feet below grade at locations shown on Figure 3. The SPT borings will be
performed with a drill rig using rotary drilling procedures. SPT or Shelby tube sampling will be done
depending on the cohesive characteristics of the soil. The offshore borings will be backfilled after
completion with neat cement grout.
A2.15 BENTIC SURVEY (NTE ALLOWANCE - PHASE II)
■ The Consultant biologists will conduct a seagrass survey of the Project area during the federally
recognized seagrass growing season (June 1 through September 30 in Miami -Dade County). The
seagrass survey will be conducted in accordance with the National Marine Fisheries Service
(NMFS) recommendations contained within the Final Recovery Plan for Johnson's Seagrass,
September 2002. The NMFS Protocol is broken down into three survey methods, 1) Small Project
Sites, 2) Intermediate -Area Project Sites and 3) Large -Area Project Sites. Since the Project site is
more than 1 hectare, the Large -Area Project Site guidance is appropriate. In addition to providing
three survey methods based on project size, the NMFS Protocol states that a "preliminary visual
reconnaissance of the site should be conducted to locate any occurrences of Halophila Johnsonii."
■ The preliminary visual reconnaissance survey will be conducted thorough visual assessment of the
survey area providing comprehensive coverage of the proposed project area to accurately
delineate existing seagrass habitat boundaries. The visual assessment will be conducted via
bounce dives throughout the survey area.
■ Following the preliminary visual reconnaissance survey, a detailed qualitative and quantitative
sampling of marine resources will occur in areas identified as seagrass habitat during the
Design Criteria Professional for 37 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
preliminary investigation. The NMFS Protocol provides various transect methods for documenting
the presence or absence of Halophila Johnsonii. The seagrass survey will use the recommended
"belt transect" method to assess the site. The width of the belt transect will be 2 meters (one meter
on each side of the transect tape). The NMFS Protocol requires that between 1 % and 30% of the
site be sampled. Based on the transects described below, assuming that seagrass in present
throughout the entire survey area, approximately 3% of the total Project site will be quantitatively
surveyed. Seven (7) transects, ranging in length from -443 m to -650 m, will be evenly spaced
(approximately 60 m apart) throughout the Project area, assuming seagrass is present throughout
the entire survey area. Each transect will be assessed by divers using the belt transect method.
Diver will record seagrass species and density on prepared data sheets and take representative
photographs.
■ The divers will note and estimate seagrass coverage based on the following scale;
a. 0-20% coverage Sparse
b. 20-40% coverage Sparse to moderate
c. 40-60% coverage Moderate
d. 60-80% coverage Moderate to dense
e. 80-100% coverage Dense
■ The divers will also note the occurrence of all seagrass species and mixed beds along the transects.
If the seagrass area is a mixed bed, all species occurring will be noted, but the density estimate
will be for the total seagrass coverage, not for each species separately. The dominant seagrass
species will be noted where more than one species occur.
■ A Field Observation Report will be prepared documenting methodology and observations obtained
during the seagrass survey and will include relevant photographs.
■ The above services will be provided for the length of the seawall extending 10 feet beyond the
seawall. Should the selected alternative include features beyond 10 feet from the seawall into the
water, then the seven (7) transects described above will be provided as additional scope.
A2.16 BIDDING AND AWARD (PHASE II)
Bidding and award activities will be led by the City. Consultant will conduct the following services during
the bidding process.
■ Consultant will work with the City staff to provide a master copy of the Design Criteria Package
(DCP) in electronic format (PDF), addressing any comments after the final submittal. The City shall
distribute bid packages to potential bidders via online plan distribution.
■ Support with addenda. Consultant will respond to technical questions forwarded by the City for
anticipated addenda as part of this scope of services. Consultant will respond to questions, in the
format required by the City, for expedited response time and will generate necessary supporting
documents, as applicable, and submit them to the City for distribution to registered plan holders.
■ Consultant will attend the pre -bid meeting at the City and prepare agenda.
