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