Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI DEPARTMENT OF FIRE -RESCUE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH SILVA ARCHITECTS, LLC FOR DESIGN CRITERIA PACKAGE FOR FIRE STATION NO. 10 - D1 This Amendment No. 1 ("Amendment") to the Professional Services Agreement dated March 25, 2022 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Silva Architects, LLC, a Florida Limited Liability Company ("Consultant"), (jointly the "Parties") for the provision of professional services for Design Criteria Package for Fire Station No. 10 ("Services") for the City's Department of Fire -Rescue ("Fire") is entered into this day of , 2025. RECITALS WHEREAS, on June 24, 2020, the Department of Procurement ("Procurement") issued RFQ No. 19-20-027, under full and open competition, to procure a design criteria package for Fire Station No. 10 ("Project"); and WHEREAS, on August 14, 2020, five (5) proposals were received by the Office of the City Clerk in response to the RFQ, and subsequently, one (1) proposal was found to be non- responsive to the Minimum Requirements of the RFQ, after Procurement completed its due diligence effort; and WHEREAS, on December 11, 2020, an Evaluation Committee met and completed the Step 1 evaluations of the remaining four (4) proposals submitted by responsive and responsible proposers, following the guidelines stipulated in the RFQ, and recommended Silva Architects the highest ranked responsive and responsible Proposer for negotiations; and WHEREAS, a Negotiation Committee appointed by the City Manager on February 22, 2021, met and conducted negotiations through April 15, 2021; and WHEREAS, the contract terms and conditions negotiated and agreed upon by Consultant were formally accepted by the City on or about April 15, 2021; and WHEREAS, it has been determined to be in the best interest of the City to retain Consultant 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; and WHEREAS, successful negotiations have been held between the City and Consultant 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; and WHEREAS, it is in the best interest of the City to execute an Amendment to Consultant's Agreement, increasing the original not -to -exceed project compensation amount by an amount of Eight Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($828,740.00), thereby increasing the original project compensation amount from Five Hundred Thousand Dollars ($500,000.00) to the amended project compensation amount of One Million Three Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($1,328,740.00), for additional services Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 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; and WHEREAS, due to the Project being executed in phases, the City Manager or City Manager's designee will have delegated authority to issue Consultant the appropriate Notices to Proceed for each phase, once the previous phase has been completed to the full satisfaction of the City, and subject to availability of funds; and WHEREAS, funds are to be allocated from Project B-193207; and WHEREAS, THE City Commission has adopted Resolution No. , approving the corresponding increase in the Compensation Limits. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 2.04-1 Compensation Limits are hereby increased by an amount of Eight Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($828,740.00), thereby increasing the original project compensation amount from Five Hundred Thousand Dollars ($500,000.00) to the amended project compensation amount of One Million Three Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($1,328,740.00). 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. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, the day and year above written. "Consultant" WITNESS/ATTEST SILVA ARCHITECTS, LLC, a Florida Limited Liability Company Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) CONSULTANT Secretary (Affirm CONSULTANT Seal, if available) ATTEST: "City" CITY OF MIAMI, a Florida municipal corporation Todd B. Hannon, City Clerk Art Noriega V, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director George K. Wysong III, City Attorney Risk Management Department Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on of , 20 , a resolution was duly passed and adopted authorizing (Name) as (Title) 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 WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Secretary: Print: NOTARIZATION STATE OF SS: COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC SILVA NRCHITECTS Date: December 9, 2024 Dear Chief Zahralban: Silva Architects, LLC proposed to provide the services identified below for the project entitled "Design Criteria Package for Fire Station No. 10" Project No. B-193207. I. GENERAL Silva Architects was originally retained to provide DCP services for the above referenced project as outlined in original proposal. The