■ Consultant will evaluate technical proposals received from shortlisted teams during the D/B
selection process and associated bids, provide support for evaluation of the apparent low bidder's
utilities contractor's qualifications for undertaking the utility work on the project, and provide a
recommendation of award.
A2.17 ENGINEERING SUPPORT SERVICES (PHASE II)
A2.17-1 Design Reviews
The Design Criteria Professional will act as the Owner's Representative and provide Engineering
Support Services for design reviews during the D/B phase. We will review the various design drawings
and specification submittals for the design package, assuming two submittals from the D/B firm.
A2.17-2 Construction Administration
During the construction phase, Consultant will provide technical services support for the construction
of the improvements. Consultant will consult with and advise the City. All instructions to the Contractor
will be issued through the resident project representative or in writing on an as -needed basis. During
the construction phase, Consultant will:
Design Criteria Professional for 38 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Attend one (1) pre -construction conference, prepare agenda and minutes.
■ Attend monthly progress meetings for a minimum of 16 months. Any additional meetings shall be
included at the request of the City under the Contingency Allowance. The City Project Manager will
be responsible for preparing meeting minutes for distribution.
■ Provide interpretation or clarification of the design criteria package during active construction when
requested.
■ Review shop drawings and other submittals, on behalf of the City, up to two (2) times per submittal
subject area for general conformance with the Contract Documents.
■ Evaluate and determine the acceptability of substitute materials and equipment proposed by the
Contractor.
■ Coordinate with the full-time registered project representative (RPR) or Project Manager with
review of applications for payment, test reports for soils, concrete and other materials on a monthly
basis.
■ Assist Review and analyze claims, make recommendation to the City's Project Manager to evaluate
claims made by the Contractor and prepare change orders as required.
■ Conduct substantial and final completion inspections and checklists and review record drawings.
■ Perform the necessary services described above during the Design -Build contract.
A2.18 PUBLIC ENGAGEMENT DURING DESIGN AND CONSTRUCTION (PHASE II)
Public outreach to stakeholders surrounding the planned workshops and in support of the overall project.
Detailed elements of the outreach plan to be developed, but activities may include:
■ Facilitating public meetings, as per outlined in Phase I above
■ Production of materials to be used at outreach meetings, including brochures and direct mail
■ Creating social media platforms and message campaign on Facebook, Twitter and Instagram;
monitor social media for stakeholder response to the project and respond as appropriate
■ Creating a dedicated website about the project and provide regular updates.
A2.19 MODELING TO SUPPORT SELECTED DESIGN ALTERNATIVE (PHASE II)
Using climate change scenarios selected for the project (sea level rise, extreme precipitation, storm surge,
temperature, etc.), each of the design alternatives will be modeled to understand protection from storm
surge as well as impacts to drainage during large rainstorm events. Storm surge modeling will be performed
using NOAA's public domain model framework SLOSH, identified above and used extensively for such
modeling in Southeast Florida. Model outcomes may be used to refine the design alternatives or develop
new hybrid alternatives. Model setup and results will be documented in a Model Summary Report.
A detailed scope of work will be developed for each Work Order issued. As further detailed in this
Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the
City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable
intervals decided by the City Manager, may elect at the City's discretion, to proceed with the Work on a
phased basis. This scope of work was used to establish the contractual budgetary estimates and will be
furthered detailed during preparation of work orders.
A2.20 PERSONNEL
A2.20-1 General Requirements
The Consultant shall provide sufficient personnel who possess the experience, knowledge,
requirements, and character to adequately perform the duties assigned for each specific assignment
under this scope of work. Unless otherwise agreed by the City, the City will not compensate straight
overtime or premium overtime.
A2.20-2 Consultants Safety Program
Individuals designated by the Consultant for the Project should have appropriate level of safety training
for their assigned duties.
Design Criteria Professional for 39 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
A2.20-3 Personnel Qualifications
The Consultant shall utilize only competent personnel, qualified by experience, education, and licensing
and certification requirements. The Consultant shall submit in writing to the Project Manager the names
of personnel proposed for assignment to the Project, including a detailed resume for each containing
at a minimum salary, education, and experience. A request for approval shall be submitted to the
Project Manager at least two weeks prior to the date an individual is to report to work.
Before the Project begins, all Project staff shall have a working knowledge of the current FDOT
Construction Project Administration Manual (CPAM) and must possess all the necessary certifications
for obtaining the duties of the position they hold. The Consultant Project Manager shall ensure that the
City of Miami's current practices, policies, and procedures are met throughout the course of the Project.
Cross training of the Consultant's Project staff is highly recommended to ensure a knowledgeable and
versatile Project inspection team and should occur as workload permits.
Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these
minimum qualifications will be considered on an individual basis. The Project Manager or designee will
have the final approval authority.
A.2.19-3(a) Project Manager
The Consultant shall directly employ a lead individual on its team, referred to as the "Project
Manager," (not to be confused with the Project Manager employed by the City) to lead and manage
all efforts of the Project. The Project Manager (PM) shall be employed by the Proposer and must
be a licensed, practicing, and registered professional civil engineer in the State of Florida. PM
MUST have a minimum of eight (8) years of experience managing projects similar in nature to those
described in the RFQ, and must be a currently licensed, registered, and practicing engineer in the
State of Florida.
A.2.19-3(b) Lead Designer
The Lead Designer (LAE) shall be employed by the Proposer and must be a licensed, practicing,
and registered architect, civil engineer, or landscape architect in the State of Florida. LAE MUST
have a minimum of eight (8) years of experience designing projects similar in nature to that
described in the RFQ.
A.2.19-3(c) Urban Planner/Land Developer
The Urban Planner/Land Developer (UP/LD) shall be a currently licensed and practicing urban
planner certified by the American Institute of Certified Planners. UP/LD MUST have a minimum of
eight (8) years of experience designing projects similar in nature to that described in the RFQ.
A.2.19-3(d) Public Engagement Specialist
The Public Engagement Specialist (PES) may be shall be an experienced public engagement
professional, who has been practicing in the fields of government relations, public policy,
community outreach, online engagement, organizational development, and meeting and event
planning, preferably with outstanding knowledge of issues affecting South Florida communities in
general. PES MUST have a minimum of eight (8) years of experience in public engagement
activities for projects similar in nature to the one described in the RFQ.
A.2.19-3(e) Landscape Architect
The Landscape Architect (LA) may be employed shall be a currently licensed, practicing, and
registered landscape architect in the State of Florida. LA MUST have a minimum of eight (8) years
of experience in landscape architecture design for projects similar in nature to the one described
in the RFQ.
A.2.19-3(f) Other Required Personnel
Other required personnel include the following individuals:
■ Certified Floodplain Manager
■ Grant/Financial Specialist
■ Cost Estimator
■ Project Scheduler
■ Economist
Civil/Transportation Engineer
Design Criteria Professional for 40 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
■ Architect
■ Coastal/Marine Engineer
■ Drainage Engineer
■ Traffic Engineer
■ Environmental Scientist
Environmental Permitting Specialist
Licenses and any other pertinent information shall be submitted which demonstrates satisfaction
of all the requirements identified in Section 3.5, "Minimum Qualification and Experience
Requirements," of the RFQ.
A2.21 STAFFING
Upon execution of the Agreement, the Consultant shall establish and maintain appropriate staff which
possess the experience, education, knowledge, licensure and certification requirements, and character to
adequately perform assigned Project duties. In order to resolve a dispute in final pay quantities, the
Consultant shall provide personnel familiar with aspects of a construction Project's final measurements.
The Consultant shall replace staff whose performance is unsatisfactory within one week of City notification.
Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed
to perform services under this scope of Work. Personnel changes will require prior written notice to and
written approval from City.
A2.22 TIME FRAMES FOR COMPLETION
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by
the Director or the Director's designee and shall terminate upon satisfaction and completion of all the terms
and conditions of the Project by the Consultant. The Project Manager may customize this requirement on
a case -by -case basis.
ARTICLE A3 ADDITIONAL SERVICES
A3.01 GENERAL
Services categorized below as "Additional Services" may be specified and authorized by the City and are
normally considered to be beyond the scope of the Basic Services. Additional Services shall either be
identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager
and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services.
A3.02 EXAMPLES
Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to,
the following:
A3.02-1 Major Revisions
Making major revisions to drawings and specifications resulting in or from a change in Scope of Work,
when such revisions are inconsistent with written approvals or instructions previously given by City
and are due to causes beyond the control of Consultant (major revisions are defined as those changing
the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof).
A3.02-2 Specialty Design
Any additional special professional services not included in the Scope of Work.
A3.02-3 Expert Witness
Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or
legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding
during this Agreement.
A3.02-4 Miscellaneous
Any other services not otherwise included in this Agreement or not customarily furnished in
accordance with generally accepted practice related to Threshold Inspection services.
ARTICLE A4 REIMBURSABLE EXPENSES
A4.01 GENERAL
Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and
Additional Services and consist of actual, direct expenditures made by the Consultant and the
Design Criteria Professional for 41 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
Subconsultant. Reimbursable expenses are identified below. Transportation, travel (aside from tolls
required to access a Project site), and per diem expenses within Miami -Dade, Broward, or Palm Beach
Counties shall not be considered as reimbursable expenses under this Agreement.
A4.01-1 Communications Expenses
Identifiable communication expenses approved by the Project Manager, long distance telephone,
courier and express mail between the Consultant's various permanent offices and Subconsultant. The
Consultant's field office at the Project site is not considered a permanent office. Cell phones will not
be considered as reimbursable expenses under this Agreement.
A4.01-2 Reproduction, Photography
Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's
part of the work, set forth in this Agreement.
A4.01-3 Geotechnical Investigation
Identifiable Soil Borings and Reports and testing costs approved by the City.
A4.01-4 Surveys
Site surveys and special purpose surveys when pre -authorized by the Project Manager.
A4.01-5 Other
Items not indicated in Section 4.01 when authorized by the City. The City will reimburse the Consultant
for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by
supporting documentation deemed appropriate by Director or their designee including, without
limitation, detailed bills, itemized invoices, and/or copies of cancelled checks.
A4.02 SUBCONSULTANT REIMBURSEMENTS
Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultants'
agreements provide for reimbursable expenses and when such agreements has/have been previously
approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of
this Agreement.
ARTICLE A5 CITY'S RESPONSIBILITIES
A5.01 PROJECT AND SITE INFORMATION
City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant
with the information described below, or, if not readily available, may authorize Consultant to provide such
information as an Additional Service, eligible as a Reimbursable Expense.
A5.01-1 Surveys
Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing
structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions,
easements, boundaries, and topographic data of a building site, tree locations, and existing utilities
information regarding sewer, water, gas, telephone and/or electrical services.
A5.01-2 Soil Borings, Geotechnical Testing
Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and,
if required, an appropriate professional interpretation thereof and recommendations. Consultant shall
recommend necessary tests to City.
A5.01-3 General Project Information
Information regarding Project Budget, City and State procedures, guidelines, forms, and formats.
A5.01-4 Plans & Specifications
City shall provide to the Consultant copies of the permitted plans and the specifications prepared by
the Design Professional.
A5.01-5 City's Standard Specifications for Road and Bridge Construction
A5.01-6 Copy of Executed Construction Contract
Design Criteria Professional for 42 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ARTICLE A6 CONSULTANT FURNISHED DOCUMENTS AND EQUIPMENT
A6.01 GENERAL
Consultant shall provide as part of its Basic Services the following documentation and equipment, which
shall be part of the Basic Services fee.
A6.01-1 FDOT Documents
All applicable FDOT documents, as indicated in the City's Standard Specifications for Road and Bridge
Construction, shall be provided by the Consultant. Most, if not all FDOT documents, specifications,
directives, procedures, and standard forms are available through the FDOT's internet website.