City of Miami has requested an additional services proposal to take the drawings from the originally contemplated 30% drawings through 100% Construction Documents, Permitting, Bidding and Award, and/or Construction Administration. The original scope of work generally involved the creation of a Design Criteria Package for Fire Station No. 10 as outlined in Attachment A — Scope of Work with exceptions as noted below. Additional services (and credits back from unused portions of the original scope) are shown in the Summary of Compensation table. IIA. ORIGINAL SCOPE OF WORK The scope of work generally involves the creation of a Design Criteria Package for Fire Station No. 10. Task 1: Programming and Schematic Design (Original Scope Completed) 1. Programming and Schematic Design for Option 1 - $9.5 million budget 2. Cost Estimate 3. Aid Owner in Evaluation of all options 4. 2 Exterior Renderings for Option 5. Includes 1 Community Meeting and 6 design meetings 6. Includes attendance at any required Zoning/Approvals hearings Task 2: Design Development (Original Scope Completed) 1. 30% Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. Design Criteria documents and Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings 6. Aid Owner in Selection of Final Option Task 3: Bidding and Award (Original Scope to be CREDITED BACK) 1. Preparation of Design Criteria Bid Package utilizing 30% drawings and Design Development Criteria. 2. Review of Bidder RFIs 3. Aid Owner in evaluation of bids and technical proposals Task 4: Design Review of Design/Builder's drawings (Original Scope to be CREDITED BACK) 1. Review of Design/Builder AOR submittal at Phase II/III — 50% Construction Documents 2. Review of Design/Builder AOR submittal at Phase II/III — 100% Construction Documents Task 5: Construction Administration (Original Scope to be CREDITED BACK) 1. Attendance at biweekly OAC meetings during project construction 2. Periodic Construction observations for quality inspections and conformance to Design Criteria Package 3. Punchlist at Substantial Completion 135 SAN LORENZO AVENUE SUITE 880 • CORAL GABLES, FLORIDA 33146 *PH: (305) 444-8262 *Fax: (305) 444-5920 IIB. NEW PROPOSED SCOPE OF WORK The scope of work generally involves the completion for 100% Construction Documents, Permitting, Bidding and Award, and Construction Administration Services for Fire Station No. 10. Also includes specifications and drawings for temporary housing on site for existing Station 10 personnel and equipment (3 trailers and 20 parking spaces minimum) New Task 3: 50% Construction Documents 1. 50% Construction Document Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. 50% Construction Document Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings New Task 4A: 100% Construction Documents & Permitting 1. 100% Construction Document Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. 100% Construction Document Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings New Task 4B: 100% Construction Documents & Permitting 1. Dry Run Permitting through all applicable agencies 2. Includes attendance at any required Zoning/Approvals hearings New Task 5: Bidding and Award 1. Review of Bidder RFIs 2. Aid Owner in evaluation of bids New Task 6: Construction Administration 1. Attendance at biweekly OAC meetings during project construction 2. Periodic Construction observations for quality inspections and conformance to Design Drawings 3. Punchlist at Substantial Completion III. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work: Sub -Consultant Name Specialty or Expertise AMBRO, Inc. Civil Engineering DDA Engineers, PA Structural Engineering Fraga Engineers, LLC MEP Engineering O'Leary Richards Design Associates, Inc. Landscape Architecture IV. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant shall submit the Deliverables and perform the Work as depicted in the tables below: Schedule of Deliverables Task Deliverable Duration Delivery Date Task 3 Submittal of Phase I I/III — 50% Construction Documents Cost Estimate for each option 90 days NTP + 90 days Task 3 Review City Review/Approval 21 days NTP + 111 days Task 4A Submittal of Phase II/III — 100% Construction Documents Cost Estimate for each option 90 days NTP + 201 days Task 4 Review City Review/Approval (Concurrent with permitting) 21 days NTP + 222 days Task 4B Permitting — Dry Run 180 days NTP + 381 days Task 5 Bidding & Award 60 days NTP + 441 days Task 6 Construction Administration 365 days V. COMPENSATION This fee proposal includes proposals for the different Tasks of required for the Work. Task 1 is a Lump Sum fee proposed to bring the project up to the completion of Task 1. Consultant shall perform the Work detailed in this proposal for a total fee for Task 1 of Eighty -Five Thousand Seven Hundred Fifty dollars ($85,750.00). This was originally contracted scope that was already completed. Task 2 ($123,975.00) was also originally contracted scope that was already completed. Originally contracted remaining tasks will be credited back and will not be billed. Instead, proposed fees for new Tasks 3 through 6 are outlined below. 