A6.01-2 Vehicles
Vehicles used in the field by any member of the Consultant's team will be suitable for their intended
purpose and will be equipped with appropriate safety equipment. Vehicles shall have the name and
phone number of the Consultant visibly displayed and legible.
A6.01-3 Field Equipment
The Consultant shall supply survey, inspection, and testing equipment in order to carry out the Scope
of Work and every element of the Services, and other items as determined by the Project Manager.
Quality and quantity of such items is to meet the Project Manager's approval.
At a minimum, each Consultant staff member shall be equipped with, or have immediate access to the
following items:
■ Laptop computer installed with:
o Wireless internet access
o Microsoft Office
o Scheduling software capable of reading and modifying MS Project schedules
o Email access
■ Color printer (office)
■ 25' Tape measure
■ Smart Level
■ Accessible cellular phone
■ Digital camera (5 Megapixel minimum)
■ Temperature gun/reader
■ 10' straightedge
■ Any specific equipment based on the scope of Work assigned.
■ Hard hats and other appropriate safety gear will be provided to all field personnel.
o Hard hats shall have the name of the Consultant visibly and legibly displayed.
Such equipment includes those non -consumable and non -expendable items, which are normally
needed and are essential in order to carry out the Scope of Work. Equipment described herein under
this section will remain the property of the Consultant and shall be removed at the completion of the
Work.
The Consultant's handling of nuclear density gauges shall be in compliance with staff license.
Radioactive Materials License for use of Surface Moisture Density Gauges shall be in compliance with
FDOT's requirements. The Consultant shall retain responsibility for risk of loss or damage to said
equipment during performance of Services and duration of the Agreement. Consultant's field office
equipment shall be regularly maintained and in operational condition at all times.
A6.01-4 Licenses
The Consultant will be responsible for obtaining proper licenses for testing equipment and personnel
operating testing equipment when licenses are required. The Consultant shall make the license and
supporting documents available to the City of Miami, for verification, upon request.
END OF SECTION
Design Criteria Professional for 43 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A
SCHEDULE Al - SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
Biscayne Engineering
Surveying
EDSA
Urban Design, Planning, Landscape Architecture
HR&A
Financing Alternatives, Economic Analyses
Kimley Horn
Traffic, Mobility/Transit
Program Controls, Inc.
Project Control, Scheduling
Wragg and Casas
Public Engagement
SCHEDULE A2 - KEY STAFF
FULL NAME
JOB CLASSIFICATION
Ken Caban
Project Manager
Carol Hufnagel
Lead Designer
Keith Weaver
Urban Planner/Land Developer
Ramon Casas
Public Engagement Specialist
B Scott Lamont
Landscape Architect
Design Criteria Professional for
Brickell Bay Drive Improvements
44
RFQ No. 18-19-042
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT B - COMPENSATION AND PAYMENTS
ARTICLE B1 METHOD OF COMPENSATION
The fees for Professional Services for each Work Order shall be determined by one of the following methods
or a combination thereof, at the option of the Director or designee, with the consent of the Consultant.
a) A Lump Sum, as defined in Section B3.01, Lump Sum.
b) An Hourly Rate, as defined in Section B3.02, Hourly Rate Fees, and at the rates set forth in
Schedule B1 — Wage Rates Summary.
B1.01 COMPENSATION LIMITS
The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant
payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1
Compensation Limits, as the maximum compensation limit for cumulative expenditures under this
Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may
be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where
specifically approved in accordance with the City Code by the City Manager or City Commission as
applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement.
B1.02 CONSULTANT NOT TO EXCEED
Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage
amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall
have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's
own cost and expense.
ARTICLE B2 WAGE RATES
B1.03 FEE BASIS
All fees and compensation payable under this Agreement shall be formulated and based upon the averages
of the certified Wage Rates that have been received and approved by the Director. The averages of said
certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by
reference. With the exception of Principals' compensation, which is formulated as a "flat rate," 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 classifications that are to be utilized to provide the services
under this Agreement, regardless of manner of compensation.
B1.04 EMPLOYEES AND JOB CLASSIFICATIONS
Schedule B1 - Wages Rates Summary identifies the professions, job classifications/categories, and/or
employees expected to be used during the term of this Agreement. These include architects, engineers,
landscape architects, professional interns, designers, CADD technicians, project managers, GIS and
environmental specialists, specification writers, clerical/administrative support, and others engaged in the
Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend
the use of the Consultant employees at particular Wage Rate levels.
B1.05 MULTIPLIER
For Work assigned under this Agreement, with the exception of Principals' compensation, 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. Principals' compensation will be established on a flat rate
basis, with no multiplier included.
B1.06 CALCULATION
Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific
assignments and Work Orders as requested by the City. The Consultant shall identify job classifications,
available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks,
milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage
Rates Summary.
Design Criteria Professional for 45 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
B2.05 EMPLOYEE BENEFITS AND OVERHEAD
Regardless of the method of compensation elected herein, compensation paid by the City shall, via the
Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick
leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits)
and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement.
B2.06 ESCALATION
There shall be no escalation clause as part of this Agreement.
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION
The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant
to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable,
in the following manner:
B3.01 LUMP SUM
Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by
the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method
of compensation.
B3.01.1 Lump Sum
Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified
and calculated.
B3.01.2 Modifications to Lump Sum
If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum
compensation for that portion of the Services may be equitably and proportionately adjusted by mutual
consent of the Director or designee and Consultant, subject to such additional approvals as may be
required by legislation or ordinance.
B3.01.3 Lump Sum Compensation
It shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier,
and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant to verify or
justify its requested Lump Sum compensation. Such verification shall present sufficient information as
depicted in Attachment A, Schedule A2 - Key Staff.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees
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.
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/Guaranteed Maximum
Fee for the Work to be performed on an Hourly Rate Basis.
B3.03 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office
rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting
supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and
specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other
employees time or travel and subsistence not directly related to a Project. All reimbursable services shall
be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of
sets required at each phase of the Work will be a Reimbursable Expense.
Design Criteria Professional for 46 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks.
B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES
The design of additive and deductive alternates contemplated as part of the original Scope of Work for a
Project as authorized by the Director will be considered as part of Basic Services. The design of additive
and deductive alternates that are beyond the original Scope of Work and construction budget may be billed
to the City as Additional Services. The fees for alternates will be calculated by one of the three methods
outlined above, as mutually agreed by the Director and the Consultant.
B3.05 FEES FOR ADDITIONAL SERVICES
The Consultant may be authorized to perform Additional Services for which additional compensation and/or
Reimbursable Expenses, as defined in this Agreement under Article A4, Reimbursable Expenses, and
B3.03, Percentage of Construction Costs, may be applicable. The Consultant shall utilize the Work Order
Proposal Form and worksheets, which can be found on the City's Webpage at
http://archive.miamigov.com/MiamiCapital/forms.html
The webpage also provides the procedures for completing these forms. Failure to use the forms or follow
the procedures will result in the rejection of the Work Order Proposal.
B3.05.1 Determination of Fee
The compensation for such services will be one of the methods described herein: mutually agreed upon
Lump Sum; Hourly Rate with a Not to Exceed Limit.
B3.05-2 Procedure and Compliance
An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order,
shall be required to be issued and signed by the Director for each additional service requested by the
City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be
exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the
Consultants' Competitive Negotiation Act, and other applicable laws.
B3.05-3 Fee Limitations
Any authorized compensation for Additional Services, either professional fees or reimbursable
expenses, shall not include additional charges for office rent or overhead expenses of any kind,
including local telephone and utility charges, office and drafting supplies, depreciation of equipment,
professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing,
stenographic, clerical, or other employees time or travel and subsistence not directly related to a
Project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier
of one (1.0) times the amount expended by the Consultant.
B3.06 PAYMENT EXCLUSIONS
The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and
specifications, for extended construction administration, or for other work when such work is due to errors
or omissions of the Consultant as determined by the City.
B3.07 FEES RESULTING FROM PROJECT SUSPENSION
If a Project is suspended for the convenience of the City for more than three (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 (3) months, the Consultant's further compensation shall be subject to renegotiations.
ARTICLE B4 PAYMENTS TO THE CONSULTANT
B4.01 PAYMENTS GENERALLY
Payments for Basic Services may be requested monthly in proportion to services performed during each
Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the
actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be
found on the OCI website at http://archive.miamigov.com/MiamiCapital/forms.html. Failure to submit
Design Criteria Professional for 47 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a
finding of default. Failure to use the City Form will result in rejection of the invoice.
B4.02 FOR COMPREHENSIVE BASIC SERVICES
For those Projects and Work Orders where comprehensive design services are stipulated, said payments
shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated
below for each Phase.
B4.03 BILLING - HOURLY RATE
Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting
documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate
basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names,
classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a
Project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The
Consultant shall attach to the invoice all supporting data for payments made to and incurred by the
Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate
authorizations, submit a progress report giving the percentage of completion of the Project development
and the total estimated fee to completion.
B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES
Payment for Additional Services may be requested monthly in proportion to the services performed. When
such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the
Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total
charge for all personnel directly engaged on a Project or task. To the sum thus obtained, any authorized
Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data
for payments made to or costs incurred by the Subconsultants engaged on the Project or task.
In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report
giving the percentage of completion of the Project development and the total estimated fee to completion.
B4.05 DEDUCTIONS
No deductions shall be made from the Consultant's compensation on account of liquidated damages
assessed against contractors or other sums withheld from payments to contractors.
ARTICLE B5 REIMBURSABLE EXPENSES
B5.01 GENERAL
Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of
Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual
expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the
Specialty Subconsultants in the interest of the Work for the purposes identified below:
B5.01.1 Transportation
Transportation shall not be considered as reimbursable expenses under this Agreement.
B5.01.2 Travel and Per Diem
Travel and per diem expenses shall not be considered as reimbursable expenses under this
Agreement.
B5.01.3 Communication Expenses
Identifiable communication expenses approved by the Project Manager, long distance telephone,
courier and express mail between Consultant and Subconsultants. All reimbursable expenses must be
accompanied by satisfactory documentation.
B5.01.4 Reproduction, Photography
Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to
deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by
satisfactory documentation.
B5.01.5 Permit Fees
All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit
fees do not include those permits required to be paid by the construction Contractor.
Design Criteria Professional for 48 RFQ No. 18-19-042
Brickell Bay Drive Improvements
PROFESSIONAL SERVICES AGREEMENT
B5.01-6 Surveys
Site surveys and special purpose surveys when pre -authorized by the Project Manager.
B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS
Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant
agreement provides for reimbursable expenses and when such agreement has been previously approved
in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5,
Reimbursable Expenses, herein.
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS
B6.01 GENERAL
It is understood that all Consultant agreements and/or Work Orders for new work will include the provision
for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue
of signing this agreement they agree to a re -use in accordance with this provision without the necessity of
further approvals, compensation, fees or documents being required and without recourse for such re -use.
END OF SECTION
Design Criteria Professional for 49 RFQ No. 18-19-042
Brickell Bay Drive Improvements
ATTACHMENT B - COMPENSATION
ATTACHMENT B - COMPENSATION
SCHEDULE B1 - WAGE RATES SUMMARY
JOB CLASSIFICATION
NEGOTIATED
HOURLY RATE
ADJUSTED
AVERAGE
HOURLY RATE
(2.9 Home
Multiplier
Applied)
ADJUSTED
AVERAGE
HOURLY RATE
(2.4 Field
Multiplier
Applied)
Principal
$200.00*
Project Manager
$68.97
$200.00
Project Manager 2
$65.52
$190.00
Lead Engineer / Technical Expert
$67.24
$195.00
Sr. Engineer 1
$65.52
$190.00
Project Engineer 1
$51.03
$148.00
Engineer 2
$38.28
$111.00
Engineer 1
$34.48
$100.00
Scientist 2
$28.97
$84.00
Scientist 3
$36.21
$105.00
Sr. Scientist 2
$59.31
$172.00
CAD Designer
$35.52
$103.00
Construction Project Rep 2
$58.33
$140.00
Sr. Project Administrator
$30.34
$88.00
Project Administrator
$24.48
$71.00
Sr Land Surveyor
$54.14
$157.00
Sr GIS Analyst
$44.14
$128.00
GIS Analyst 2
$32.07
$93.00
GIS Analyst 1
$25.17
$73.00
(*) Flat rate, no multipliers applied.
Design Criteria Professional for
Brickell Bay Drive Improvements
50
RFQ No. 18-19-042
ATTACHMENT B — COMPENSATION
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS (OCI)
CONSULTANT STANDARD INVOICE
A.
To:
City of Miami
Office of Capital Improvements (OCI)
444 SW 2nd Avenue - Bth Floor
MEaml, FL 33130
Invoice Number:
ATTN:
Invoice Date: Month 00, 0000
Page:
From:
From:
Invoice Period:
To:
Month 00, 0000
Month 00, 0000
Contract No.:
Contract Title:
Project No.:
Project Name:
NOTE:
Invoices received past 2:00 PM will be stamped with the Next Business Date
Prepare invoices to avoid delay_
property payment
Each invoice must be signed by a Principal of the fine as designated_
Purchase Order No.:
Attach appropriate bark -up documents to each invoice_
Submit two (2) signed originals.
Work Order No:
SERVICE
CONTRACT AMOUNT
%COMPLETE
TOTAL EARNED
TO DATE
PREVIOUSLY INVOICED
CURRENT INVOICE AMOUNT
Schematic Design (SD)
$ -
$ -
$ -
S -
Design Development (DD)
$ -
$ -
$ -
$ -
3fl%Construction Documents (30% CD)
$ -
$ -
$ -
$ -
60%. Construction Documents (60% CD)
$ -
$ -
$ -
$ -
90%Construction Documents (90% CD)
$ -
$ -
$ -
$ -
100% Construction Documents (100% CD)
$ -
$ -
$ -
$ -
Dry Run Permitting
$ -
$ -
$ -
$ -
Bidding or Negotiation Phase
$ -
$-
Construction Adrrtn[strat:on (CA)
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$
$ -
$ -
$
$
$ -
$ -
$
$
$
$ -
$
$
$ -
$ -
$
Reimbursable Expenses
$ -
$ -
$ -
$ -
1. (Title)
$ -
$ -
$ -
$ -
2. (Title)
$ -
$ -
$ -
$ -
3. (Title)
$ -
$ -
$ -
$ -
$
$ -
$ -
$
Additional Services
$ -
$ -
$ -
$ -
1_(TitIe).
$ -
$ -
$ -
$ -
2. (Tine)
$ -
$ -
$ -
$ -
3_ (Tr11e)
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
TOTAL:
$ -
$ -
$ -
$ -
Subtotal:
$ -
Prior to this Invoice Remaining Contract Balance:) $ - I
Deductions:
Total Due :
$ -
TO BE COMPLETED BY CONSULTANT FIRM
CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CBECKLLST:
Activation Letter of Phase being Invoiced-
Supporting Documents for Invoice-
Construction Stahl Report. -
(Signature of Principal) Final Payment Documents.
Additional Service Authorizations:
(Type Name and Title of P0ncipa I)
AREA TO BE COMPLETED BY CRY OF MIAMI
CITY OF MIAMI APPROVAL:
DATE
SIGNATURE
Date Received CIP:
PROJECT MANAGER
CHIEF PROJECT MANAGER
Jorge L. Mora
Date Received for Payment Processing (Budget Department):
ASSISTANT DIRECTOR
Hector L. Badia
INTERIM DIRECTOR
Design Criteria Professional for
Brickell Bay Drive Improvements
51
RFQ No. 18-19-042