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 for Task 1, $15,000 for Task 2, and $15,000 for remaining Tasks. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes 112.061. Summary of Compensation for Programming and Schematic Design (Already completed) Task Deliverable Fee Amount Fee Basis Task 1 Subtotal — Professional Fees $ 75,750.00 Lump Sum Allowance for Task 1 Reimbursable Expenses $ 10,000.00 Not to Exceed Total Task 1 $ 85,750.00 Summary of Compensation for Task 2 (Already completed) Task Deliverable Fee Amount Fee Basis Task 2 Submittal of Design Development Drawings and Design Criteria Package $123,975.00 Lump Sum Subtotal — Professional Fees Task 2 $123,975.00 Lump Sum Allowance for Reimbursables $15,000.00 Not to Exceed Total Task 2 including Reimbursables $138,975.00 Summary of Proposed Compensation for New Tasks 3 through 6 Task Deliverable Fee Amount Fee Basis Task 3 Submittal of Phase II/II — 50% CDs to Owner $221,929.00 Lump Sum Task 4A Submittal of Phase I I/III — 100% CDs to Owner $162,748.00 Lump Sum Task 4B Approval of Permit Dry Run $ 51,784.00 Lump Sum Task 5 Bidding and Award $ 36,988.00 Lump Sum Task 6 Construction Administration $266,315.00 Lump Sum Subtotal — Professional Fees Tasks 3 through Task 6 $739,764.00 Lump Sum Allowance for Reimbursables $15,000.00 Not to Exceed 10% Owner Contingency $73,976.00 Not to Exceed Total Tasks 3 through Task 6 including Reimbursables $828,740.00 "NO BUILD" OPTION The City may elect not to proceed with Bidding and Award and/or Construction of the project. If this is the case, Tasks 5 & 6 would not be performed as applicable on the fee tables above. VI. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: 1. Threshold Inspections not included in Construction Administration. If these are requested they shall be: $28,350.00 ($90/hr X 315 hours) 2. Geotechnical work not included. 3. Survey work not included. 4. Printing work not included. 5. 1 (one) exterior rendering for each scheme included. VII. DATA PROVIDED BY CITY The following information or documents are to be provided by the City: 1. Geotechnical Report 2. Survey (PDF and CAD) 3. As -Built drawings of existing station 4. CAD files of Feasibility Study VIII. PROJECT MANAGER Consultant's Project Manager for this Work Order assignment will be Alejandro Silva, AIA Submitted by: Alejandro Silva, AIA AS/ab ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Architectural STAFF CLASSIFICATION Consultant Name: Silva Architects, LLC Contract No.: Date: 2/8/2024 Estimator: Alejandro Silva, AIA Job Classification Staff Applicable Rate Principal Rate: $74.00 Project Manager Rate: $60.00 Architect Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours l 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 Phase II/III - 50% CDs 51 $3,774 250 $15,000 188 $7,520 388 $11,252 877 $37,546 $42.81 2 Phase II/III - 100% CDs 41 $3,034 203 $12,180 152 $6,080 315 $9,135 711 $30,429 $42.80 3 Permitting 11 $814 55 $3,300 41 $1,640 85 $2,465 192 $8,219 $42.81 4 Bidding and Award 12 $888 44 $2,640 44 $1,760 8 $232 108 $5,520 $51.11 5 Construction Administration 71 $5,254 264 $15,840 264 $10,560 49 $1,421 648 $33,075 $51.04 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 186 816 689 845 2,536 Total Staff Cost $13,764.00 $48,960.00 $27,560.00 $24,505.00 $114,789.00 $45.26 Total % of Work by Position 7.3% 32.2% 27.2% 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 33.3% 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: 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: AMBRO, Inc. DDA Engineers, PA Fraga Engineers, LLC O'Leary Richards Design Associates $332,888.10 $44,132.20 $118,389.60 $229,665.50 $14,688.50 $739,763.90 $739,763.90 $739,763.90 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Civil STAFF CLASSIFICATION Consultant Name: AMBRO, Inc. Contract No.: Date: 2/8/2024 Estimator: Emile Amedee, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Engineer I Rate: $60.00 Engineer II Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours l 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 Phase II/III - 50% CDs 7 $518 33 $1,980 25 $1,000 52 $1,508 117 $5,006 $42.79 2 Phase II/III - 100% CDs 5 $370 27 $1,620 20 $800 42 $1,218 94 $4,008 $42.64 3 Permitting 1 $74 7 $420 5 $200 11 $319 24 $1,013 $42.21 4 Bidding and Award 2 $148 6 $360 6 $240 1 $29 15 $777 $51.80 5 Construction Administration 10 $740 35 $2,100 35 $1,400 6 $174 86 $4,414 $51.33 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 25 108 91 112 336 Total Staff Cost $1,850.00 $6,480.00 $3,640.00 $3,248.00 $15,218.00 $45.29 Total % of Work by Position 7.4% 32.1% 27.1 % 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: Revised 9/15/08 33.3% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $44,132.20 $44,132.20 $44,132.20 $44,132.20 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Structural STAFF CLASSIFICATION Consultant Name: DDA Engineers, PA Contract No.: Date: 2/8/2024 Estimator: Aida M. Albaisa, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Professional Engineer Rate: $60.00 Engineering Designer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours l 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 Phase II/III - 50% CDs 18 $1,332 89 $5,340 67 $2,680 138 $4,002 312 $13,354 $42.80 2 Phase II/III - 100% CDs 15 $1,110 72 $4,320 54 $2,160 112 $3,248 253 $10,838 $42.84 3 Permitting 4 $296 19 $1,140 15 $600 30 $870 68 $2,906 $42.74 4 Bidding and Award 4 $296 16 $960 16 $640 3 $87 39 $1,983 $50.85 5 Construction Administration 25 $1,850 94 $5,640 94 $3,760 17 $493 230 $11,743 $51.06 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 66 290 246 300 902 Total Staff Cost $4,884.00 $17,400.00 $9,840.00 $8,700.00 $40,824.00 $45.26 Total % of Work by Position 7.3% 32.2% 27.3% 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 33.3% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $118,389.60 $118,389.60 $118,389.60 $118,389.60 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - MEP Engineer STAFF CLASSIFICATION Consultant Name: Fraga Engineers, LLC Contract No.: Date: 2/8/2024 Estimator: Irene F. Fraga, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Senior Engineer Rate: $60.00 Engineer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours l 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 Phase II/III - 50% CDs 35 $2,590 172 $10,320 130 $5,200 267 $7,743 604 $25,853 $42.80 2 Phase II/III - 100% CDs 29 $2,146 140 $8,400 105 $4,200 217 $6,293 491 $21,039 $42.85 3 Permitting 8 $592 37 $2,220 29 $1,160 58 $1,682 132 $5,654 $42.83 4 Bidding and Award 8 $592 31 $1,860 31 $1,240 6 $174 76 $3,866 $50.87 5 Construction Administration 49 $3,626 182 $10,920 182 $7,280 33 $957 446 $22,783 $51.08 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 129 562 477 581 1,749 Total Staff Cost $9,546.00 $33,720.00 $19,080.00 $16,849.00 $79,195.00 $45.28 Total % of Work by Position 7.4% 32.1% 27.3% 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 33.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $229,665.50 $229,665.50 $229,665.50 $229,665.50 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Landscape Architect STAFF CLASSIFICATION Consultant Name: O'Leary Richards Design Associates, Inc. Contract No.: Date: 2/8/2024 Estimator: Kathy O'Leary Richards Job Classification Staff Applicable Rate Principal Rate: $74.00 Landscape Architect Rate: $60.00 Landscape Designer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours l 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 Phase II/III - 50% CDs 2 $148 11 $660 8 $320 17 $493 38 $1,621 $42.66 2 Phase II/III - 100% CDs 2 $148 9 $540 7 $280 14 $406 32 $1,374 $42.94 3 Permitting 2 $120 2 $80 4 $116 8 $316 $39.50 4 Bidding and Award 1 $74 2 $120 2 $80 5 $274 $54.80 5 Construction Administration 3 $222 12 $720 12 $480 2 $58 29 $1,480 $51.03 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 8 36 31 37 112 Total Staff Cost $592.00 $2,160.00 $1,240.00 $1,073.00 $5,065.00 $45.22 Total % of Work by Position 7.1% 32.1% 27.7% 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 33.0% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $14,688.50 $14,688.50 $14,688.50 $14,688.50 DIVISION OF CORPORATIONS • P rfrl tut official 3iate of Flotilla wyb its Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company SILVAARCHITECTS, LLC Filing Information Document Number L06000000871 FEI/EIN Number 20-4038377 Date Filed 01/03/2006 State FL Status ACTIVE Principal Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Mailing Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Registered Agent Name & Address ARAZOZA & FERNANDEZ-FRAGA, P.A. 2100 SALZEDO STREET SUITE 300 CORAL GABLES, FL 33134 Authorized Person(a) Detail Name & Address Title MGR SILVA, ALEJANDRO 135 SAN LORENZO AVE CORAL GABLES, FL 33146 Title Manager Silva, Andrew 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Annual Reports Report Year Filed Date 2022 01/20/2022 2023 01/25/2023 2024 01/31/2024 Document Images 01/31/2024 --ANNUAL REPORT 01/25/2023 --ANNUAL REPORT 01/20/2022 --ANNUAL REPORT 05/06/2021 --AMENDED ANNUAL REPORT 01/15/2021 --ANNUAL REPORT 01/16/2020 --ANNUAL REPORT 02/08/2019 --ANNUAL REPORT 01/24/2018 --ANNUAL REPORT 02/09/2017 --ANNUAL REPORT 04/20/2016 --ANNUAL REPORT 01/22/2015 --ANNUAL REPORT 02/13/2014 --ANNUAL REPORT 02/27/2013 --ANNUAL REPORT 01/09/2012 --ANNUAL REPORT 02/17/2011 --ANNUAL REPORT 05/03/2010 --ANNUAL REPORT 04/15/2010 -- FEI# 02/16/2010 --ANNUAL REPORT 01/15/2009 --ANNUAL REPORT 01/08/2008 --ANNUAL REPORT 01/15/2007 --ANNUAL REPORT 01/03/2006 -- Florida Limited Liability View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations