HomeMy WebLinkAboutOMNI CRA 2018-09-12 Agenda PacketCity of Miami
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
Meeting Agenda
Wednesday, September 12, 2018
5:30 PM
CHAPMAN Partnership
1550 North Miami Avenue
Miami, FL 33136
OMNI Community Redevelopment Agency
Ken Russell, Chair
Keon Hardemon, Vice Chair
Wifredo (Willy) Gort, Board Member, District One
Joe Carollo, Board Member, District Three
Manolo Reyes, Board Member, District Four
*************************
OMNI and MIDTOWN CRA OFFICE ADDRESS:
1401 N. Miami Avenue, 2"d Floor, Miami 33136
Phone: (305) 679-6868
www.miamicra.com
OMNI Community Redevelopment Agency
Meeting Agenda September 12, 2018
CALL TO ORDER
APPROVING THE MINUTES OF THE FOLLOWING MEETING(S):
1. OMNI COMMUNITY REDEVELOPMENT AGENCY - REGULAR MEETING -
MAY 24, 2018 12:30 PM
2. OMNI COMMUNITY REDEVELOPMENT AGENCY - REGULAR MEETING -
JUL 12, 2018 12:00 PM
OMNI CRA RESOLUTION(S)
1. OMNI CRA RESOLUTION
4776 A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
("CRA"), WITH ATTACHMENT(S), APPROVING AND ADOPTING THE CRA'S
PROPOSED GENERAL OPERATING BUDGET AND TAX INCREMENT
FUND BUDGET FOR THE FISCAL YEAR COMMENCING OCTOBER 1, 2018
AND ENDING SEPTEMBER 30, 2019; DIRECTING THE EXECUTIVE
DIRECTOR TO TRANSMIT A COPY OF EACH BUDGET TO THE CITY OF
MIAMI AND MIAMI-DADE COUNTY.
2. OMNI CRA RESOLUTION
4777 A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY,
WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL RECEIVED ON
MARCH 7, 2018 PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ")
NO. 17-18-005 FROM R.J. HEISENBOTTLE ARCHITECTS, P.A. TO
PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING
SERVICES FOR THE RESTORATION OF THE CRA PROPERTY LOCATED
AT 1367 NORTH MIAMI AVENUE, MIAMI, FLORIDA; ALLOCATING FUNDS
FROM THE CRA SERIES 2018 A LOAN, SUBJECT TO THE AVAILABILITY
OF FUNDS; FURTHER AUTHORIZING THE EXECUTIVE DIRECTOR TO
EXECUTE THE NEGOTIATED CONTRACT, IN SUBSTANTIALLY THE
ATTACHED FORM, AND EXECUTE ANY SUBSEQUENT PROJECT
PHASES INCLUDING ANY AMENDMENTS, RENEWALS, EXTENSIONS,
AND MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE
TO THE EXECUTIVE DIRECTOR AND TO THE GENERAL COUNSEL, AS
MAY BE NECESSARY FOR SAID PURPOSE.
3. OMNI CRA RESOLUTION
4778 A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
AUTHORIZING THE ISSUANCE OF A GRANT FROM ACCOUNT NO.
10040.920501.883000 IN AN AMOUNT NOT TO EXCEED $100,000.00 TO
THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF
MIAMI, FLORIDA TO EXPAND THE DOWNTOWN ENHANCEMENT TEAM
INTO THE OMNI REDEVELOPMENT AREA FOR AN ADDITIONAL PERIOD
OF ONE (1) YEAR ("PROGRAM"); AUTHORIZING THE EXECUTIVE
OMNI Community Redevelopment Agency Page 2 Printed on 9/6/2018
OMNI Community Redevelopment Agency
Meeting Agenda September 12, 2018
DIRECTOR TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS
NECESSARY TO EFFECTUATE THE PROGRAM, IN A FORM ACCEPTABLE
TO THE GENERAL COUNSEL.
4. OMNI CRA RESOLUTION
4781 A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
("CRA") ALLOCATING $500,000.00 TO A BUSINESS GRANT PROGRAM
FOR THE PURPOSES OF BUSINESS DEVELOPMENT IN THE OMNI
REDEVELOPMENT AREA FROM ACCOUNT NO. 10040.920501.883000;
AUTHORIZING THE EXECUTIVE DIRECTOR TO DISBURSE FUNDS, AT
HIS DISCRETION, AS A LOAN TO BUSINESS ENTITIES ON A
REIMBURSEMENT BASIS TO BUSINESS ENTITIES OR DIRECTLY TO
VENDORS UPON PRESENTATION OF INVOICES AND/ OR
SATISFACTORY DOCUMENTATION TO QUALIFYING BUSINESSES IN
ORDER TO DISBURSE FUNDS AS STATED HEREIN SUBJECT TO THE
AVAILABILITY OF FUNDS.
5. OMNI CRA RESOLUTION
4782 A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
("CRA"), BY A FOUR -FIFTHS (4/STHS) AFFIRMATIVE VOTE, AFTER AN
ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING, AND
CONFIRMING THE EXECUTIVE DIRECTOR'S FINDING THAT
COMPETITIVE NEGOTIATION METHODS AND PROCEDURES ARE NOT
PRACTICABLE OR ADVANTAGEOUS TO THE CRA PURSUANT TO
SECTION 18-85(A) OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS
AMENDED, AS ADOPTED BY THE CRA; WAIVING THE REQUIREMENTS
FOR SAID PROCEDURES; AUTHORIZING THE ALLOCATION OF GRANT
FUNDS FROM ACCOUNT NO. 10040.920501.883000 IN AN AMOUNT NOT
TO EXCEED $500,000.00 TO REBUILDING TOGETHER MIAMI-DADE, INC.
TO PROVIDE PARTIAL FUNDING FOR A "HOME IMPROVEMENT FA?ADE
PROGRAM" ("PROGRAM"); AUTHORIZING THE EXECUTIVE DIRECTOR
TO DISBURSE FUNDS, AT HIS DISCRETION, ON A REIMBURSEMENT
BASIS OR DIRECTLY TO VENDORS UPON PRESENTATION OF INVOICES
AND SATISFACTORY DOCUMENTATION; AUTHORIZING THE EXECUTIVE
DIRECTOR TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS
NECESSARY TO EFFECTUATE THE PROGRAM, IN A FORM ACCEPTABLE
TO THE GENERAL COUNSEL.
ADJOURNMENT
OMNI Community Redevelopment Agency Page 3 Printed on 9/6/2018
OMNI Board of Commissioners Meeting
September 12, 2018
1.1
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
Board Chair Ken Russell Date: September 5, 2018
and Members of the CRA Board
Jason Walker
File: 4776
Subject: OMNI CRA's General Operating
Budget & Tax Increment Fund
Budget for FY'18-'19
Enclosures: 4776 Exhibit
Executive Director 4776 Backup Document
BACKGROUND:
It is recommended that the Board of Commissioners of the Omni Redevelopment
District Community Redevelopment Agency ("CRA") approve and adopt the attached
resolution, with attachment(s), adopting the proposed Omni CRA's General Operating
Budget and Tax Increment Fund Budget, for the fiscal year commencing October 1,
2018, and ending September 30, 2019, and further directing the Executive Director to
transmit a copy of each budget to the City of Miami and Miami Dade County.
JUSTIFICATION:
The Interlocal Agreement requires the OMNI CRA to annually prepare a proposed
budget and transmit same to City of Miami and Miami Dade County
This Resolution fulfills this requirement.
Packet Pg. 4
1.1
City of Miami
Legislation
OMNI CRA Resolution
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 4776 Final Action Date:
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY ("CRA"),
WITH ATTACHMENT(S), APPROVING AND ADOPTING THE CRA'S PROPOSED
GENERAL OPERATING BUDGET AND TAX INCREMENT FUND BUDGET FOR THE
FISCAL YEAR COMMENCING OCTOBER 1, 2018 AND ENDING SEPTEMBER 30,
2019; DIRECTING THE EXECUTIVE DIRECTOR TO TRANSMIT A COPY OF EACH
BUDGET TO THE CITY OF MIAMI AND MIAMI-DADE COUNTY.
WHEREAS, the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and
projects within its Redevelopment Area; and
WHEREAS, as a prerequisite to carrying out Fiscal Year 2018-2019
redevelopment activities, the Board of Commissioners must approve the CRA's
proposed General Operating Budget and Tax Increment Fund Budget for the Fiscal
Year commencing October 1, 2018 and ending September 30, 2019; and
WHEREAS, pursuant to an Interlocal Agreement, as amended, a copy of each
budget is to be transmitted to the City of Miami and Miami -Dade County;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution
are adopted by reference and incorporated herein as if fully set forth in this Section.
Section 2. The attached CRA General Operating Budget and Tax Increment
Fund Budget for the Fiscal Year commencing October 1, 2018 and ending September
30, 2019 are approved and adopted.
Section 3. The Executive Director is directed to transmit a copy of each budget
to the City of Miami and Miami -Dade County.
Section 4. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
City of Miami Page 2 of 3 File ID: 4776 (Revision:) Printed On: 9/6/2018
Packet Pg. 5
1.1
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 3 of 3 File ID: 4776 (Revision:) Printed On: 9/6/2018
Packet Pg. 6
FY 2019 PROPOSED BUDGET
8/29/2018
1.1.a
OMNI TAX INCREMENT FUND BUDGET
FY 2019
PROPOSED
BUDGET
FY 2018
AMENDED
BUDGET
BUDGET
VARIANCE
REVENUES
CITY OF MIAMI - TAX INCREMENT
$11,525,122
$10,735,670
$789,452
MIAMI DADE COUNTY - TAX INCREMENT (ORIGINAL BOUNDARIES)
$7,092,694
$6,749,406
$343,288
CITY OF MIAMI - TAX INCREMENT (2009 ADDITION EXPANDED BOUNDARIES)
$386,218
$312,667
$73,551
MIAMI DADE COUNTY - TAX INCREMENT (2009 ADDITION EXPANDED BOUNDARIES)
$237,877
$193,354
$44,523
Total TIF Revenues S19,241,911
2019 FUND BALANCE LOAN SERIES 2018 A and 2018 B (Funds held by Bank United)
$11,659,393
$10,000,000
$1,659,393
TRANSFER FROM MIDTOWN CRA (Administration)
$64,282
$64,282
$0
RENT INCOME - MEC
$100,000
$100,000
$0
OTHER INCOME - MEC (REIMBURSEMENT FOR 2019 PROPERTY TAXES)
$178,177
$177,257
$920
RENT INCOME -1401 LLC
$101,481
$101,481
$0
FITH AMENDMENT TO MAX MIAMI ECONOMIC INCENTIVE AGREEMENT
$0
$1,537,802
-$1,537,802
2019 CHILDREN TRUST CONTRIBUTION
$769,676
$735,572
$34,104
2019 ESTIMATED FUND BALANCE (It includes the $4,552,500- Reimbursement from Loan
$11,793,068
$3,555,164
$8,237,904
Series 2018A)
TOTAL REVENUE
$43,9o7,989
$34,262,655
$9,645,333
REDEVELOPMENT EXPENDITURES
ACCOUNTING AND AUDIT
$15,000
$15,000
$0
PROFESSIONAL SERVICES - OTHER
. $457,800
$550,417
-$192,617
OTHER CONTRACTUAL SERVICES
$462,660
$475,884
-$13,224
INTERFUND TRANSFER (Debt Service)
$7,047,838
$6,699,867
$347,971
INTERFU ND TRANSFER (Grant)
$1,726,104
$1,334,695
$391,409
OTHER CURRENT CHARGE
$6,734,669
$6,296,884
$437,785
OTHER GRANTS AND AIDS
524,004,312
$15,926,030
$8,078,282
ADMINISTRATIVE EXPENDITURES
REGULAR SALARIES
$607,540
$580,231
$27,309
FICA TAXES
$46,477
$44,388
$2,089
LIFE AND HEALTH INSURANCE
$48,000
$48,000
$0
RETIREMENT CONTRIBUTION
$26,200
$26,200
$0
FRINGE BENEFITS
$54,500
$19,500
$35,000
OTHER CONTRACTUAL SERVICE
$20,000
$20,000
$0
TRAVEL AND PER DIEM
$30,000
$30,000
$0
COMMUNICATIONS
$0
$0
$0
UTILITY SERVICE
$20,300
$20,300
$0
INSURANCE
$104,166
$104,166
$0
OTHER CURRENT CHARGE
$185,177
$193,400
-$8,223
SUPPLIES
$5,000
$5,000
$0
OPERATING SUPPLIES
$5,000
$5,000
$0
SUBSCRIPTION MEMBERSHIP
$17,000
$17,000
$0
MACHINERY AND EQUIPMENT
$24,000
$24,000
$0
ADVERTISING
$30,000
$30,000
$0
RENTAL AND LEASES
$3,600
$3,600
$0
POSTAGE
$2,000
$2,000
$0
REPAIR/MAINTENANCE - OUTSIDE
52,000
$2,000
$0
INTERFUND TRANSFER
$18,000
$17,500
$500
Total Administrative Expenditures S1,248,960
RESERVE FOR MIDTOWN ADM EXPENDITURES
$64,282
$64,282
$0
RESERVE FOR SECURITY DEPOSIT - MEC
$125,000
$125,000
$0
RESERVE FOR SECURITY DEPOSIT - 1401 GROUP LLC
$40,000
$40,000
$0
RESERVE FOR CAPITAL EXPENDITURES
$1,089,165
$685,113
$404,052
RESERVE FOR PAYMENT OF PROPERTY TAXES - MEC
$177,257
$177,257
$0
RESERVE FOR LOAN PROCEEDS SERIES 2019 A & B
$47,500
$0
$47,500
RESERVE FOR UNSOLICITATED PROPOSALS
$50,000
$0
$50,000
BUDGET RESERVE
$617,442
$579,942
$37,500
TOTAL FUND BALANCE
$43,907,989
$34,262,655
$9,645,333
$0 $0 $0
The Agency's obligation with respect to Museum Pork under the Global Interlocal Agreement are the sub'ect of ongoing discussion between the City and the
Agency. The Interlocal Agreement Obligations include the amounts payable in accordance with the original terms of the Global Interlocal Agreement and/or
such other amount as shall be determined by the resolution of such ongoing discussions (but in no event shall exceed the amounts payable under the
original terms of the Global InterlocolAgreement with respect to Museum Park.)
A)
B)
c)
2019 TIF Revenue
2019 TIF Rev for Affordable Housing
% 2019 Budget for Affordable Housing
$19,241,911
$1,924,191
10%
2019 TIF Revenue 519,241,911
2019 Administrative Expenditures $1,248,960
% Administrative Exp / 2019 TIF Revenue 6%
2019 Budget Reserve $617,442
Total 2019 Budget 543,907,989
% 2019 Budget Reserve / Total 2019 Budget 1.41%
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18-'19)
1
Packet Pg. 7
1.1.a
Description
Category
Approval Date
Reso S
Amount
Budgeted
Amount
Expended
Remaining
Balance
Accounting and Audit
1
2018 External Auditing Services
to the OMNI CRA - Sanson, Kline,
Jacomino, Tandoc & Gamarra,
LLP
Administration
7/29/2016
16-0038
$15,000
$0
$15,000
Professional Services - Other
2
Financial Support Consultant Jul
2017-Jul 2018
Administration
12/14/2016
16-0064
$42,800
$0
$42,600
3
2018 Omni Redevelopment Plan
& FON
4
5
Branding, Website, PR
Quickbuild-Protected Bike Lanes
6
Traffic Study/Design-N Miami Ave
& 14th Street
Redevelopment
Planning
Administration
Redevelopment
Planning
Redevelopment
Planning
NR
$250,000
$0
$250,000
NR
$70,000
$0
$70,000
NR
$60,000
$0
$60,000
NR
$35,000
$0
$35,000
Other Contractual Services
7
Horsepower Street Light
Maintenance 2018-2019
Quality of Life
8
Available for Landscaping Service
2018-2019
Quality of Life
9
2018 Urban Temporary Park -
Maintenance and Security
Administration
10
CRA Consultants (Akerman LLP,
Frank Schnidman and Doug
Brurel
Administration
11
Available for Other Contractual
Services
Administration
Subtotal
Per City's
Procurement
Code
525,000
$0
$25,000
Per City's
Procurement
Code
$25,000
$0
$25,000
Assigned
Funds for the
Genral
Maintenance
$50,000
$o
$s0,000
NR
5150,000
$50,000
$100,000
NR
$295,601
$32,941
$262,660
$1,0213,401
$82,941
$935,460
Funding Source
Carryover
Fund Balance
FY 2019
TIF
Revenue
50
515,000
$0
$42,800
$0
$250,000
$0
$70,000
$0
$60,000
$0
$35,000
$0
$25,000
$0
$25,000
50
$50,000
$0
$100,000
$0
$262,660
$0
$935,460
$0
5935,460
Total Budget Amount (Professional Services - Legal, Accounting and Audit, Professional Services - Other and Other Contractual $935,460
NR - No CRA Resolution/Assigend Funds $777,660
R - CRA Resolution Passed / Assigned Funds $157,800
$935,460
$15,000
$457,800
$462,660
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18 '19)
Packet Pg. 8
1.1.a
Description
Category
Approval Date
Reso •
Amount
Budgeted
Amount
Expended
Remaining
Balance
Interfund Transfer (Debt Service)
2019 Transfer Out to the City
of Miami for the payment of
the Port of Miami Tunnel
Series 2012
Debt Service
2
Loan with BankUnited -
Estimated principal amount
$25M
Debt Service
Other Current Charges and Obligations
Dec-07
2007 Global
Agreement
$4,234,000
$0
$4,234,000
Debt Service
$2,813,838
$0
$2,813,838
3
2019 Estimated Payment
(Global Agreement) -
Performing Art Center
Infrastructure
Dec-07
2007 Global
Agreement
$6,734,669
$0
$6,734,669
Interfund Transfer (Grant)
4
2015-2016 Policing Services -
City of Miami
Quality of Life
5
2018 Grant to the City of
Miami Police Department for
the Expanded Police Program
Quality of Life
6
2019 Grant to the City of
Miami Police Department for
the Expanded Police Program
Quality of Life
7
2019 Children Trust
Contribution
Quality of Life
10/22/2015
Dec-07
15-0043
$710,000
$619,211
$90,789
18-0005
$500,000
$134,361
$365,639
NR
5500,000
$0
$500,000
Interlocal
Agreement
$769,676
5D
$769,676
Subtotal
$16,262,183
$753,572
$15,508,611
Funding Source
Carryover
FY 2019
Reimbursement
Fund Balance
TIE
from Loan Series
Revenue
2018A -
$4,552,500
$0
$4,234,000
$0
$0
$2,813,838
$0
$0
$6,734,669
$0
$90,789
$0
$0
$365,639
$0
$0
$0
$0
$500,000
$769,676
$0
$0
$1,226,104
513,782506
$500,000
$1,226,104
$13,782,506
$500 000
Total Budget Amount (Interfund Transfer (Debt Service), Debt Service, Purchase of Land and Interfund Transfer (Grant)
NR - No CRA Resolution/Assigend Funds
R - CRA Resolution Passed
$500,000
$15,008,611
$15 508 611
$15,508,611
$7,047,838
$6,734,669
$1,726,104
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18-'19)
3
Packet Pg. 9
1.1.a
Funding Source
Description
Category
Approval Date
Reso It
Amount
Budgeted
Amount
Expended
Remaining
Balance
Carryover
Fund Balance
FY2019
TIF
Revenue
Loan Series
2018
A& B
Reimbursement
from Loan
Series 2018A -
$4,552,500
Other Grants and Aids
1
1401 Rest LLC - Lessor's
Contribution to leasehold
improvements - Grease
Trap and Hood System
Job Creation
6/13/2013
13-0036
$60,000
$0
$60,000
$60,000
$0
50
$0
2
Matching funds obligation
under the Florida Inldan
Navigation District Grant for
Phase 2 - Miami Woman's
Club Baywalk Project - CIP
Project
Infrastructure
3/28/2013
13-0017
$150,000
$26,214
$123,786
$123,786
$0
$0
$0
3
Dorsey Library - Project
Cost - CIP Project - Funds
derived from sale of land -
14th St DEV LLC -
$1,253,649 -CRA-R -15-
0021
Infrastructure
CIP
Approved
Project
5850,000
$152,722
$697,278
$646,485
$50,793
$0
$0
4
16 Corner LLC Affordable
Housing Projects
Affordable
Housing
1/17/2018
18-0008
$3,800,000
$2,300,000
$1,500,000
$1,500,000
$0
$0
$0
5
Grant to Rebuilding
Together Miami -Dade Inc.
to provide partial funding
for a home improvement
facade and quality life
program.
Affordable
Housing
12/14/2016
16-0061
$700,000
$502,117
$197,883
$197,883
$0
$0
$0
6
2018 Grant to Rebuilding
Together Miami -Dade Inc.
to provide partial funding
for a home improvement
facade and quality life
program.
Affordable
Housing
1/17/2018
18-0028
$600,000
$0
5600,000
$600,000
$0
$0
50
7
Carryover of unsued funds
for Affordable Housing
Projects Rehabilitation.
(10%ofTIF Revenue)
Affordable
Housing
16-0040
$503,744
$0
$503,744
$503,744
$0
$0
$0
8
Grant to Legido
Management Services, Inc
to provide funding for
"Business Rehabilitation
Grant Programs"
Affordable
Housing
12/14/2016
16-0062
$905,000
$800,386
$104,614
$104,614
$0
$0
$0
10
2017 Miami Downtown
Development Authority to
expand the Downtown
Enhancement Team (Purple
Shirts)
Quality of Life
12/14/2016
16-0057
$50,000
$27,855
$22,145
$22,145
$0
$0
$0
11
2018 Miami Downtown
Development Authority to
expand the Downtown
Enhancement Team (Purple
Shirts)
Quality of Life
1/17/2018
18-0007
$100,000
$13,234
$86,766
$86,766
50
$0
$0
12
2019 Miami Downtown
Development Authority to
expand the Downtown
Enhancement Team (Purple
Shirts)
Quality of Life
NR
5100,000
$0
$100,000
$0
Sioo,000
$0
50
13
2018 Available for Business
Improvements and
Assistance Grant Program
Job Creation /
Quality of Life
18-0023
5500,000
S0
$500,000
$500,000
$0
$o
50
14
Museum Park Remediation
Project B-30538. CIP Project
funded with OMNI TIF
Funds.
Infrastructure
4/19/2017
17-0022
$175,000
$150,343
$24,657
$24,657
$0
$0
$0
15
Execute Lease Agreement
with a Five (5) year initial
term with two (2) one (1)
year options to renew
between the CRA and
Revran 5 Llincoln at 175 NW
14th St . Base amount
$2,850 per month with a
three (3 %) percent annual
Job Creation /
Quality of Life
6/21/2017
17-0033
$150,000
$46,712
$103,288
$103,288
$0
$0
$0
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18 '19)
4
Packet Pg. 10
1.1.a
Funding Source
Description
Category Approval Date Reso 8
Amount
Budgeted
Amount
Expended
Remaining
Balance
Carryover
Fund Balance
FY2019
TIF
Revenue
Loan Series
2018
A & B
Reimbursement
from Loan
Series 2018A -
$4,552,500
Other Grants and Aids
16
Contribution to the City of
Miami - TRI Rail Project
Infrastructure 6/25/2015 15-0022
5/26/2016
$3,750,000
$3,143,433
$606,567
$606,567
$0
$0
$0
17
Open Space Initiative
Quality of Life NR
$700,000
$0
$700,000
$0
$700,000
50
$0
18
130 NW 14th Street Rehab
& Activation (Morgans)
Quality of Life 1/17/2018 18-0027
Deferred Item
$400,000
$0
$400,000
$400,000
$0
$0
$0
19
Streetscape Improvement
Quality of Life
NR
$1,300,000
$0
$1,300,000
$0
$500,000
$0
$800,000
20
2019 Reserve for Affordable
Workforce Housing (10% of
2019 Total TIF $19,241,910)
Infrastructure
16-0040
$1,924,191
$0
$1,924,191
$0
$1,924,191
$0
$0
21
Reserve for Renovation of
Bank Building (Loan Series
2018 A)
Infrastructure
17-0020
$4,322,500
$0
$4,322,500
$0
$0
$4,322,500
$0
22
Reserve for Affordable
Housing Projects (Loan
Series 2018 B)
Affordable
Housing
NR
$7,336,893
$0
$7,336,893
$0
$0
$7,336,893
$0
23
2019 Business
Improvement and
Assistance Grant Program
Job Creation /
Quality of Life
NR
$500,000
$0
$500,000
$0
$0
$0
$500,000
24
2019 Rebuilding Together
Residential Rehab Program
Job Creation /
Quality of Life
NR
$500,000
$0
$500,000
$0
$0
$0
$500,000
25
2019 Camillus House Miami
Shelter Program
Quality of Life
NR
5175,000
$0
$175,000
50
$0
$0
$175,000
26
Building Rehab, Historic
Preservation, Capital
improvement Projects
Historic
Preservation
NR
$815,000
$0
$815,000
$0
$0
$0
5815,000
27
Affordable Housing
Development and
Acquisition
Affordable
Housing
NR
$800,000
$0
$800,000
$0
$0
$0
$800,000
Subtotal
$31,167,329
$7,163,016
521,214,312
$5,479,935
$3,274,984
$11,659,393
$3,590,000
$5,479,935
$3,274,984
$11,659,393
$3,590,0001
Total Budget Amount Other Grants and Aids
NR - No CRA Resolution/Assigend Funds
R - CRA Resolution Passed
$13,026,893
$10,977,419
$24,004,312
$24,004,312
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18 '19)
Packet Pg. 11
1.1.a
Position
Executive Director - OMNI
Executive Director - Midtown (Reimbursed by Midtown CRA)
Assistant Executive Director
Chief Legal Officer
Assistant to the Chief Legal Officer
Director of Policy and Planning
Assistant to the Executive Director
Intern ($10/Hour)
1099 Employee
1099 Employee
Compensated Absences
Regular Salaries
Fica taxes
OMNI
(
$120,000
$2,740
$90,000
$90,000
$42,000
$60,000
$50,000
$10,400
$31,200
$31,200
$80,000
$607,540
$46,477
$46,477
Health/Dental/Vision Insurance
OMNI CRA Staff $48,000
Contingency $5,000
Life and Health Insurance I $48,000I
Retirement Contribution (401K)
Executive Director $9,600
Assistant Executive Director $4,500
Assistant to the Executive Director $2,500
Chief Legal Officer $4,500
Director of Policy and Planning $3,000
Assistant to the Chief Legal Officer $2,100
Retirement Contribution I $26,2001
Car Allowance
Executive Director - OMNI $3,600
Executive Director - Midtown (Reimbursed by Midtown CRA) $6,000
Chief Legal Officer $2,400
Cell Phone Allowance
Executive Director - OMNI $1,200
Executive Director - Midtown (Reimbursed by Midtown CRA) $2,400
Assistant Executive Director $1,500
Chief Legal Officer $1,200
Director of Policy and Planning $1,200
Employer provided educational assistance $35,000
Fringe Benefits I $54,500 I
ADP - Payroll Processing Fee (26 payroll periods X $150) $3,900
Janitorial Service / Supplies $9,000
Circle Security Solutions $2,700
Comcast $2,400
OTIS Elevator Maintenance Service $2,000
Other Contractual Services I 520,000 I
To include cost for travel out of the city for conferences and travel allowances. $30,000
Travel and Per Diem I $30,000 I
FPL - Fire House $10,800
Miami Water and Sewer $3,500
Contingency $6,000
Utility Service I $20,300 I
Property Insurance/General/Liability Insurance (MEC) $71,166
Property Insurance/General/Liability Insurance (Fire Station No 2) $28,000
Workers Compensation (CRA Staff) $5,000
Insurance I $104,1661
To include the cost of food associated to CRA Meetings/Ribbon Cutting $5,000
To include the cost of miscellaneous supplies. $2,000
2019 MEC Property Taxes (Estimated) 178 177
Other Current Charges
To include supplies necessary for use in the operation of an office, such as copy
Supplies
To include other supplies not office related. Ex. Misc. Project Construction and
Operating Supplies
$5,000
I $5,00o
$5,000
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18 '19)
6
Packet Pg. 12
1.1.a
To include the cost of memberships to organization, Microsoft license, and
Subscription Membership
$17,000
$17,000I
Purchase of Vehicle $18,000
To include the cost of new computers $6,000
Machinery and Equipment I $24,000
To include the expenses of placing advertisements in the newspapers or other
Advertising
Konica Minolta Copier
Rental and Leases
To include the cost of stamps or other related item. Distribution of newsletter
Postage
To include the cost associated to any office/truck repair.
Repair / Maintenance - Outside
To include transfer of funds to the City of Miami Office of the City Clerk for
Interfund Transfer
Total FY 2019 Administrative Budget
$30,000
I $30,000 I
$3,600
I $3,600 I
$2,000
I $2,000I
$2,000
I $2,000I
$18,000
L $18,000I
$1,248,960
Attachment: 4776 Exhibit (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY'18-'19)
Packet Pg. 13
1.1.b
City of Miami
Legislation
OMNI CRA Resolution
CRA-R-18-0002
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 3007 Final Action Date:1/17/2018
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY ("OMNI
CRA") DIRECTING THE EXECUTIVE DIRECTOR TO RENEGOTIATE THE
INTERLOCAL AGREEMENT ENTERED INTO ON DECEMBER 31, 2007 BETWEEN
MIAMI-DADE COUNTY, THE CITY OF MIAMI, THE SOUTHEAST/OVERTOWN PARK
WEST COMMUNITY REDEVELOPMENT AGENCY, AND THE OMNI CRA,
SPECIFICALLY TO REMOVE ALL CURRENT AND FUTURE OBLIGATIONS WITH
RESPECT TO THE OMNI CRA'S CONTRIBUTION FOR CAPITAL IMPROVEMENTS
AT MUSEUM PARK, AS CONTAINED IN SAID AGREEMENT; DIRECTING THE
CLERK OF THE BOARD TO SEND A CERTIFIED COPY OF THIS RESOLUTION TO
THE OFFICIALS STATED HEREIN.
WHEREAS, on June 24, 1996, Miami -Dade County ("County"), the City of Miami
("City"), and the Omni Redevelopment District Community Redevelopment Agency
("Omni CRA") entered into an Interlocal Cooperation Agreement setting forth specified
redevelopment powers delegated to the City with respect to the Omni CRA; and
WHEREAS, on December 31, 2007, the City, the County, the Southeast
Overtown/Park West Community Redevelopment Agency ("SEOPW CRA), and the
Omni CRA entered into an Interlocal Agreement, commonly referred to as the "Global
Agreement," to provide funding for various projects that were deemed of great benefit to
the community; and
WHEREAS, on December 31, 2007, the County, the City, and the Omni CRA
entered in into a First Amendment to the Interlocal Cooperation Agreement dated June
24, 1996, to extend the life of the Omni CRA and expand the boundaries of the Omni
Redevelopment Area; and
WHEREAS, certain proposed financial contributions were outlined in the Global
Agreement with respect to funding from the Omni CRA towards capital improvements at
Museum Park ("Park"), located within the Omni Redevelopment Area; and
WHEREAS, pursuant to Resolution No. CRA-17-0020 adopted April 19, 2017,
the Omni CRA has prioritized the development of affordable and workforce housing
within the CRA boundaries; and
WHEREAS, pursuant to Resolution No. CRA-17-0022 adopted April 19, 2017,
the Omni CRA made a final contribution towards the Park in the amount of Two Million
Dollars ($2,000,000.00); and
City of Miami Page 3 of 4 File ID: 3007 (Revision: B) Printed On: 8/29/2018
Attachment: 4776 Backup Document (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY '18-'19)
Packet Pg. 14
1.1.b
WHEREAS, as a result of this shift in focus, the Omni CRA would like to amend
the Global Agreement, specifically concerning the Omni CRA's financial contribution to
the Park;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI COMMUNITY REDEVELOPMENT AGENCY OF
THE CITY OF MIAIMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution
are adopted by reference and incorporated herein as if fully set forth in this Section.
Section 2. The Board of Commissioners of the Omni CRA hereby directs the
Executive Director to renegotiate the Global Agreement between the County, the City,
the SEOPW CRA, and the Omni CRA, specifically with respect to the Omni CRA's
funding contribution for capital improvements at the Park.
Section 3. The Clerk of the Board is directed to send a certified copy of this
Resolution to the members of the Miami —Dade County Board of County
Commissioners, the Executive Director of the SEOPW CRA, the City Manager of the
City, and Mayor Francis X. Suarez.
Section 4. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 4 of 4 File ID: 3007 (Revision: B) Printed On: 8/29/2018
Attachment: 4776 Backup Document (4776 : OMNI CRA's General Operating Budget & Tax Increment Fund Budget for FY '18-'19)
Packet Pg. 15
OMNI Board of Commissioners Meeting
September 12, 2018
1.2
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
Board Chair Ken Russell Date: September 5, 2018
and Members of the CRA Board
Jason Walker
Executive Director
File: 4777
Subject: Approval RFQ No. 17-18-005 -
Architectural and Engineering
Services for Citizens Bank Building
Enclosures: 4777 Exhibit
4777 Memo - Award
Recommendation
4777 Memo - Evaluation
4777 Corporate Detail
BACKGROUND:
It is recommended that the Board of Commissioners ("Board") of the Omni
Redevelopment District Community Redevelopment Agency ("CRA") approve and adopt
the attached resolution, with attachment(s), approving Request for Qualifications (RFQ)
No. 17-18-005 for Architectural and Engineering Services for Citizens Bank Building
Restoration Project for CRA property located at 1367 North Miami Avenue, Miami,
Florida . The nature of this item is to authorize a resolution of the Board, accepting the
proposals received on March 07, 2018 and authorizing the Executive Director to enter
into a Professional Services Agreement, pursuant to RFQ No. 14-15-018 with R.J.
Heisenbottle Architects, P.A., to provide Professional Architectural and Engineering
Services for the Restoration.
JUSTIFICATION:
On January 25th 2018 the City of Miami's Department of Procurement ("Procurement")
issued RFQ 17-18-005 on behalf of the CRA under full and open competition, to obtain
the architectural and engineering services for the restoration of the historic property.
Proposers were required to meet all of the minimum qualification requirements
established in the RFQ in order to be deemed responsive.
The Evaluation Committee ("Committee") appointed by the Executive Director met on
April 25, 2018 and evaluated five (5) of the responsive and responsible proposals
following the stipulated guidelines in the solicitation. Pursuant to the RFQ requirements,
the Committee recommended that Procurement negotiate and execute a Professional
Services Agreement with R.J. Heisenbottle Architects, P.A., the highest ranked
Packet Pg. 16
1.2
Proposer. Successful negotiations were accomplished, and an agreement was mutually
reached. The CRA recommends an execution of the agreement with R.J. Heisenbottle
Architects, P.A. This resolution fulfills this requirement.
FUNDING:
Funding allocated from OMNI CRA SERIES 2018 A LOAN.
City of Miami Page 2 of 4 File ID: 4777 (Revision:) Printed On: 9/6/2018
Packet Pg. 17
City of Miami
Legislation
OMNI CRA Resolution
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 4777 Final Action Date:
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY, WITH
ATTACHMENT(S), ACCEPTING THE PROPOSAL RECEIVED ON MARCH 7, 2018
PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 17-18-005 FROM
R.J. HEISENBOTTLE ARCHITECTS, P.A. TO PROVIDE PROFESSIONAL
ARCHITECTURAL AND ENGINEERING SERVICES FOR THE RESTORATION OF
THE CRA PROPERTY LOCATED AT 1367 NORTH MIAMI AVENUE, MIAMI,
FLORIDA; ALLOCATING FUNDS FROM THE CRA SERIES 2018 A LOAN, SUBJECT
TO THE AVAILABILITY OF FUNDS; FURTHER AUTHORIZING THE EXECUTIVE
DIRECTOR TO EXECUTE THE NEGOTIATED CONTRACT, IN SUBSTANTIALLY THE
ATTACHED FORM, AND EXECUTE ANY SUBSEQUENT PROJECT PHASES
INCLUDING ANY AMENDMENTS, RENEWALS, EXTENSIONS, AND
MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE TO THE
EXECUTIVE DIRECTOR AND TO THE GENERAL COUNSEL, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and
projects within its Redevelopment Area in accordance with the 2010 Omni CRA
Redevelopment Plan ("Plan"); and
WHEREAS, Section 4.4, D., C-4, at page 42 of the Plan list elimination of
conditions which contribute to blight and upward job mobility for residents, encourage
preservation and restoration of historic buildings, as well as to promote rehabilitation
and maintenance of existing viable uses and structures as stated redevelopment
objectives; and
WHEREAS, the City of Miami's Department of Procurement ("Procurement") on
behalf of the CRA issued Request for Qualifications ("RFQ") No. 17-18-005 seeking
experienced and qualified proposers for the purpose of providing architectural and
engineering services for the Citizens Bank Building Restoration Project ("Services");
and
WHEREAS, the Evaluation Committee appointed by the Executive Director
completed the review and evaluation of the proposals received and recommended that
R.J. Heisenbottle Architects, P.A. ("Heisenbottle") be the most responsive and
responsible bidder; and
WHEREAS, the Executive Director concurred with the recommendation of the
Evaluation Committee; and
City of Miami Page 3 of 4 File ID: 4777 (Revision:) Printed On: 9/6/2018
1.2
Packet Pg. 18
1.2
WHEREAS, the Executive Director is requesting authority from the Board of
Commissioners of the CRA to execute a Professional Services Agreement ("PSA"), in
substantially the attached form, with Heisenbottle;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY:
Section 1. The recitals and findings contained in the Preamble of this Resolution
are adopted by reference thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The proposal received March 7, 2018 pursuant to RFQ. No. 17-18-005
from Heisenbottle to provide the Services on a phased basis is accepted.
Section 3. The Executive Director is authorized to execute the PSA with
Heisenbottle, in substantially the attached form.
Section 4. The Executive Director is further authorized to negotiate and execute
any subsequent project phases, including any amendments, renewals, extensions, and
modifications to the PSA, in a form acceptable to the Executive Director and the
General Counsel, as may be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 4 of 4 File ID: 4777 (Revision:) Printed On: 9/6/2018
Packet Pg. 19
PROFESSIONAL SERVICES AGREEMENT
1.2.a
CITY OF MIAMI
OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY
PROFESSIONAL SERVICES AGREEMENT
Service Category Architectural and Engineering Services for Citizens Bank Building
Restoration Project (RFQ No. 17-18-005)
Contract Type Project Specific
Consultant R.J. Heisenbottle Architects, P.A.
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 7
ARTICLE 2 GENERAL CONDITIONS 9
2.01 TERM 9
2.02 SCOPE OF SERVICES 9
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS (Formerly referred to
as COMMUNITY BUSINESS ENTERPRISE ("CBE"), REQUIREMENTS ORDINANCE 13331, codified
as Section 18-87(p), City Code). 9
2.04 COMPENSATION 9
ARTICLE 3 PERFORMANCE 10
3.01 PERFORMANCE AND DELEGATION 10
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 10
3.03 CONSULTANT KEY STAFF 10
3.04 TIME FOR PERFORMANCE 10
3.05 STANDARD OF CARE 10
ARTICLE 4 SUBCONSULTANTS 11
4.01 GENERAL 11
4.02 SUBCONSULTANT RELATIONSHIPS 11
4.03 CHANGES TO SUBCONSULTANTS 11
ARTICLE 5 DEFAULT: TERMINATION DUE TO DEFAULT 11
5.01 GENERAL 11
5.02 CONDITIONS OF DEFAULT 12
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 12
ARTICLE 6 TERMINATION OF AGREEMENT 12
6.01 OMNI CRA'S RIGHT TO TERMINATE 12
6.02 CONSULTANT'S RIGHT TO TERMINATE 12
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 12
ARTICLE 7 DOCUMENTS AND RECORDS 13
7.01 OWNERSHIP OF DOCUMENTS 13
7.02 DELIVERY UPON REQUEST OR CANCELLATION 13
7.03 RE -USE BY OMNI CRA 13
7.04 NONDISCLOSURE 13
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 13
7.06 E-VERIFY 14
ARTICLE 8 INDEMNIFICATION 14
ARTICLE 9 INSURANCE 15
9.01 COMPANIES PROVIDING COVERAGE 15
9.02 VERIFICATION OF INSURANCE COVERAGE 15
9.03 FORMS OF COVERAGE 15
9.04 MODIFICATIONS TO COVERAGE 16
ARTICLE 10 MISCELLANEOUS 16
10.01 AUDIT RIGHTS; INSPECTION 16
10.02 ENTIRE AGREEMENT 16
10.03 SUCCESSORS AND ASSIGNS 16
1
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 20
PROFESSIONAL SERVICES AGREEMENT
1.2.a
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 17
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 17
10.06 NOTICES 17
10.07 INTERPRETATION 18
10.08 JOINT PREPARATION 18
10.09 PRIORITY OF PROVISIONS 18
10.10 MEDIATION - WAIVER OF JURY TRIAL 18
10.11 TIME 18
10.12 COMPLIANCE WITH LAWS 19
10.13 NO PARTNERSHIP 19
10.14 DISCRETION OF EXECUTIVE DIRECTOR 19
10.15 RESOLUTION OF CONTRACT DISPUTES 19
10.16 INDEPENDENT CONTRACTOR 20
10.17 CONTINGENCY CLAUSE 20
10.18 THIRD PARTY BENEFICIARY 20
10.19 ADDITIONAL TERMS AND CONDITIONS 20
ATTACHMENT A - SCOPE OF WORK 24
ARTICLE Al GENERAL 24
A1.01 SCOPE OF SERVICES 24
A1.02 WORK ORDERS 24
A1.03 PAYMENTS 25
ARTICLE A2 OVERVIEW OF PROJECT SERVICES 25
A2.01 DEVELOPMENT OF OBJECTIVES 26
A2.02 SCHEMATIC DESIGN 26
A2.03 DESIGN DEVELOPMENT 27
A2.04 CONSTRUCTION DOCUMENTS 27
A2.05 BIDDING AND AWARD OF CONTRACT 29
A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 30
A2.07 TIME FRAMES FOR COMPLETION OF PROJECT 32
A3.01 GENERAL 33
A3.02 EXAMPLES 33
A3.03 ADDITIONAL DESIGN 33
ARTICLE A4 REIMBURSABLE EXPENSES 33
A4.01 GENERAL 33
A4.02 SUBCONSULTANT REIMBURSEMENTS 34
ARTICLE A5 OMNI CRA'S RESPONSIBILITIES 34
A5.01 PROJECT AND SITE INFORMATION 34
A5.02 CONSTRUCTION MANAGEMENT 35
SCHEDULE Al - SUBCONSULTANTS 36
SCHEDULE A2 - KEY STAFF 36
ATTACHMENT B - COMPENSATION AND PAYMENTS 37
ARTICLE B1 METHOD OF COMPENSATION 37
B1.01 COMPENSATION LIMITS 37
B1.02 CONSULTANT NOT TO EXCEED 37
ARTICLE B2 WAGE RATES 37
B2.01 FEE BASIS 37
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 37
B2.03 MULTIPLIER 37
B2.04 CALCULATION 37
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 38
B2.06 ESCALATION 38
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 38
B3.01 LUMP SUM 38
B3.02 HOURLY RATE FEES 38
B3.03 REIMBURSABLE EXPENSES 38
B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 39
B3.05 FEES FOR ADDITIONAL SERVICES 39
B3.06 PAYMENT EXCLUSIONS 39
B3.07 FEES RESULTING FROM PROJECT SUSPENSION 39
ARTICLE B4 PAYMENTS TO THE CONSULTANT 40
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
2
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 21
PROFESSIONAL SERVICES AGREEMENT
1.2.a
B4.01 PAYMENTS GENERALLY 40
B4.02 FOR COMPREHENSIVE BASIC SERVICES 40
B4.03 BILLING — HOURLY RATE 40
B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 40
B4.05 DEDUCTIONS 40
ARTICLE B5 REIMBURSABLE EXPENSES 40
B5.01 GENERAL 40
B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 41
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 41
B6.01 GENERAL 41
SCHEDULE B1 — WAGE RATES SUMMARY 42
SCHEDULE B2 — CONSULTANT INVOICE 43
EXHIBIT A - NEGOTIATED SCOPE OF SERVICES AND FEES SUMMARY 44
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
3
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 22
PROFESSIONAL SERVICES AGREEMENT
1.2.a
Service Category
Contract Type
Consultant
Consultant Office Location
City Authorization
Agreement Number
CITY OF MIAMI
OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY
PROFESSIONAL SERVICES AGREEMENT
Architectural and Engineering Services for Citizens Bank Building
Restoration Project
(RFQ No. 17-18-005)
Project Specific
R.J. Heisenbottle Architects, P.A.
2199 Ponce de Leon Blvd., Suite 400, Coral Gables, FL 33134
City Code Section 18-87
THIS PROFESSIONAL SERVICES AGREEMENT (THE "AGREEMENT") made this
day of in the year 2018 by and between Omni Redevelopment District Community
Redevelopment Agency, hereinafter called the "Omni CRA" / "CRA", and RJ Heisenbottle
Architects, P.A., hereinafter called the "Consultant."
RECITAL
A. The City issued a Request for Qualifications on behalf of the Omni CRA ("RFQ")
No. 17-18-005 on January 25, 2018 for the provision of Architectural and Engineering Services
for Citizens Bank Building Restoration Project (the "Project") and the Consultant's proposal
("Proposal"), in response thereto, was selected as one of the most qualified for the provision of
said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the
Solicitation Documents, and are, by this reference, expressly incorporated into and made a part
of this Agreement as if set forth in full. 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 Omni CRA, through action of the Executive Director and/or the
Omni CRA Board of Directors, as applicable, has selected the Consultant in accordance with
Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred
to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, to provide the
professional services as described herein.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
4
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 23
PROFESSIONAL SERVICES AGREEMENT
1.2.a
C. WHEREAS, the Omni CRA is awarding this Agreement as provided herein for the
Project. The Omni CRA, acting by and through its Executive Director, as further detailed in the
Scope of Work, Attachment A, as may be amended from time to time, prior to issuance of any
Notice to Proceed or at other reasonable intervals decided by the Executive Director may elect at
the Omni CRA's discretion to proceed with the work on a phased basis. The phases of this Project
may be substantially in conformance to the Schedules indicated below:
I. Pre -Design Planning to include a Building Assessment and Recommendations Report,
Building Programing, and Documentation of Existing Conditions. During this phase, the
Consultant shall prepare a Building Assessment and Recommendations Report, Building
Programing, and Document the Existing Conditions of the structure, all as more fully described
in Exhibit A, Negotiated Scope of Services and Fees Summary.
II. Phase 1 — Schematic Design Phase. During this phase, the Consultant shall consult with
the Omni CRA to ascertain the specific requirements of the Project and prepares Schematic
Design proposals/studies consisting of drawings and other documents illustrating the scale
and relationship of the Project components for approval by the Omni CRA. The Consultant
shall further submit to the Omni CRA a Statement of Probable Construction Cost based on
current area, volume or other unit costs. It will be within the Omni CRA's discretion to accept
that Statement of Probate Construction Cost or not after negotiation, if the Omni CRA deems
negotiation is necessary.
III. Phase 2 - Design Development Phase. During this phase, the Consultant shall prepare
Design Development Documents which fix and describe the size and character of this entire
Project as to architectural, structural, mechanical, and electrical systems and such other
elements as may be appropriate.
IV. Phase 3—Construction Documents Phase. During this phase, the Consultant shall prepare
the Construction Documents, from the approved Design Development Documents, and assist
the Omni CRA in preparation of the bidding documents based on the approved Design
Development Documents.
V. Phase 4 — Permitting — Dry Run Phase. During this phase, the Consultant shall on behalf of
Omni CRA undertake filing construction documents with the authorities having jurisdiction
over the project and will obtain the necessary permits on behalf of the Omni CRA.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
5
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 24
PROFESSIONAL SERVICES AGREEMENT
1.2.a
VI. Phase 5 — Bidding and Negotiation Phase. During this phase, the Consultant shall actively
assist the Omni CRA with the competitive bidding or proposal process, evaluation of the bids
or proposals received and the awarding of the construction contract.
VII. Phase 6 — Construction Phase — Administration of the Construction Contract. During
this phase, the Consultant shall actively assist the Omni CRA with the administration of the
construction contract.
VIII. General Requirements
(a) Pre -Design Planning and each phase shall have established a Guaranteed Maximum
Cost inclusive of all professional fees, labor and material, for performing the specified
work for such phase. This shall be required for any Notice To Proceed for any phase
and will be agreed to by the parties in writing. Reimbursable Expenses for each phase
shall be estimated but may not be exceed by more than three (3%).
(b) The Omni CRA, acting by and through its Executive Director, at its discretion may
elect to proceed with Phases 1, 2, 3, etc. et. al., or some or all or none of the phases
following Pre -Design Planning. This decision by the Omni CRA will be final and will be
in the exercise of the discretion of the Executive Director and may not be appealed by
the Consultant who will have no recourse from such decision except to be paid for the
work previously authorized and submitted;
(c) The satisfactory completion of work in the preceding Phase shall be a condition
precedent to authorization from the Omni CRA to proceed or commence the work on
any subsequent phase.
WITNESSETH, that the Omni CRA and the Consultant, for the considerations herein set forth,
agree as follows:
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
6
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 25
PROFESSIONAL SERVICES AGREEMENT
1.2.a
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 Omni CRA Board of Directors means the legislative body of the Omni Redevelopment District
Community Redevelopment Agency.
1.06 Executive Director means the duly appointed chief administrative officer of the Omni CRA.
1.07 Omni CRA or Owner means the Omni CRA, a City of Miami community redevelopment agency, the
public agency that is a party hereto and for which services under this Agreement are to be performed.
In all respects hereunder, the Omni CRA's performance is pursuant to the Omni CRA's position as
the Owner of the Project. In the event the Omni CRA 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 Omni
CRA's authority as a governmental body and shall not be attributable in any manner to the Omni CRA
as a party to this Agreement. The Omni Redevelopment District Community Redevelopment Agency
shall be referred to herein as "Omni CRA." For the purposes of this Agreement, "Omni CRA" without
modification shall mean the Executive Director.
1.08 Board of Directors (the "Board") means the legislative body of the Omni CRA.
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 Omni CRA.
1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any
combination thereof, which has entered into a contract with the Omni CRA for construction of Omni
CRA facilities and incidentals thereto.
1.11 Department means or refers to the Omni CRA's capital improvements office/staff.
1.12 Errors means items in the plans, specification or other documents prepared by the Consultant that
are shown incorrectly, which results in a change to the Services and results in the need for the
Contractor to perform rework or additional work or which causes a delay to the completion of
construction.
1.13 Errors and Omissions means design deficiencies in the plans, specifications or other documents
prepared by the Consultant, which must be corrected in order for the project to function or be built as
intended.
1.14 Inspector means an employee of the Omni CRA or of a consulting firm hired by the Omni CRA and
assigned by the Omni CRA to make observations of Work performed by a Contractor.
1.15 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written
letter or directive issued by the Executive Director or Project Manager acknowledging that all
conditions precedent have been met and/or directing that the Consultant may begin work on the
Project.
1.16 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.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
7
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 26
PROFESSIONAL SERVICES AGREEMENT
1.2.a
1.17 Primary Services means those Services considered by Omni CRA to be fundamental to the
successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement.
1.18 Project Manager means an employee or representative of the Omni CRA assigned by the Executive
Director to manage and monitor Work to be performed under this Agreement or the construction of a
project as a direct representative of the Omni CRA.
1.19 Project means the design, construction, alteration and/or repair, and all services and incidentals
thereto, of an Omni CRA facility as contemplated and budgeted by the Omni CRA. The Project or
Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this
Agreement.
1.20 Professional Services means those services within the scope of the practice of architecture,
professional engineering, or registered surveying and mapping, as applicable, as defined by the laws
of the State of Florida, or those performed by any architect, professional engineer, or registered
surveyor or mapper in connection with his or her professional employment or practice. These
services may be abbreviated herein as "architectural/engineering services" or "professional services,"
as applicable, which are within this definition.
1.21 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all
attachments, and any authorized amendments thereto. In the event of a conflict between the Request
for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event
of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control.
In the event of any conflict between this PSA and its attachments, this PSA shall control.
1.22 Resolution means the document constituting the official approval of the Board as required for the
Executive Director to execute this Agreement, or increase the Project Budget, among other matters.
1.23 Risk Management Administrator means the Omni CRA's Risk Management Director, or their
designee, or the individual named by the Executive Director to administer matters relating to
insurance and risk of loss for the Omni CRA.
1.24 Scope of Services or Services means a comprehensive description of the activities, tasks, design
features, objectives, deliverables, and milestones required for the completion of a Project or an
assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary
for its completion.
1.25 Small Business Enterprise ("SBE') means a firm that has been certified by Miami -Dade County
who will provide architectural, landscape architectural, engineering, or surveying and mapping
professional services to the Consultant as required pursuant to City Code Section 18-87.
1.26 Subconsultant means a person or organization of properly registered professional architects,
engineers, registered surveyor, or mapper, and/or other professional specialties that have entered
into a written agreement with the Consultant to furnish specified professional services for a Project
or task.
1.27 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.
1.28 Work means all services, materials and equipment provided by/or under this Agreement with the
Consultant.
1.29 Work Order means a document internal to the Omni CRA, which authorizes the performance of
specific professional services for a defined Project or Projects.
1.30 Work Order Proposal means a document prepared by the Consultant, at the request of the Omni
CRA for Services to be provided by the Consultant on a specific phase of a Project.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
8
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 27
PROFESSIONAL SERVICES AGREEMENT
1.2.a
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM
The term of this Agreement shall take effect upon the date written above upon its execution by the
authorized officers and shall be effective until final completion of construction of the Project and Final
Payment is made to the Consultant.
2.02 SCOPE OF SERVICES
The Consultant agrees to provide the Services as specifically described and under the special terms and
conditions set forth in Attachment A, Scope of Work, hereto (to be determined), which is incorporated into
and made a part of this Agreement.
2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS (Formerly
referred to as COMMUNITY BUSINESS ENTERPRISE ("CBE"), REQUIREMENTS ORDINANCE 13331,
codified as Section 18-87(p), City Code).
Prospective Firms must (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") in good
standing;
2) Place a specific emphasis on utilizing local small businesses from within the City's
municipal boundaries and, if possible, placing additional emphasis on small
businesses within the Omni CRA Community Redevelopment Area. .
For information on the City's SBE requirements, visit the Miami -Dade County, Internal Services Department
website at http://www.miamidade.gov/smallbusiness/certification-proorams.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 Omni CRA to the Consultant shall generally be a lump
sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation
and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event
shall the amount of compensation exceed the total contract value at award, $498,237, as detailed in
Exhibit A, Negotiated Scope of Services and Fees Summary, attached hereto, for the services as
described, in total over the term of the Agreement, unless explicitly approved by prior, express action
of the Omni CRA Board of Directors or Executive Director, as applicable, and put into effect by written
amendment to this Agreement. Said fee is comprised of a fee for basic services of $326,031 plus
$161,506 for additional services and $10,700 for reimbursable expenses. The Omni CRA shall have
no liability for payment of any amounts claimed for more than the Compensation Limits. The Omni CRA
may, in its sole and absolute discretion use other compensation methodologies. The work may never
exceed the limitations provided in Section 287.055, Florida Statutes or in this Agreement, whichever is
more restrictive.
The initial budget for the cost of work is $3,500,000, and may be adjusted throughout the Project as
more comprehensive assessments of the work are completed. As such, the fee for basic services may
be adjusted accordingly if independent third party statements of probable construction costs are given
by an established independent construction cost estimate indicating the cost of the work is lesser or
greater than $3,500,000, as evidenced by the lowest responsive and responsible construction bid
received by the City as a result of a competitive Invitation to Bid solicited for the Project.
2.04-2 Payments
Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment
shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt
Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient
supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
9
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 28
PROFESSIONAL SERVICES AGREEMENT
1.2.a
Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the Omni CRA
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, Scheduled 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 Omni CRA. Said approval shall not be construed
as constituting an agreement between the Omni CRA and said other person or firm.
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL
The Executive Director or Executive Director's 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 Omni CRA 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 Omni CRA, in part, on the basis of
qualifications of particular staff identified in the Consultant's response to the Omni CRA's solicitation,
hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work
upon request from the Omni CRA, as long as said Key Staff is in the Consultant's employ. The Consultant
will obtain prior written approval from the Executive Director or Executive Director's designee to change or
add to Key Staff. The Consultant shall provide Executive Director, or Executive Director's designee with
information required to determine the suitability of proposed new Key Staff. Executive 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
Executive Director or Executive 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 Omni CRA should there be a delay on the part of the Omni CRA 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.
3.05 STANDARD OF CARE
Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall
perform all Services in compliance with Florida Administrative Code Chapter 61 G1 and Chapter 481 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 substantially or principally from any errors, omissions,
and/or deficiencies in its surveys, maps, designs, drawings, specifications or other Professional Services.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
10
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 29
PROFESSIONAL SERVICES AGREEMENT
1.2.a
PURSUANT TO 558.0035, FLORIDA STATUTES, AN INDIVIDUAL
EMPLOYEE OR AGENT OF R.J. HEISENBOTTLE ARCHITECTS, PA OR
ANY OF ITS CONSULTANTS SHALL NOT BE HELD LIABLE FOR
DAMAGES RESULTING FROM NEGLIGENCE OCCURRING WITHIN THE
COURSE AND SCOPE OF PROFESSIONAL SERVICES RENDERED
UNDER THIS PROFESSIONAL SERVICES CONTRACT IF ALL
REQUIREMENTS OF 558.0035, FLORIDA STATUTES, ARE MET BY THE
CONSULTANT THROUGHOUT THE TERM OF THIS AGREEMENT.
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part
of the consulting team during the competitive selection process by which the Consultant was chosen
to perform the Services under this Agreement, and as such, is identified and listed in Attachment A,
Schedule Al - Subconsultants attached hereto and incorporated herein by reference.
4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the
Executive 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.
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 Omni CRA under this Agreement.
4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship
between the Omni CRA and the Subconsultants. The Consultant acknowledges that the
Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge.
4.03 CHANGES TO SUBCONSULTANTS
The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule
Al without prior written approval by the Executive Director or Executive Director's designee, in response
to a written request from the Consultant stating the reasons for any proposed change.
ARTICLE 5 DEFAULT: TERMINATION DUE TO DEFAULT
5.01 GENERAL
If the Consultant fails to comply with any material term or condition of this Agreement or any other
Agreement it has with the Omni CRA, or fails to perform any of its material obligations hereunder, then the
Consultant shall be in Default. Upon the occurrence of a default hereunder the Omni CRA, in addition to
all remedies available to it by law, may immediately, upon written notice to the Consultant and following a
seven (7) day opportunity to cure the condition giving rise to the default, terminate this Agreement
whereupon all payments, advances, or other compensation paid by the Omni CRA to the Consultant while
the Consultant was in default shall be immediately returned to the Omni CRA. 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
Omni CRA for all expenses incurred by the Omni CRA in preparing and negotiating this Agreement, as well
as all costs and expenses incurred by the Omni CRA in the re -procurement of the Services, including
consequential and incidental damages. In the event of Default, the Omni CRA may also suspend or
withhold reimbursements to the Consultant until such time as the actions giving rise to default have been
cured.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
11
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 30
PROFESSIONAL SERVICES AGREEMENT
1.2.a
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, including the Exhibits, with any terms, conditions set forth in this Agreement, or in any
agreement it has with the Omni CRA, 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, subject to any
reasonable extensions of time.
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE
The Omni CRA, through the Executive Director or Executive Director's 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 seven (7) days, after which time, the Omni CRA may terminate the Agreement. The Omni
CRA, 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 Consultant has not corrected
the Default within the time specified, the Agreement may be automatically terminated on the last day of the
time stipulated in said notice, without the necessity of any further action by the Omni CRA.
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, or as a direct and sole result of the negligent acts or omissions of the Omni
CRA, then the Omni CRA 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 OMNI CRA'S RIGHT TO TERMINATE
The Omni CRA, including the Executive Director or Executive Director's designee, 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 Executive Director or Executive Director's designee. The Consultant shall be paid in accordance with
provisions of Attachment B, provided that said documentation is turned over to Executive Director within
ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold
any payments due without recourse by the Consultant until all documentation is delivered to the Executive
Director or Executive Director's designee.
6.01-1 The Consultant shall have no recourse or remedy from any termination made by the Omni CRA
except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as
compensation for the Services that were performed in 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 Omni CRA, its officials or employees.
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 Omni CRA, if breach of contract has not been corrected within sixty (60) calendar days from the date
of the Omni CRA's receipt of a written statement from the Consultant specifying the Omni CRA's breach of
its duties under this Agreement. Consultant shall give the Omni CRA prior written notice in the manner
provided herein specifying the Omni CRA's breach and afford the Omni CRA 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
12
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 31
PROFESSIONAL SERVICES AGREEMENT
1.2.a
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 Omni CRA 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 Omni CRA 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 Omni CRA 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 Omni CRA 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 and for
professional display and marketing of the Consultant firm (unless the Consultant was terminated for a
default under Article 5) in connection with the Omni CRA'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
Executive Director or Executive Director's designee within ten (10) business days of cancellation, or within
ten (10) business days of request by the Omni CRA, shall be just cause for the Omni CRA 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 OMNI CRA
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 Omni
CRA'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
Omni CRA of plans, documents, studies, or other data for any purpose other than that intended by the
terms and conditions of this Agreement.
7.04 NONDISCLOSURE
To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third
person, firm or organization, without Executive Director's or their designee's prior written consent, or unless
incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or
legislative proceedings 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 Omni CRA, or any duly authorized
agents or representatives of the Omni CRA, shall have the right to audit, inspect, and copy all such records
and documentation as often as they deem necessary during the period of this Agreement and during the
three (3) year period noted above, provided, however, such activity shall be conducted only during normal
business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including
without limitation: (1) Keep and maintain public records required by the Omni CRA to perform the service;
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
13
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 32
PROFESSIONAL SERVICES AGREEMENT
1.2.a
(2) upon request from the Omni CRA's custodian of public records, provide the Omni CRA with a copy of
the requested records or allow the records to be inspected or copied within a reasonable time at a cost that
does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public
records that are exempt or confidential and exempt from public records disclosure requirements are not
disclosed except as authorized by law for the duration of the contract term and following completion of the
contract if the contractor does not transfer the records to the Omni CRA; (4) upon completion of the contract,
transfer, at no cost, to the Omni CRA all public records in possession of the contractor or keep and maintain
public records required by the Omni CRA to perform the service. If the contractor transfers all public records
to the Omni CRA 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 Omni
CRA, upon request from the Omni CRA's custodian of public records, in a format that is compatible with
the information technology systems of the Omni CRA Agreements subject to the Procurement Ordinance
shall contain an audit and inspection provisions set forth in Sections 18-100 through 18-102 of the City of
Miami City Code, as amended, These Sections are deemed as being incorporated by reference as
additional terms and conditions. The Consultant agrees to access its books and records pertaining to this
Agreement and to allow inspections relative to this Agreement within Miami -Dade County, Florida for the
term of the Agreement and for three (3) years thereafter.
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 PUBLICRECORDSMIAMIGOV.COM,
OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY
ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE
CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT
THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS
CONTRACT.
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 the Omni CRA, 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, hold the Omni CRA, the City, its officials and/or employees, harmless for, and defend the hold
the Omni CRA, the City, its officials and/or employees against, any civil actions, statutory, contractual, tort,
strict liability, or other claims, actions, injuries or damages arising or resulting from the permitted work.
These indemnifications shall survive the term of this Contract. In the event that any action or proceeding
is brought against the Omni CRA, 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
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
14
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 33
PROFESSIONAL SERVICES AGREEMENT
1.2.a
responsibility to indemnify, keep and save harmless and defend the Omni CRA, the City or its officers,
employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Consultant to defend, at its own expense, to and
through appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the Omni
CRA or the City's option, against any and all claims of liability and all suits and actions of every name and
description which may be brought against the Omni CRA or 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 Omni CRA and the City.
Ten dollars ($10) of the payments made by the Omni CRA or 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 Omni CRA all insurance required hereunder and the 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(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition.
9.02 VERIFICATION OF INSURANCE COVERAGE
The Consultant shall furnish certificates of insurance to the Risk Management Administrator for review and
approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant
has obtained insurance of the type, amount, and classification required by these provisions, in excess of
any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage
with equal or better rating as identified herein for the term of this Agreement. The Consultant shall provide
written notice to the Risk Administrator 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 Risk Administrator
within ten (10) business days of written request.
9.03 FORMS OF COVERAGE
9.03.1 Commercial General Liability and Auto 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 and Omni CRA
listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice
of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment.
9.03.2 Business Automobile
The Consultant shall provide business automobile liability coverage including coverage for all owned,
hired, and non -owned autos with a minimal combined single limit of $1,000,000 naming the City and
Omni CRA as an additional insured with respect to this coverage. Notice of cancellation should read
(30) days, (10) days for nonpayment.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
15
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 34
PROFESSIONAL SERVICES AGREEMENT
1.2.a
9.03.3 Professional Liability Insurance/Errors and Omissions
The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage
in the minimum amount of $1,000,000 per claim, $1,000,000 policy aggregate including retro date
coverage, 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. Unless specifically accepted by Risk Administrator,
deductible shall not exceed 10%. This insurance shall be maintained for at least one year after
completion of the construction and acceptance of any Project covered by this Agreement.
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 Subconsultant Compliance
The Consultant shall ensure that all Subconsultants comply with these same insurance requirements.
9.04 MODIFICATIONS TO COVERAGE
The Risk Administrator or their authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations
by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06,
Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then
readily available in the national market, and may request additional consideration from the Omni CRA
accompanied by justification.
ARTICLE 10 MISCELLANEOUS
10.01 AUDIT RIGHTS; INSPECTION
The Omni CRA 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 Executive Director, to approve any requests
for payment by the Consultant. The inspection and audit provisions provided for Omni CRA contracts set
forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are
deemed as being incorporated by reference herein.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to time, represents the entire and integrated agreement
between the Omni CRA 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 a waiver of a breach of any other provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole
or in part, by the Consultant without the written consent of the Omni CRA, acting by and through its Board.
It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or
bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute
an assignment or sale hereunder requiring prior Omni CRA approval.
The Consultant's services are unique in nature and any assignment, sale transference without Board
approval shall be cause for the Omni CRA to terminate this Agreement. The Consultant shall have no
recourse from such termination but shall be entitled to compensation for authorized work completed up to
the date of termination. The Omni CRA 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.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
16
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 35
PROFESSIONAL SERVICES AGREEMENT
1.2.a
The Consultant and the Omni CRA each binds one another, their partners, successors, legal
representatives and authorized assigns to the other party of this Agreement and to the partners,
successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement.
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE
In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under
the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting
the compensation are accurate, complete, and current at the time of NTP.
The original Project price and any addition thereto will be adjusted to exclude any significant sums by which
the Omni CRA 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
10.06 NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by
electronic mail, and registered United States mail, return receipt requested, addressed to the party for
whom it is intended at the place last specified; and the place for giving of notice shall remain such until it
shall have been changed by written notice in compliance with the provisions of this paragraph. For the
present, the parties designate the following as the respective places for giving of notice•
For Omni CRA:
Jason Walker
Executive Director
1401 North Miami Avenue
Miami, Florida 33136-2012
Email: jwalker@miamigov.com
Phone: 305-679-6868
For the City of Miami:
Annie Perez, CPPO
Director
Department of Procurement
City of Miami
444 S.W. 2nd Avenue, 6th Floor
Miami, Florida 33130-1910
Email:
Phone: 305-416-1910
Victoria Mendez
City Attorney/ General Counsel CRA
Office of the City Attorney
City of Miami
444 S.W. 2nd Avenue, 9th Floor
Miami, Florida 33130-1910
Email: victoriamendezmiamiqov.com
Phone: 305-416-1832
With Copies to:
Steven C. Williamson
Director
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
17
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 36
PROFESSIONAL SERVICES AGREEMENT
1.2.a
Office of Capital Improvements
City of Miami
444 S.W. 2nd Avenue, 8th Floor
Miami, Florida 33130-1910
Email: SWilliamsonmiamigov.com
Phone: 305-416-1225
For Consultant:
Richard J. Heisenbottle, FAIA
President
RJ. Heisenbottle Architects, PA
2199 Ponce de Leon Blvd., Suite 400
Coral Gables, FL 33134
Email: Richard@rjha.net
Phone: 305-446-7799 Ext. 14
10.07 INTERPRETATION
The language of this Agreement has been agreed to by both parties to express their mutual intent and no
rule of strict construction shall be applied against either party hereto. The headings contained in this
Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of
this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the
singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as
"herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any
sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever
reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a
whole, including all of 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 Omni CRA and the Consultant and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against one of
the parties than any other.
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into this
Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
design and /or construction of the subject project(s), and/or following the completion of the projects(s), the
parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation
prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who
the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State
of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees
to include such similar contract provisions 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 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
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
18
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 37
PROFESSIONAL SERVICES AGREEMENT
1.2.a
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 not be unlawful discrimination as provided by law
in connection with the performance of this Agreement.
10.12.1 Non -Discrimination
The Omni CRA 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 Omni CRA reserves the right to refuse the
Consultant's access to Omni CRA property, including project jobsites, if the Consultant's employees
are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing
pattern of non-compliance with safety regulations is exhibited by the Consultant.
10.12.3 ADA Compliance
The Consultant shall affirmatively comply with all applicable provisions of the Americans with
Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the Omni CRA,
including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all
applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative
steps to -insure nondiscrimination in employment of disabled persons.
10.13 NO PARTNERSHIP
The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership
or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the
Omni CRA to any promise, debt, default, contract liability, or undertaking of the Consultant.
10.14 DISCRETION OF EXECUTIVE DIRECTOR
Any matter not expressly provided for herein dealing with the Omni CRA or decisions of the Omni CRA
shall be within the exercise of the reasonable professional discretion of the Executive Director or Executive
Director's designee.
10.15 RESOLUTION OF CONTRACT DISPUTES
The Consultant understands and agrees that all disputes between it and the Omni CRA based upon an
alleged violation of the terms of this Agreement by the Omni CRA 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 Omni CRA and 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 Executive Director, as identified in Article 10.06,
Notices. Upon receipt of said notification, the Executive Director shall review the issues relative to the
dispute and issue a written finding.
Should the Consultant and the Executive Director fail to resolve the dispute the Consultant shall submit
their dispute in writing within ten (10) 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
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
19
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 38
PROFESSIONAL SERVICES AGREEMENT
1.2.a
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 ten (10) calendar days to the Executive
Director. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by
the Consultant. Appeal to the Executive Director for their resolution, is required prior to the Consultant
being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder
exceed $500,000.00, the Executive Director's decision shall be approved or disapproved by Board. The
Consultant shall not be entitled to seek judicial relief unless:
(i) it has first received Executive Director's written decision, approved by the Board if applicable, or
(ii) a period of sixty (60) calendar days has expired after submitting to the Executive Director a detailed
statement of the dispute, accompanied by supporting documentation, or a period of (90) calendar
days has expired where the Executive Director's decision is subject to Board approval; or
(iii) The Omni CRA has waived compliance with the procedure set forth in this section by written
instrument(s) signed by the Executive Director.
10.16 INDEPENDENT CONTRACTOR
The Consultant has been procured and is being engaged to provide services to the Omni CRA as an
independent contractor, and not as an agent or employee of the Omni CRA or 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
Omni CRA or 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 Omni CRA under this
Agreement. The Omni CRA is not a guarantor of any debt or obligation of the Consultant and the Consultant
has no ability to bind the Omni CRA in this regard.
10.17 CONTINGENCY CLAUSE
Funding Architectural and Engineering Services authorized under this Agreement is contingent on the
availability of funds and continued authorization for program activities and this Agreement is subject to
amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty
(30) calendar days' notice. However, Consultant is entitled to payment for all authorized work satisfactorily
completed prior to the date of termination. No additional work shall be commenced by Consultant nor will
additional work be compensated.
10.18 THIRD PARTY BENEFICIARY
The Consultant and the Omni CRA 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 Omni CRA and included in this solicitation for the Project,
no additional terms or conditions that materially or substantially vary, modify or alter the terms or conditions
of this Agreement in the sole opinion and reasonable discretion of the Omni CRA, 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.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
20
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 39
1.2.a
PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
WITNESS/ATTEST:
Print Name, Title
ATTEST:
Consultant Secretary
(Affirm Consultant Seal, if available)
R.J. HEISENBOTTLE ARCHITECTS, P.A., a
Florida Corporation
Richard J. Heisenbottle, FAIA
Print Name, Title of Authorized Officer or Official
(Corporate Seal)
APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS: CORRECTNESS:
Ann Marie Sharpe, Director Victoria Mendez, City Attomey
Risk Management Department
ATTEST: Omni CRA, City of Miami community
redevelopment agency
Todd B. Hannon, City Clerk Jason Walker, Executive Director
21
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 40
1.2.a
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
1 HEREBY CERTIFY that a at neeting of the Board of Directors of
(2- T. I5 L) A klieg; a corporation organ' ed and existing under
the laws of the State of !2.10" , held on the day of Z®(b , a
resolutio was duly passed and adopted authorizing (Name) IE.RU tt16+3lso�s
(Title) '( •. t of the corporation to execute agreements on behalf of the
corpora ion and provi ing that their execution thereof, attested by the secretary of the corporation,
shall be the official and deed of the corporation.
further certify tha id resolution r: mains in full force a d effect.
IN WITN . - WHEREO. , I ave hereunto • • y hand this,, day of IJ4
20 th .
Secreta Ai.Z3WCO-747,
Pri • .
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under
the laws of the State of , held on the _day of , , a resolution
was duly passed and adopted authorizing (Name) as
(Title) _ of the partnership to execute agreements on behalf of the
partnership and provides that their execution thereof, attested by a partner, shall be the official
act and deed of the partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
20
Partner:
Print:
Names and addresses of partners:
Name Street Address
City
State
Zip
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
22
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 41
1.2.a
did n
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)
I HEREBY CERTIFY that, I (Name) , individually and doing
business as (d/b/a) (If Applicable) have
executed and am bound by the terms of the Agreement to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this day of
20
Signed:
Print:
NOTARIZATION
STATE OF
SS:
COUNTY OF'mIQ"(T\‘‘ . )
The foregoing in - --nt was-cknowl:dged be ore me this 612as day of
, 20 by ,�.� , tcs_"1•�,.; `ho is erSonaH knnvdr_,
o has pro u ed _ as identification and who (did /
h.
SIGNATURE 0 NOTARY PUBLIC
STAT FI fRInA _
ROSA LUZARDO 1
PublicUndenmkers
PRINT
NAME
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
23
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 42
PROFESSIONAL SERVICES AGREEMENT
1.2.a
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
The Consultant shall perform the specialty design work for the Citizens Bank Building Restoration (the
"Project") under historical preservation and restoration guidelines, for the Omni CRA, in accordance with
the Scope of Services contained in RFQ 17-18-005 and this Agreement. The Omni CRA's intention is to
conduct a faithful and accurate restoration of the Citizens Bank Building exterior and structure with a "white
box" interior. It is also the intention of the Omni CRA to retain the dominant outward historical characteristics
of the building, to maintain the likeness of the history of the bank and its significance for past, present, and
future generations.
The Consultant shall provide comprehensive architectural and engineering services for the Omni CRA
(City), including but not limited to; investigations, studies, land survey, location of underground utilities and
structures, geotechnical services, architectural historic preservation, site planning, project management;
complete planning and design services, including environmental engineering design, structural design
repairs, electrical design, mechanical design, and architectural design; programming; schematics, including
3D presentation; scheduling, inspection, permitting, feasibility studies, ADA compliance, options permitting,
evaluations, public/community meetings and/or charrettes, lighting, electrical, structural, site plan, Design
Criteria Package, detailed facility assessments, cost estimates, opinions of probable construction cost,
preparation of bid and construction documents, obtaining building and or other agency approved permits,
review of work prepared by Subconsultants and other consultants; commissioning, public meetings,
assessments, analysis and evaluation of facilities and properties; field investigations and observations,
construction contract administration, as -built documentation, post design services, preparation of bid and
construction documents, provide recommendations and construction documents and other related
architectural and engineering services as needed for the completed and permitted Project. Consultant shall
provide professional architectural and engineering services for the Project for which Consultant was
selected in accordance with Section 287.055 Florida Statutes, as amended, otherwise known as the
Consultants' Competitive Negotiations Act (CCNA).
A1.01 SCOPE OF SERVICES
The Consultant agrees to provide comprehensive professional architectural and engineering services in
accordance with all applicable laws, building and environmental regulations, including the Florida Building
Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further
enumerated in a Work Order. All professional services rendered by the Consultant shall be in accordance
with the Secretary of the Interior's Historic Preservation Professional Qualification Standards as well as
regulations and guidelines of Florida Department of State, Florida Division of Historical Resources.
Consultant may be required to perform all or some of the services described in this Agreement, depending
on the needs of the Omni CRA for the Project. Consultant shall furnish, as Services, comprehensive
professional architectural and engineering services for the Project.
The Omni CRA has phased the Work into specific tasks and stages to ensure that the Project is designed
and constructed in the most logical, efficient, and cost effective manner. The Consultant shall be directed
to proceed with each phase of the Project through the use of Work Orders Proposals and Work Orders.
A1.02 WORK ORDERS
When Omni CRA has determined that a specific phase of the Project is to proceed, the Executive Director
or Executive Director's 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 Executive Director or
Executive Director's designee. The Consultant and Executive Director or Executive Director's designee,
and others if appropriate, may have preliminary meetings, if warranted, to further define the Scope of
Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following
the format provided by the Omni CRA, indicating the proposed Scope of Services, time of performance,
staffing, proposed fees, Subconsultants, and deliverable items and/or documents.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
24
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 43
PROFESSIONAL SERVICES AGREEMENT
1.2.a
The Executive Director or Executive Director's 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, the Omni CRA will prepare a Work Order that will be reviewed by Omni CRA staff
and the Executive Director or Executive Director's designee. Omni CRA will issue a written Notice to
Proceed (NTP) after approval of the Work Order by the Executive Director or Executive Director's designee.
All services, with the exception of Bidding assistance and Construction Administration Services, shall be
completed by the Consultant within six (6) months from the date of the NTP.
A1.03 PAYMENTS
The Omni CRA will pay the Consultant in accordance with provisions and limitations of Attachment B,
Compensation and Payments. No payment will be made for the Consultant's time or services in
connection with the preparation of any Work Order Proposal or for any Work done in the absence of an
executed Work Order, NTP, and/or Purchase Order.
ARTICLE A2 OVERVIEW OF PROJECT SERVICES
Consultant agrees to provide architectural services as set forth in the tasks enumerated hereinafter, in
accordance with the Florida Building Code, latest edition, all federal, state, county and City, Florida, Laws,
Codes and Ordinances, and the Secretary of the Interior's Historic Preservation Professional Qualification
Standards as well as regulations and guidelines of Florida Department of State, Florida Division of Historical
Resources as follow:
A. Federal
i. Section 106 of the National Historic Preservation Act of 1966 (Public Law 89-665), as amended
in 2000;
ii. 36 C.F.R., Part 800: Protection of Historic Properties;
iii. Secretary of the Interior's Standards and Guidelines for Archaeology and Historic;
iv. Preservation (36 C.F.R. 68);
v. Professional Qualification Standards (48 FR 44716, September 29, 1983);
vi. Standards and Guidelines for Archeology and Historic Preservation (as amended and
annotated by the National Park Service); and
vii. Standards for the Treatment of Historic Properties, 1995.
B. State
i. Chapter 267, Florida Statutes;
ii. Chapter 287, Florida Statues, Sec. 287.055
iii. Management Procedures and Guidelines for Archaeological and Historical Sites and Properties
on State-owned or Controlled Lands; and
iv. Archaeological Reports Standards and Guidelines, Chapter 1A-46, Florida.
Consultant shall maintain an adequate staff of qualified personnel on the project(s) at all times to ensure
its performance as specified in this Agreement. All current Florida Building Codes and Local County and
City Codes and Ordinances, including without limitation Chapters 17 and 23 of the City of Miami City Code,
shall be complied with by the proposed restoration of the Citizens Bank Building.
Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required
under Article A2, without additional charge, for review and approval by the Omni CRA. Consultant shall not
proceed with the next task of the Work until the documents have been approved, in writing, by Omni CRA,
and a Notice to Proceed with the next task has been issued by Omni CRA.
Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall
perform all Work in compliance with Florida Administrative Code, Chapter 61G1 and Chapter 481 for
architectural services, and Chapter 61G15 and Chapter 471 for engineering services, of the Florida
Statutes. Consultant shall perform due diligence, in accordance with best industry practices, in gathering
information and assessing a Project site prior to the commencement of the Work. Consultant shall be
responsible for the professional quality, technical accuracy, and coordination of all measurements,
dimensions, designs, drawings and specifications, included in the Services furnished by the Consultant
under this Agreement. Consultant shall, without additional compensation, correct or revise any errors,
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
25
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 44
PROFESSIONAL SERVICES AGREEMENT
1.2.a
omissions, and/or deficiencies in its all measurements, dimensions, designs, drawings, and specifications,
included in the Services. Consultant shall also be liable for claims for delay costs, and any increased costs
in construction, including but not limited to additional work, demolition of existing work and rework directly
resulting from any errors, omissions, and/or deficiencies in its measurements, dimensions, designs,
drawings, and specifications included in the Services.
A2.01 DEVELOPMENT OF OBJECTIVES
A2.01-1 Consultant shall confer with representatives of Omni CRA, the Project Manager, and other
jurisdictional agencies to develop several options for how the various elements of the Project will be
designed and constructed.
A2.01-2 Consultant shall, utilizing a compilation of available documentation, confer with
representatives of Omni CRA, the Project Manager, and other jurisdictional agencies in order to
comprehensively identify aspects of the completed facility program that may require further
refinement to attain the requisite detail of design development required to begin the creation of
Construction Documents. For clarity of scope, the items that need further development will be called
Conceptuals and the remaining items will be called Designs.
A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in
presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to
support the presentation materials.
A2.02 SCHEMATIC DESIGN
A2.02-1 Design Concept and Schematics Report Consultant shall prepare and present, in writing
and at an oral presentation if requested, for approval by Omni CRA, a Design Concept and
Schematics Report, comprising Schematic Design Studies, including an identification of any special
requirements affecting the Project, a Statement of Probable Construction Cost, Project Development
Schedule, and review of Constructability Review reports.
1. Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations,
sections, and all other elements required by Omni CRA or Project Manager to show the scale
and relationship of the components and design concepts of the whole. The floor plans may be
single -line diagrams. A simple perspective rendering or sketch, model or photograph thereof
may be provided to further show the design concept.
2. A Statement of Probable Construction Cost, prepared in Construction Standard Index (CS!)
format, to include a summary of the estimated project cost and an evaluation of funding allocation.
Such summary shall be in sufficient detail to identify the costs of each element and include a
breakdown of the fees, general conditions, and construction contingency. Such evaluation shall
comprise a brief description of the basis for estimated costs per each element and similar project
unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the
scope of the Project in order to bring the estimated costs within allocated funds, in the event that
the statement of Probable Construction Costs exceeds allocated funds, Consultant shall update
its documentation, at no additional cost to the Omni CRA, to reflect this reduced scope. Any
"Statement of Probable Construction Costs" prepared by Consultant represents a reasonable
estimate of cost in Consultant's best judgment as a professional familiar with the local
construction industry.
3. The Project Development Schedule shall show the proposed completion date of each task of the
Project through design, bidding, and post design services.
4. Constructability Review reports shall be conducted by the Omni CRA and/or its consultants at
design stages deemed necessary by the Project Manager. As a reimbursable expense, the
Consultant shall provide five additional deliverable plan sets for distribution, by Omni CRA, to
others for this purpose. There shall be an established deadline for review report submission back
to Omni CRA. Consultant shall provide written responses to all comments within two weeks and
shall maintain files of all related review reports and response reports. If necessary, Omni CRA
may coordinate Constructability Review meetings with some or all of the reviewers with
Consultant present to discuss specific issues. In addition to the Constructability Review process
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
26
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 45
PROFESSIONAL SERVICES AGREEMENT
1.2.a
mentioned above, Omni CRA reserves the right to conduct a Peer Review of the project
documents at any design stage. Cost of such a Peer Review would be borne by Omni CRA. Any
findings as a result of said Peer Review would be addressed by Consultant, and if requested by
Omni CRA, would be incorporated into the design documents, at no additional cost to Omni CRA
and no extension of time to the schedule unless Consultant is delayed by the untimely work of
peer reviewer or Omni CRA.
A2.03 DESIGN DEVELOPMENT
From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at
oral presentations, if requested, for approval by Omni CRA, separate Design Development Documents,
updated Project Development Schedules, updated Statements of Probable Construction Costs, and a
review of Constructability Review reports.
1. The Design Development Documents shall consist of drawings (site plans, floor plans, elevations,
and sections), outline specifications, and other documents.
2. Design Development consists of continued development and expansion of architectural and/or
civil Schematic Design Documents to establish the final scope, relationships, forms, size, and
appearance of each element through:
2.1 Plan sections and elevations
2.2 Typical construction details
2.3 Final materials selection
2.4 Construction phasing plan
3. The updated Development Schedules shall show the proposed completion dates of each milestone
of each Project through design, bidding, construction, and proposed date of occupancy. Consultant
will also detail all long lead procurement items and architecturally significant equipment that will
need to be purchased prior to the completion of Construction Documents.
4. Provide updated Statements of Probable Construction Cost. If either statement of Probable
Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for
reducing the scope of that particular Project in order to bring the estimated costs within allocated
funds. Consultant shall update its documentation, at no additional cost to the Omni CRA, to
reflect this reduced scope.
5. Constructability Review Reports.
6. Prepare a summary report and/or Design Development drawings or sketches showing the
foundations and the framing of the proposed Primary Structural System, including materials,
gross sizes, and critical details. These documents may become partially completed working
drawings.
7. Review the initial results of any special studies required which are established during the
Schematic Design Phase and determine their effects on the Structural System.
8. Review any geotechnical report for structural concerns and for the recommended foundation
system.
9. Establish drawing and drafting standards for the Project with the client and design team, such as
grid lines, match lines, scale and sheet size.
10. Assist the client and design team in preparing a preliminary opinion of costs and an outline of
specifications.
A2.04 CONSTRUCTION DOCUMENTS
From the approved Design Development Documents, Consultant shall prepare for written approval by Omni
CRA, Final Construction Documents setting forth all design drawings and specifications needed to comprise
a fully biddable, permittable, constructible Project.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
27
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 46
PROFESSIONAL SERVICES AGREEMENT
1.2.a
Consultant shall produce a 50% review submittal and 100% Final Construction Documents for review and
approval by Omni CRA, which shall include the following:
1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings
not included in the 50% and 100% Final review shall be noted. Consultant shall attach an index
of all anticipated drawing sheets necessary to fully define the Project.
2. The updated Project Development Schedule to include an outline of major construction milestone
activities and the recommended construction duration period in calendar days.
3. An updated Statement of Probable Construction Cost in CSI format at the 100% of Final
Schematic Design Phase, Final Design Development Phase and Final Construction Document
Phase submittal(s).
4. Consultant may also be authorized to include in the Construction Documents approved additive
and/or deductive alternate bid items, to permit Omni CRA to award a Construction Contract within
the limit of the budgeted amount.
5. A Project Specifications index and Project Manual with at least 50% and 100%, and Final of the
Specifications completed. Documents submittal shall also include all sections of Divisions "0"
and "1."
6. Perform an internal review and check the structural design and the structural Contract Documents
including the interrelationship of the Primary Structural System with the designs prepared by
other design disciplines. The prime design professional is responsible for overall coordination of
the various engineering disciplines.
7. Assist, if required, in obtaining approval by appropriate review agencies.
8. Assist, if required, with manufacturer or supplier recommendations.
9. Consultant shall include, and will be paid for, Omni CRA-requested alternates outside of the
established Project scope or that are not constructed due to a lack of funds. Omni CRA will pay
no fee in connection with alternates required by the failure of Consultant to design the Project
within the Fixed Limit of Construction Cost.
10. Consultant shall not proceed with further construction document development until approval of
the 50% documents is received in writing from Omni CRA. Approval by Omni CRA shall be for
progress only and does not relieve Consultant of its responsibilities and liabilities relative to code
compliance and to other covenants contained in this Agreement. Consultant shall resolve all
questions indicated on the documents and make all changes to the documents necessary in
response to the review commentary. The 50% Documents review (check) set shall be returned
to Omni CRA upon submission of 100% complete Construction Documents and Consultant shall
provide an appropriate response to all review comments noted on these previously submitted
documents.
Of the seven (7) copies to be provided, the Consultant shall submit four.(4) full size copies of the drawings
and specifications, and one digital copy in .pdf format.
A2.04-1 Maximum Cost Limit Prior to authorizing the Consultant to proceed with preparation of
Construction Document Development, the Omni CRA shall establish and communicate to the
Consultant, a maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the
Omni CRA has not advertised for bids within ninety (90) days after the Consultant submits the Final
Design to the Omni CRA, the estimate of the cost of construction shall be adjusted by Consultant.
Notwithstanding anything above to the contrary, the Omni CRA may require the Consultant to revise
and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or
fee to the Omni CRA if all responsive and responsible bids received exceed ten (10%) percent of the
Maximum Cost Limit.
A2.04-2 Dry Run Permitting The Consultant shall file and follow-up for approval of building permits
at the earliest practicable time during the performance of the Work, for approval by City, County,
28
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 47
PROFESSIONAL SERVICES AGREEMENT
1.2.a
State and/or Federal authorities having jurisdiction over the Project by law or contract with the City,
and shall assist in obtaining any such applicable certifications of permit approval by such authorities
prior to approval by Omni CRA of the final set and printing of the Construction Documents. The
Consultant shall promptly, at any time during the performance of the Work hereunder, advise the
Omni CRA of any substantial increases in costs set forth in the Statement of Probable Construction
Cost.
Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be
submitted, five (5) full size sealed copies of the drawings and specifications. Consultant shall also
provide digital versions of the drawings in .dwg, .plt, and .pdf formats. The specification additional
terms and conditions shall be provided in both .pdf and .doc formats.
A2.05 BIDDING AND AWARD OF CONTRACT
A2.05-1 Bid Documents Approvals and Printing Upon obtaining all necessary approvals of the
Construction Documents from authorities having jurisdiction, and acceptance by the Omni CRA of
the 100% Construction Documents and latest Statement of Probable Construction Cost, the
Consultant shall assist the Omni CRA in obtaining bids and preparing and awarding the construction
contract. The Omni CRA, for bidding purposes, will have the bid documents printed, or at its own
discretion, may authorize such printing as a reimbursable service to the Consultant.
A2.05-2 Issuance of Bid Documents, Addenda, and Bid Opening
1. The Omni CRA shall issue the Bid Documents to prospective bidders and keep a complete List
of Bidders.
2. The Consultant shall assist the Omni CRA in the preparation of responses to questions if any
are required during the bidding period. The Omni CRA shall issue all addenda clarifications or
responses.
3. The Consultant shall prepare revised plans, if required, for the Omni CRA to issue to all
prospective bidders.
4. The Omni CRA will schedule a "Pre -Bid Meeting" on an as needed basis, for the Project. The
Consultant shall attend all pre -bid meetings and when warranted, require attendance of
Subconsultants at such meetings.
5. The Consultant will be present at the bid opening, if requested by the Omni CRA.
A2.05-3 Bid Evaluation and Award
The Consultant shall assist the Omni CRA in evaluation of bids, determining the responsiveness of
bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid
received exceeds the Total Allocated Funds for Construction, the Omni CRA may:
1. Approve an increase in the Project cost and award a Contract;
2. Reject all bids and re -bid the Project within a reasonable time with no change in the Project or
additional compensation to the Consultant unless Consultant is asked to perform additional
services;
3. Direct the Consultant to revise the scope and/or quality of construction, and rebid the Project.
The Consultant shall, without additional compensation, modify the Construction Documents as
necessary to bring the Probable Construction Cost based on such revisions within the Total
Authorized Construction Budget. The Omni CRA may exercise such option where the bid price
exceeds ten (10%) percent of the Fixed Construction Budget provided to the Consultant and as
may be modified by the Omni CRA and the Consultant prior to soliciting bids.
4. Suspend, cancel, or abandon the Project.
Note: Under item three (3), above, the Consultant shall, without additional compensation, modify the
Construction Documents as necessary to bring the Probable Construction Cost within the budgeted
amount subject to the ten (10%) percent threshold limitation included above.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
29
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 48
PROFESSIONAL SERVICES AGREEMENT
1.2.a
A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT
A2.06-1 The Construction Phase shall begin with the issuance of the NTP and shall end when the
Consultant has provided to the Omni CRA all post construction documents, including Contractor As -
Built drawings, Consultant's record drawings, warrantees, guarantees, operational manuals, and
Certificate(s) of Occupancy have been delivered to the Omni CRA and the Omni CRA approves the
final payment to the Consultant. During this period, the Consultant shall provide administration of the
construction contract as provided by this Agreement, and as provided by law.
A2.06-2 The Consultant, as the representative of the Omni CRA during the Construction Phase, shall
advise and consult with the Omni CRA and shall have the authority to act on behalf of the Omni CRA
to the extent provided in the General Conditions and the Supplementary Conditions of the
construction contract and their Agreement with the Omni CRA.
A2.06-3 The Consultant, as the representative of the Omni CRA during the Construction Phase shall
visit the Project site to conduct field observations, at a minimum every two (2) weeks, and at all critical
construction events to ascertain the progress of the Project, and shall visit the site as appropriate to
conduct field inspections to ascertain the progress of the Project and determine, in general, if the
Work is proceeding in accordance with the Contract Documents. The Consultant shall provide any
site visits necessary for certification if required by the authorities having jurisdiction. Threshold
inspection shall be provided by the Consultant at no additional cost to the Omni CRA. The Consultant
shall report on the progress of the Work, including any defects and deficiencies that may be observed
in the Work. The Consultant will not be required to make extensive inspections or provide continuous
daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this
Agreement. The Consultant shall be responsible for writing and distributing minutes of all meetings
and field observations report it is asked to attend. Consultant will not be held responsible for
construction means, methods, techniques, sequences, or procedures, or for safety precautions and
programs in connection with the Work. The Consultant will not be held responsible for the
Contractor's or subcontractors', or any of their agents' or employees' failure to perform the work in
accordance with the contract unless such failure of performance results from the Consultant's acts or
omissions.
A2.06-4 The Consultant shall furnish the Omni CRA with a written report of all observations of the
Work made by Consultant and require all Subconsultants to do the same during each visit to the
Project. The Consultant shall also note the general status and progress of the Work on forms
furnished by the Omni CRA. The Consultant shall submit the reports in a timely manner. The
Consultant and Subconsultants shall ascertain that the Work is acceptable to the Omni CRA.
Consultant shall assist the Omni CRA in ensuring that the Contractor is making timely, accurate, and
complete notations on the "as -built" drawings. Copies of the field reports shall be attached to the
monthly Professional Services payment request for construction administration services. The
Consultant's failure to provide written reports of all site visits or minutes of meetings shall result in the
rejection of payment requests and may result in a proportional reduction in Construction
Administration fees paid to the Consultant.
A2.06-5 Based on observations at the Project site and consultation with the Omni CRA, the
Consultant shall determine the amount due to the Contractor based on the pay for performance
milestones and shall recommend approval of such amount as appropriate. This recommendation
shall constitute a representation by the Consultant to the Omni CRA that, to the best of the
Consultant's knowledge, information and belief, the Work has progressed to the point indicated, and
that the quality of the Work is in accordance with the contract and the Contractor is entitled to amount
stated on the requisition subject to:
1. A detailed evaluation of the Work for conformance with the contract upon substantial completion;
2. The results of any subsequent tests required by the contract;
3. Minor deviations from the contract correctable prior to completion; and
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
30
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 49
PROFESSIONAL SERVICES AGREEMENT
1.2.a
4. Any specific qualifications stated in the payment certificate and further that the Contractor is
entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the
requisition.
Prior to recommending payment to the Contractor, the Consultant shall prepare a written statement
to the Omni CRA on the status of the Work relative to the Construction Schedule, which shall be
attached to the Contractor's Requisition. Such statement shall be prepared immediately following
the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By
recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent
that the Consultant has made any examination to ascertain how and for what purpose the Contractor
has used money paid on account of the Construction Contract Sum.
A2.06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the
judge of the performance thereunder. The Consultant shall render interpretations necessary for the
proper execution or progress of the Work upon written request of either the Omni CRA or the
Contractor, and shall render written decisions, within maximum of ten (10) business days, on all claims,
disputes and other matters in question between the Omni CRA and the Contractor relating to the
execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent
with the intent of and reasonably inferable from, the Contract Documents and shall be in written or
graphic form.
A2.06-7 The Consultant shall have the authority to recommend rejection of Work, which does not
conform, to the Contract Documents. Whenever, in his/her reasonable opinion, the Consultant
considers it necessary or advisable to insure compliance with the Contract Documents, the Consultant
will have the authority to recommend special inspection or testing of any Work deemed to be not in
accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the
Project, or installed and completed.
A2.06-8 The Consultant shall promptly review and approve, reject or take action on shop drawings,
samples, RFIs and other submissions of the Contractor. Changes or substitutions to the construction
documents shall not be authorized without concurrence of the Omni CRA's Project Manager and/or
Executive Director. The Consultant shall have a maximum of ten (10) business days from receipt of
shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or
submittals to the Contractor with comments indicating either approval or disapproval. Consultant shall
provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall
have five (5) business days to review contractor payment applications to ensure the Omni CRA
complies with Florida Statute §218.70.
A2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by
the Consultant's own observations or as requested by the Omni CRA, and shall review and recommend
action on proposed changes. Where the Contractor submits a request for Change Order or Change
Proposal request, the Consultant shall, within ten (10) business days, review and submit to the Omni
CRA, his/her recommendation or proposed action along with an analysis and/or study supporting such
recommendation.
A2.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for
substantial completion observation of the Project and shall, prior to occupancy by the Omni CRA,
recommend execution of a "Certificate of Acceptance for Substantial Completion" after first ascertaining
that the Project is substantially complete in accordance with the contract requirements. The Consultant
shall in conjunction with representatives of the Omni CRA and the Contractor prepare a punch -list of
any defects and discrepancies in the Work required to be corrected by the Contractor in accordance
with Florida Statute 218.735. Upon satisfactory completion of the punch -list, the Consultant shall
recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The
Consultant shall obtain from the Contractor upon satisfactory completion of all items on the punch -list,
all necessary close-out documentation from the Contractor including but not limited to all guarantees,
operating and maintenance manuals for equipment, releases of liens/claims and such other documents
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
31
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 50
PROFESSIONAL SERVICES AGREEMENT
1.2.a
and certificates as may be required by applicable codes, law, and the contract, and deliver them to the
Omni CRA before final acceptance shall be issued to the Contractor.
A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance
with its contract relative to 1) initial instruction of Omni CRA's personnel in the operation and
maintenance of any equipment or system, 2) initial start-up and testing, adjusting and balancing of
equipment and systems and 3) final clean-up of the Project to assure a smooth transition from
construction to occupancy by the Omni CRA. However, the Contractor remains solely responsible to
the Omni CRA for the content and completion of required instructions on maintenance, equipment and
systems, start up, testing, adjusting, balancing and clean up.
A2.06-12 The Consultant shall review the Contractor's "as built" drawings and submit them to the Omni
CRA upon approval by the Consultant. The Contractor is responsible for preparing the "as built"
drawings.
A2.06-13 The Consultant shall furnish to the Omni CRA the original documents, including drawings,
revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific
condition. In preparing the "Record Set" of drawings and other documents, the Consultant shall rely
on the accuracy of the information provided by the Contractor, including the Contractor's record
drawings. Any certification required under this Agreement including the contents of "as -built"
documents is conditioned upon the accuracy of the information and documents provided by the
Contractor. Transfer of changes made by "Change Authorization," "Change Order," "Request for
Information," substitution approvals, or other clarifications shall be the Consultant's responsibility to
incorporate into the "Record Set" of drawings and other record documents. Changes made in the field
to suit field conditions, or otherwise made by the Contractor for its convenience, shall be marked by the
Contractor on the "Field Record Set" and transferred to the original contract documents by the
Consultant. The original documents, as well as the "Record Set" shall become the property of the Omni
CRA. A reproducible set of all other final documents shall be furnished to the Omni CRA free of charge
by the Consultant. The Consultant shall furnish to the Omni CRA one complete set of "Record Set
Drawings," in Auto CADD (computer -aided design and drafting) Version 2000 or such other format
acceptable to the Omni CRA.
A2.06-14 The Consultant shall furnish to the Omni CRA a simplified site plan and floor plan(s) reflecting
"as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers,
overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of
drawings shall be furnished on 24" x 36" sheets and one electronic copy.
A2.06-15 The Consultant shall assist the Omni CRA in the completion of the Contractor's performance
evaluation during construction work and upon final completion of the Project.
A2.07 TIME FRAMES FOR COMPLETION OF PROJECT
The following time frames are sequential from the date of the Notice to Proceed. A concurrent project
timeline shall be included with the Exhibit A, Negotiated Scope of Services and Fees Summary, for each
deliverable, as negotiated by the Omni CRA and Consultant.
DELIVERABLE
I. Pre -Design
II. Schematic Design
III. Design Development
IV. 50% Construction Documents
TIMEFRAME
In accordance with Exhibit A
In accordance with Exhibit A
In accordance with Exhibit A
V. 100% Construction Documents
In accordance with Exhibit A
In accordance with Exhibit A
VI. Dry — Run Permitting
In accordance with Exhibit A
VII. Final Construction Documents
In accordance with Exhibit A
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
32
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 51
PROFESSIONAL SERVICES AGREEMENT
1.2.a
VIII. Bidding and award of Construction Contract
In accordance with Exhibit A
IX. Construction Contract Administration I In accordance with Exhibit A
ARTICLE A3 ADDITIONAL SERVICES
A3.01 GENERAL
Services categorized below as "Additional Services" may be specified and authorized by Omni CRA 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 Executive Director and will
be compensated for as provided in Attachment "B," Section B3.05.
A3.02 EXAMPLES
Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to
the following:
A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing
facilities, and surveys or inventories in connection with construction performed by Omni CRA.
A3.02-2 Specialty Design: Any additional special professional services not included in the Scope
of Work.
A3.02-4 Extended Testing & Training: Extended assistance beyond that provided under Basic
Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended
training of Omni CRA's personnel in operation and maintenance of equipment and systems, and
consultation during such training; and preparation of operating and maintenance manuals, other than
those provided by the Contractor, sub -contractor, or equipment manufacturer.
A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or
from a change in Scope of Work when such revisions are inconsistent with written approvals or
instructions previously given by Omni CRA or are due to causes beyond the control of Consultant.
(Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or
scheme and/or any significant portion thereof).
A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any
arbitration proceeding or legal proceeding, providing, however, that Consultant cannot testify against
the Omni CRA in any proceeding during the course of this Agreement as an expert witness.
A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not
customarily furnished in accordance with generally accepted architectural/engineering practice
related to construction.
In accordance with Exhibit A such additional services shall include the following: Architectural &
Structural Investigation and Evaluation, Concrete Testing, Civil Engineering Services, Special or
Threshold Inspections Services, Cost Estimating Services, Survey Services, Concrete Testing and
Geotechnical Engineering. The Consultant shall also assist the Omni CRA with the preparation of a
PowerPoint Presentation to the City of Miami Historic and Environmental Preservation Board for
approval of the Certificate of Appropriateness (COA). The COA submittal will be prepared by the
Omni CRA and reviewed by the Consultant who shall also present the COA submittal before the
Historic and Environmental Preservation Board.
A3.03 ADDITIONAL DESIGN
The Omni CRA may, at its option, elect to proceed with additional services relating to the Project.
ARTICLE A4 REIMBURSABLE EXPENSES
A4.01 GENERAL
Reimbursable Expenses cover those services and items authorized by the Omni CRA in addition to the
Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
33
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 52
PROFESSIONAL SERVICES AGREEMENT
1.2.a
Subconsultant for the purposes listed below. Transportation, travel, and per diem expenses shall not be
considered as reimbursable expenses under this Agreement.
A4.01-1 Communications Expenses: Identifiable communication expenses approved by the
Project Manager, long distance telephone, courier and express mail between the Consultant's various
permanent offices and 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.
A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable
to the Project. These permit fees do not include those permits required to be paid by the Consultant.
A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project
Manager.
A4.01-6 Other: Items not indicated in Section 4.01 when authorized by the Project Manager.
The Omni CRA will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the
limitations of this Agreement as verified by supporting documentation deemed appropriate by Executive
Director or Executive Director's 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 Subconsultant's
agreement provides for reimbursable expenses and when such agreement has been previously approved,
in writing, by the Executive Director and subject to all budgetary limitations of the Omni CRA and
requirements of this Agreement.
ARTICLE A5 OMNI CRA'S RESPONSIBILITIES
A5.01 PROJECT AND SITE INFORMATION
Omni CRA, 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 General Project Information: Information regarding Project Budget, City and State
procedures, guidelines, forms, formats, and assistance required establishing a program as per
Section A2.02, Schematic Design.
A5.01-2 Existing Drawings: Drawings representing as -built conditions at the time of original
construction, subject to as -built availability. However, such drawings, if provided, are not warranted
to represent conditions as of the date of receipt. Consultant must still perform field investigations as
necessary in accordance with Section A2.01 to obtain sufficient information to perform its services.
Investigative services in excess of "Development of Objectives/Normal Requirements," as defined,
must be authorized in advance.
A5.01-3 Reliability: The services, information, surveys, and reports described in A5.01-1 and A5.01-
2 above, shall be furnished at Omni CRA's expense, and Consultant shall be entitled to rely upon the
accuracy and completeness thereof, in addition to any other project -related information furnished by
the Omni CRA, provided Consultant has reviewed all such information to determine if additional
information and/or testing is required to properly design the Project.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
34
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 53
PROFESSIONAL SERVICES AGREEMENT
1.2.a
A5.02 CONSTRUCTION MANAGEMENT
A5.02-1 During construction, the Omni CRA staff shall assume the responsibilities described in the
general conditions and supplementary conditions of the construction contract relating to review and
approval of the construction work by the Contractor.
A5.02-2 If Omni CRA observes or otherwise becomes aware of any fault or defective Work in the
Project, or other nonconformance with the contract during construction, Omni CRA shall give prompt
notice thereof to Consultant.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
35
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 54
PROFESSIONAL SERVICES AGREEMENT
1.2.a
ATTACHMENT A
SCHEDULE Al - SUBCONSULTANTS
FIRM NAME
Douglas Wood Associates, Inc.
CONSULTING FIELD
Structural Engineering
Johnson, Avedano, Lopez, Rodriguez & Walewski
Engineering Group, Inc.
Keith And Associates, Inc.
Mechanical, Electrical, and Plumbing (MEP)
Engineering, Construction Inspection
Civil Engineering, Surveying and Mapping
Professional Service Industries, Inc.
Geotechnical Engineering
NAME
SCHEDULE A2 - KEY STAFF
JOB CLASSIFICATION
Richard J. Heisenbottle, FAIA
Principal
Juan B. Alcala M.
Principal
Pablo R. Quinones, AIA, NCARB
Cesar Diaz
Maria Carvajal
Senior Project Manager
Staff Architect Level III
Staff Architect Level II
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
36
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 55
ATTACHMENT B - COMPENSATION
1.2.a
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 Executive Director or Executive Director's designee, with the
consent of the Consultant.
a) A Lump Sum as defined in Article B3.01, Lump Sum.
b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant
to the same.
B1.01 COMPENSATION LIMITS
The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant
payable by the Omni CRA 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 Omni CRA 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 Executive Director or Board 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 Omni
CRA shall have no liability or responsibility for paying any amount of such excess, which will be at the
Consultant's own cost and expense.
ARTICLE B2 WAGE RATES
B2.01 FEE BASIS
All fees and compensation payable under this Agreement shall be formulated and based upon the averages
of the certified Wage Rates that have been received and approved by the Executive Director. The averages
of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein
by reference. Said Wage Rates are the effective direct hourly rates, as approved by the Omni CRA, of the
Consultant and Subconsultant employees in the specified professions and job categories that are to be
utilized to provide the services under this Agreement, regardless of manner of compensation.
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS
Schedule B1 - Wages Rates Summary identifies the professions, job categories, and/or employees
expected to be used during the term of this Agreement. These include architects, engineers, landscape
architects, professional interns, designers, CADD technicians, project managers, GIS and environmental
specialists, specification writers, clerical/administrative support, and others engaged in the Work. In
determining compensation for a given Scope of Work, the Omni CRA reserves the right to recommend the
use of the Consultant employees at particular Wage Rate levels.
B2.03 MULTIPLIER
For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field
office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the Omni
CRA. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and
overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting
supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and
clerical support, other employee time or travel and subsistence not directly related to a project.
B2.04 CALCULATION
Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific
assignments and Work Orders as requested by the Omni CRA. The Consultant shall identify job
classifications, available staff, and projected man-hours required for the proper completion of tasks and/or
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
37
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 56
ATTACHMENT B - COMPENSATION
1.2.a
groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in
Schedule B2 - Wage Summary Rates.
B2.05 EMPLOYEE BENEFITS AND OVERHEAD
Regardless of the method of compensation elected herein, compensation paid by the Omni CRA 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 Omni CRA 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:
63.01 LUMP SUM
Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by
the Omni CRA 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 Omni CRA 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 Executive Director or Executive
Director's designee and Consultant, subject to such additional approvals as may be required by
legislation or ordinance.
B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates
established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order,
the Omni CRA may require Consultant, to verify or justify its requested Lump Sum compensation.
Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 -
Key Staff.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees
identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive
of all costs expressed in the contract documents. The Omni CRA 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 Omni CRA will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee
for the Work to be performed on an Hourly Rate Basis.
B3.03 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office
rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting
supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and
specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other
employees time or travel and subsistence not directly related to a project. All reimbursable services shall
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
38
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 57
ATTACHMENT B - COMPENSATION
1.2.a
be billed to the Omni CRA at direct cost expended by the Consultant. Omni CRA authorized reproductions
in excess of sets required at each phase of the Work will be a Reimbursable Expense.
The Omni CRA will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the
limitations of this Agreement as verified by supporting documentation deemed appropriate by Executive
Director or Executive Director's designee including, without limitation, detailed bills, itemized invoices,
and/or copies of cancelled checks.
B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES
The design of additive and deductive alternates contemplated as part of the original Scope for a Project as
authorized by the Executive 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 Omni CRA as Additional Services. The fees for alternates will be calculated by one of the three
methods outlined above, as mutually agreed by the Executive Director and the Consultant.
B3.05 FEES FOR ADDITIONAL SERVICES
The Consultant may be authorized to perform Additional Services for which additional compensation and/or
Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be
applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found
on the City's Webpage at http://www.miamigov.com/MiamiCapital/forms.html.
The webpage also provides the procedures for completing these forms. Failure to use the forms or follow
the procedures will result in the rejection of the Work Order Proposal.
B3.05-1 Determination of Fee
The compensation for such services will be one of the methods described herein; mutually agreed
upon Lump Sum or Hourly Rate, with a Not to Exceed Limit. Compensation for Additional Services
by the Architects Consultants shall be in the amount invoiced to the Architect plus, ten percent (10%).
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 Executive Director for each additional service
requested by the Omni CRA. 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. This limitation is not applicable
to Consultant's approved mark-up of ten percent (10%) for authorized Subconsultants.
B3.06 PAYMENT EXCLUSIONS
The Consultant shall not be compensated by the Omni CRA 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 Omni CRA.
B3.07 FEES RESULTING FROM PROJECT SUSPENSION
If a project is suspended for the convenience of the Omni CRA for more than three months or terminated
without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly
authorized, performed prior to such suspension or termination, together with the cost of authorized
reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses
resulting from such suspension or termination. If the Project is resumed after having been suspended for
more than three months, the Consultant's further compensation shall be subject to renegotiations.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
39
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 58
ATTACHMENT B - COMPENSATION
1.2.a
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 Omni CRA
in the actual amount paid by the Consultant. The Consultant shall utilize the Omni CRA's Invoice Form,
which can be found on the OCI website at http://www.miamigov.com/MiamiCapital/forms.htmi. Failure to
submit 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 Omni CRA 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 Executive 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
Executive 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 Omni CRA 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.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
40
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 59
ATTACHMENT B - COMPENSATION
1.2.a
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.
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 Executive Director and subject to all budgetary limitations of the Omni CRA 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 Omni CRA'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.
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
41
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 60
ATTACHMENT B - COMPENSATION
1.2.a
ATTACHMENT B - COMPENSATION
SCHEDULE BI - WAGE RATES SUMMARY
NAME
JOB CLASSIFICATION
NEGOTIATED
HOURLY RATE
ADJUSTED
AVERAGE
HOURLY
RATE
(Multiplier
Applied)
Richard J. Heisenbottle, FAIA
Principal
$ 62.06
$179.97
Juan B. Alcala M.
Principal
$ 62.06
$179.97
Pablo R. Quinones, AIA,
NCARB
Senior Project Manager
$58.00
$168.20
Cesar Diaz
Staff Architect Level III
$46.75
$135.58
Maria Carvajal
Staff Architect Level II
$41.94
$121.63
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
42
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 61
ATTACHMENT B — COMPENSATION
1.2.a
ATTACHMENT B
SCHEDULE B2 - CONSULTANT INVOICE
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS (OCI)
CONSULTANT STANDARD INVOICE
To:
ATTN:
City of Miami
Office of Capital Improvements (OCI)
444 SW 2nd Avenue - 8th Floor
Miami, FL 33130
Invoice Number.
Invoice Date: Month 00, 0000
Page:
From•,
From:
Invoice
To:
Period.
Contract No.:
Contract Title:
Project No.:
Project Name:
Month 00, 0000
Month 00, 0000
NOTE:
invoices received past BOO PM will be stamped with the Next Business Mt.
Prepare invoices property to avoid payment delay. Each Macias must be signed by a Principal of the firm ee desigreted.
Amon appropriate beak-rp Moments to each invoice.
Snait Iwo (2) signed originals.
Purchase Order No.:
Work Order No:
I CURRENT INVOICE AMOUNT
SERVICE
CONTRACT AMOUNT
%COMPLETE
TOTAL
TO DATE ED
PREVIOUSLY INVOICED
Schematic Design (SD)
$ -
$ -
$ - $ -
Design Cevebpme0 (DD)
$ -
$ -
5 - $ -
7iY3&a'r9'-lJnnron - 3I11r.C )
.5 -
5 -
$ - -
5[%CostexkonDo00rwrayL00`ffiED)
5 -
S -
$ - 5 -
9215 Carmtnctnn Dccements S130% COI
$ -
$ -
-
Y -. a roroon ray '�C3F]
-
Y -
5 -
5 -
Dry Ron Parmnmy
5
5 -
Vi..lrg or `
S
$ _
-
_ -
Construction Adm'tistrabon (CA)
$ -
$ -
$ -
$ -
$ -
$ -
$
$ -
$ -
5 -
$ -
$ - _
-$ -
$ -
5 -
$ -
$
$ -
5 -
$ -
_
$ -
$ -
$
Reimbursable Expenses
$ -
$ -
$ -
$ _
1. (Title)
$ -
$ -
$ -
$ -
2.IRitle.
3_(Title)
Additional
$ -
$ -
$ -
$ _
$ -
$ -
$ _
$ _
$
$
$ -
$
Services
$ -
$ -
$ -
$ -
1. (Title)
2. (Tine)
3. ' Me
_
$ -
$ -
$ -
$ -
$ -
$ _
$ _
8 _
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$r._ -
TOTAL:
Prior to this Invoice Remaining Contract
Balancer
$ -
$ -
$ -
5 -
Subtotal:
$ -
-
Deductions:
_
_ _
Total Due :
$ -
TO BE COMPLETED BY CONSULTANT FIRM
CERTIFIED TRUE AND CORRECT BY:
_
SUPPORTING DOCUMENTS CHECKLIST:
Activation
Supporting
Additional
Letter of Phase being Invoiced
Documents for Invoice:
Construction Status Report:
Final Payment Documents:
(Sigrotue of Principal)
Service Authorizations:
(Type Name and Title of Pnndpal)
CITY OF MIAMI APPROVAL:
AREA TO BE COMPLETED BY CITY OF MIAMI
DATE
SIGNATURE
Date Received CIP:
PROJECT MANAGER
CHIEF PROJECT MANAGER
Hector Badia
Date Received for Payment Processing (Budget Department):
ASSISTANT DIRECTOR
Steven C. Williamson
DIRECTOR
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
43
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 62
ATTACHMENT B - COMPENSATION
1.2.a
EXHIBIT A - NEGOTIATED SCOPE OF SERVICES AND FEES SUMMARY
Architectural and Engineering Services for Citizens Bank Building Restoration
RFQ 17-18-005 - R.J. Heisenbottle Architects, P.A.
44
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 63
1.2.a
2199
PONCE
DE LEON
BOULEVARD
SUITE 400
CORAL
CABLES
FLORIDA
33i 14
305.446.7799
305.446.927E FAX
HEISENBOTTLE
A R C H I TECTS
www.rjha.net
A Professional Association
AAC001513
July 13, 2018
Mr. Fernando Ponassi Boutureira
Assistant Director
Department of Procurement
444. S.W. 2nd Avenue, 8th Floor
Miami, FL 33130
Re: Architectural and Engineering Services for
Citizens Bank Building Restoration Project
RFQ 17-18-005
1367 North Miami Ave.
Miami, FL
Dear Mr. Ponassi Boutureira,
Thank you for giving R.J. Heisenbottle Architects (RJHA) the opportunity to submit
this revised fee proposal for the historic restoration of the Citizens Bank Building
located at 1367 North Miami Ave. This proposal responds to our negotiations meeting
of May 21, 2018, June 15, 2018, June 29, 2018, and July 11, 2018 at Miami Riverside
Center, where the initial project description and fee proposal parameters were
established and our preliminary fee proposal was vetted. This revised fee proposal
responds to the negotiating committee's concerns expressed at those meetings, the
RFQ issued by the city and my preliminary field observations after touring the existing
building.
DESCRIPTION OF THE PROJECT
The Citizens Bank Building is 2 stories tall and contains approximately 14,820 gross
square feet of floor space. It was constructed in 1924 and designed by acclaimed architect
H. George Fink. It is historically significant because its exterior represents a fine example
of Neo-Classical style of architecture in Miami. Its appearance characterizes a popular
trend on the 1920's in South Florida. It was listed on the City of Miami Register of
Historic Buildings on November 17, 1988. Preliminary research indicates that it was
deemed eligible for listing on the National Register of Historic Places on January 3,1989,
but never officially listed. The existing structure has been abandoned for many years
and is in poor condition. It is our understanding that the project also includes the
"taxidermy shop" immediately adjacent to the historic bank building on the south. The
taxidermy shop does not appear to have any historic significance.
As a result of our prior negotiation meetings, it is our understanding that RJHA's
scope of work will include historic restoration of the buildings exterior, structural
repairs or structural replacement of the interior floors, walls and roof as determined
during the Pre -Design Services Phase, creation of a tenant white box interior space
which will have new mechanical, electrical, plumbing and fire protection systems.
These systems will be limited to the construction of a new electrical main distribution
panel, code minimum lighting and life safety systems and new A/C units throughout.
45
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 64
1.2.a
It is anticipated that future tenants will be responsible for providing distribution of
this electrical and mechanical equipment to suite their building uses and final interior
design. A handicapped access elevator to the second floor will also be provided at this
time. Currently it is anticipated that the ground floor space will be primarily used as
a restaurant and that the second floor will be used as office space. Landscape design
services are limited to street trees since the building covers the entire site. Similarly,
civil engineering services are limited to new sidewalks, curbs and gutters and
extension of water and sewer utilities from the building to existing public utilities in
the adjoining streets. Sampling and testing of existing materials will be performed by
Professional Service Industries, PSI. Geotechnical exploration services will also be
performed by PSI. Since the quantities of testing and exploration are unknown at this
time, an allowance of $20,000.00 has been provided in their Additional Service Fees.
SCOPE OF PRE -DESIGN SERVICES — Estimated Duration 3 Months
1. LASER SCANNING OF EXISTING CONDITIONS AND CREATION
OF BIM MODEL LUMP SUM FEE
ADDITIONAL SERVICE FEE FOR LASER SCANNING $ 4,950.00
ADDITIONAL SERVICE FEE FOR BIM MODEL OF EXISTING CONDITIONS
$9.900.00
TOTAL LASER SCANNING OF EXISTING CONDITIONS AND CREATION
OF BIM MODEL FEE $14,850.00
Keith & Associates will be laser scan the existing conditions and convert that scan to
a BIM model.
2. ALTA SURVEY LUMP SUM FEE
TOTAL ADDITIONAL SERVICE FEE FOR ALTA SURVEY $ 7,040.00
Keith & Associates will be prepare an ALTA survey of the project site.
3. ARCHITECTURAL & STRUCTURAL BUILDING EVALUATION
LUMP SUM FEE
ADDITIONAL SERVICE FEE FOR ARCHITECTURAL BUILDING
EVALUATION $ 7,012.00
ADDITIONAL SERVICE FEE FOR STRUCTURAL BUILDING EVALUATION
SERVICES $22.629.00
TOTAL ADDITIONAL SERVICE FEE FOR BUILDING EVALUATION
REPORT SERVICES $29,641.00
TOTAL PRE DESIGN SERVICES FEE - $51.531.00
R.J. Heisenbottle Architects, PA and Douglas Wood & Associates, Inc structural
engineers will provide a Building Evaluation Report to determine the best approach
46
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 65
1.2.a
for moving forward with restoration or reconstruction of the building which is in poor
physical condition.
SCOPE OF BASIC SERVICES
Phase 1 — Schematic Design Phase — Estimated Duration 2 Months
Following notice to proceed from the City, the Consultant shall consult with the City
to ascertain the specific requirements of the Project and prepare Schematic Design
drawings and other documents illustrating the size, scale and relationship of the
Project components for approval by the City.
Allowance for City/CRA Review - .5 Months Total Phase Duration = 2.5 Months
Phase 2 — Design Development Phase — Estimated Duration 2 Months
Following approval and notice to proceed by the City of the Phase 2 Schematic Design
Documents, the Consultant shall prepare Design Development Documents which fix
and describe the size and character of this entire Project as to architectural, structural,
mechanical, and electrical systems and such other elements as may be appropriate.
Allowance for City/CRA Review- .5 Months Total Phase Duration 2.5 Months
Phase 3 — Construction Documents Phase — Estimated Duration 4 Months
Following approval and notice to proceed by the City of the Phase 3 Design
Development Documents, the Consultant shall prepare Construction Documents and
assist the City in preparation of the bidding documents.
Allowance for City/CRA Review= 1 Months Total Phase Duration = 5 Months
Phase 4 — Permitting — Dry Run Phase — Estimated Duration 3 Months
Following approval and notice to proceed by the City of the Phase 4 Construction
Documents, the Consultant shall assist the City with filing construction documents
with the authorities having jurisdiction over the project and assist the City's in
obtaining the necessary permits.
Phase 5 — Bidding Phase — Estimated Duration 3 Months
Following approval and notice to proceed by the City of Phase 5 Permitting Dry Run,
the Consultant shall assist the City and its Construction Manager with the competitive
bidding process, evaluation of the bids received and the awarding of construction
contracts.
Phase 6 — Construction Phase and Administration of the Construction Contract
Total Phase Duration = 12 Months Maximum
Following notice to proceed from the City/CRA, the Consultant shall assist the City
with the administration of the construction contract.
47
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 66
1.2.a
General Requirements:
Each phase shall have established a Construction Cost Estimate inclusive of all
professional fees, labor and material, for performing the specified Work for such
phase. This shall be required for any Notice to Proceed, for any phase, and shall be
agreed to by the parties in writing. However, the City may elect not to have the
Consultant perform fewer Cost Estimates if it so chooses. Reimbursable Expenses for
each phase shall be estimated.
BASIC SERVICE FEES
For the purposes of this Agreement, the Cost of the Work shall be the total cost to the
Owner to construct all elements of the Project designed or specified by the Architect
and shall include contractor's general conditions costs, overhead and profit. The
Owner's initial budget for the Cost of the Work is $3,500,000.00 and will be adjusted
throughout the Project. Upon completion of the Bid Phase, the Basic Services Lump
Sum Fee will be adjusted based upon 7.70% of Cost of the Work as evidenced by the
lowest responsible Bid.
Our Lump Sum Fees for performance of the "Scope of Basic Services" outlined above
are listed in the Fee Breakdown below. Basic Service Fees are presented as a total
lump sum fixed fee of $269,500.00 for all phases of the work (7.70% of Cost of the
Work). Our current fee is broken down per phase as follows:
PHASES 1 THRU 5
Phase 1 (15%) — Schematic Design Phase $ 40,425.00
Phase 2 (20%) — Design Development Documents $ 53,900.00
Phase 3 (35%) — Contract Documents Phase $ 94,325.00
Phase 4 (2.5%) — Permitting — Dry Run $ 6,738.00
Phase 5 (2.5%) — Bid & Award Phase $ 6,738.00
TOTAL A/E FEE PHASES 1 THRU 5 $ 202,126.00
CONSTRUCTION SUPPORT SERVICES
Phase 6 (25%) — Construction Phase Administration $ 67,374.00
TOTAL BASIC SERVICE A/E FEE PHASE 6 $ 67,374.00
TOTAL BASIC SERVICES REIMBURSABLE EXPENSES $ 5.000.00
TOTAL RJHA ADDITIONAL SERVICES ALLOWANCE $ 5,000.00
Should the construction timeframe exceed 12 months, 365 calendar days from
Notice to Proceed, the Consultant shall be entitled to Additional Services for
extended Construction Phase Administration.
TERMS & CONDITIONS OF PAYMENT FOR BASIC SERVICES
Payments for Basic Services shall be made monthly in proportion to the services
performed during each phase of the work. This will result in equal monthly payments
of the total Phase Fee, divided by the duration of the Phase. The City shall be entitled
to conduct an on -board review of the architects, engineers and consultants work,
however the architects, engineers and consultants shall not be required to submit
48
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 67
1.2.a
copies of all work product on a mouthy basis as a condition of payment. Should the
Consultant not deliver the documents required as deliverables for any given Phase of
their work, the City shall be entitled to withhold final monthly payment for that phase
of the work until all deliverables are submitted. Incorporation of City comments on
work performed in a given phase, will not be a cause for withholding final fee payment
for that phase. Comments will be incorporated during each subsequent phase.
ADDITIONAL SERVICES
ADDITIONAL SERVICES & EXPENSES are as defined in Article 3 of the Prime
Agreement and by the State of Florida Department of Management Services Fee
Guidelines for Basic Architectural and Engineering Services. (Page 2- see copy
attached hereto and made part hereof) and include the following: Architectural &
Structural Investigation and Evaluation, Concrete Testing, Preparation of Certificate
of Appropriateness Submittal and Presentation to the City of Miami Historic and
Environmental Preservation Board, Civil Engineering Services, Special or Threshold
Inspections Services, Cost Estimating Services, Survey Services, Concrete Testing
and Geotechnical Engineering. RJHA will provide the following Additional Services:
(Note: Additional Services Professional Fees below include RJHA's 10% Overhead
& Profit markup on Consultant Services)
1. CIVIL ENGINEERING SERVICES LUMP SUM FEE
PRELIMINARY CIVIL SITE ENGINEERING DESIGN PLANS
PAVING, GRADING AND DRAINAGE PLANS
WATER DESTRIBUTION & SANITARY SEWER PLANS
SITE CIVIL ENGINEERING PERMITTING
BIDDING PHASE
SITE CIVIL ENGINEERING CONSTRUCTION ADMIN.
TOTAL CIVIL ENGINEERING FEE
$ 6,600.00
$ 5,368.00
$ 6,160.00
$ 6,424.00
$ 1,056.00
$14.834.00
$40,442.00
Keith & Associates will be preparing site paving grading and drainage plans, water
and sewer plans, permitting, bid and construction phase services.
2. LANDSCAPE DESIGN SERVICES FEE ALLOWANCE
ADDITIONAL SERVICE FEE SCHEMATIC DESIGN
ADDITIONAL SERVICE FEE FOR DESIGN DEVELOPMENT
ADDITIONAL SERVICE FEE FOR CONSTRUCTION DOCS
ADDITIONAL SERVICE FEE FOR CONSTRUCTION ADMIN.
$ 2,658.00
$ 2,886.00
$ 2,886.00
$ 1.583.00
TOTAL LANDSCAPE DESIGN SERVICES FEE ALLOWANCE $10,013.00
Keith and Associates will provide the Landscape Design Services above.
3. STRUCTURAL SPECIAL INSPECTION SERVICES HOURLY FEE
THRESHOLD/STRUCTURAL SPECIAL INSPECTION SERVICE FEE
ALLOWANCE - Hourly Not to Exceed - $ 17,576.00
49
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 68
1.2.a
Section 307.2 of the South Florida Building Code requires that a qualified professional
architect or engineer perform Construction Phase Inspections of structural systems as
the work is progressing. The Building Official will require a Special Inspector for
this project. RJHA through its structural engineering consultant, Douglas Wood &
Associates (DWA), Structural Engineers will provide Special Inspection Services for
this threshold building including repair work of the existing structure and threshold
inspection for new structures at the Citizens Bank building as required by the Building
Official.
Services for Special Inspections include:
a. Preparation of application forms (to be submitted with permit documents)
b. Periodic review of contractor's documents maintained at the site
c. Site observation of structural repairs and new construction
d. Preparation and distribution of written field reports (may be copies of the
Inspection Log entries)
e. Maintenance of records at the office, and
f. Preparation of a final statement of observations
4. STRUCTURAL DESIGN OF TEMPORARY BRACING LUMP SUM
ALLOWANCE FEE $21,703.00
Structural engineering consultant Douglas Wood and Associates will provide design
of temporary bracing for exterior walls if necessary. These services are included as
an allowance since the need for these services cannot be fully determined at this time.
5. ADDITIONAL SERVICE FIXED FEE FOR COST ESTIMATING
SERVICES
Schematic Design Phase Estimate
Design Development Phase Estimate
Construction Document Phase Estimate
TOTAL COST ESTIMATING FEE
$18,278.00
$15,783.00
$14.473.00
$48,533.00
J.A. Condon & Associates (JAC), cost estimators, will prepare a Detailed
Construction Cost Estimate in 16 division CSI format upon completion of the
Schematic Design, Design Development and Construction Document Phases of the
project. JAC Services will include: Review of A/E Design documents. JAC will
organize takeoff data and apply pricing to cost estimates, prepare formatted costs for
client review at every phase. The CRA shall have the option to omit one or more of
these cost estimates.
6. MATERIALS TESTING AND GEOTECHNICAL EXPLORATION
ENGINEERING SERVICES FEE ALLOWANCE
ADDITIONAL SERVICE FEE FOR GEOTECHNICAL EXPLORATION
SERVICES $10,000.00
ADDITIONAL SERVICES FOR MATERIALS TESTING SERVICES $10.000.00
TOTAL MATERIALS TESTING AND GEOTECHNICAL ENGINEERING
SERVICES FEE ALLOWANCE $20,000.00
50
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 69
1.2.a
Intertek, Psi will provide Materials Testing and Geotechnical Exploration and
Engineering Services for the project. At this time, the extent of those services cannot
be determined, therefore their fee has been set up as an "allowance" to be finalized at
a Iater date.
7. COA APPLICATION AND PRESENTATION
ADDITIONAL SERVICE LUMP SUM FEE FOR RJHA COA APPLICATION
ASSISTANCE - $ 3,240.00
RJHA will assist the City of Miami staff in making a PowerPoint Presentation to the
HPB Board for approval of the COA. The COA Application will be prepared by the
city and reviewed Richard Heisenbottle, FAIA who will make the presentation before
the Board.
TOTAL ESTIMATED PROFESSIONAL SERVICE FEES FOR ADDITIONAL
SERVICES $ 92,215.00
TOTAL ESTIMATED ADDITIONAL SERVICES FEE
ALLOWANCE $ 69,291.00
TOTAL ESTIMATED ADDITIONAL SERVICE REIMBURSABLE
EXPENSE $ 5,700.00
A complete breakdown of the Additional Service Fees is attached for your review.
All services not specifically indicated in the Scope of Basic Services outlined above
or in the Authorized Additional Services outlined above, or any significant additions
to the project, or any changes to work already accomplished, will be considered
additional services.
At this time, sustainable design goals, including LEED certification, are not
anticipated for this project. If LEED certification is desired by the City of Miami
Capital Transportation and Improvements Program, these services will be considered
an additional service. Additional Services will only be performed with written
authorization of the Owner.
TERMS & CONDITIONS OF PAYMENT FOR ADDITIONAL SERVICES
Payments for Additional Services shall be made monthly in proportion to the services
performed by each consultant during each phase of their work. The Consultant shall
include reasonable backup with each invoice, but shall not be required to submit
timecard backup for lump sum services. Timecards will be submitted for services
provided on an hourly basis. The City shall be entitled to conduct an on -board review
of the consultant's work; however the consultants shall not be required to submit
copies of all work product on a mouthy basis as a condition of payment. Should the
Consultant not deliver the documents required as deliverables for any given Phase
their work, the City shall be entitled to withhold final payment for that phase of the
work until all deliverables are submitted. Incorporation of City comments on work
performed in each phase, will not be a cause for withholding final payment for that
phase. Comments will be incorporated during each subsequent phase.
51
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 70
1.2.a
If it becomes necessary for portions of our Basic Services to be performed more than
thirty-six (36) months after the date of this proposal, our lump sum fees for those
remaining services will be adjusted to reflect increases in our standard billing rates at
that time.
LIMITATIONS
It should be understood that the Citizens Bank is an old building and that its structural
system do not conform to today's standards and practices. The structural system and
envelope of this building will almost assuredly require significant enhancement or
replacement in order to copy with current building code requirements. The specifics
of these enhancements or replacements will be determined after completion of the
Architectural and Structural Building Evaluation Report.
It must be understood that our review of the existing construction will be only for the
purposes stated in the "Description of Project" and in the "Scope of Basic Services".
We will not otherwise be verifying the adequacy of the original design or construction
of the existing structural systems and will not assume responsibility for them.
HAZARDOUS MATERIALS
RJHA shall have no responsibility for the discovery, presence, handling, removal,
disposal or exposure of persons to hazardous materials of any form. Hazardous
materials testing and abatement will be the responsibility of the owner.
CONCLUSION
RJHA will utilize its extensive experience in historic preservation projects to make
this a truly successful project for the City of Miami CRA. Provided that this proposal
meets with your approval, please prepare the necessary Work Authorization and
include this fee proposal and fee breakdown as an Exhibit thereto. We will start work
on this assignment immediately upon receipt of your written authorization to proceed.
Thank you once again for the opportunity to be of service.
Sincerely' yours,
R.J. HEISENBOTTLE ARCHITECTS, P.A.
eisenbottle, FAIA
52
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 71
Fee Guide Calculator For AE Services / Design Professional Fee Guidelines / Forms and Documents / Building Construction / Real Estate Development and Management / Business Operations / Florida Department of Managemea
management
` SERVICES
w•�rve ttcr••Av nn nPonta
pMS CUSTOMER SATISFAGTON SURVEY I SITE MAP I CONTACT DMS I MYFLORIDAHOME
f tiv
Business Operations
Workforce Operations Agency Administration
Other Programs About Us
0 Search Current Location
Real Estate Development
and Management
REDM Reports
Real Estate Optimization Plan MIRE
Art in the Capitol Competition
Bureau of Operations and
Maintenance
Sustainable Buildings and
Energy Initiatives
TRiRIGA rdim
Contact Us
REDM Website Feedback
Return to Business
Operations
Florida Department of Management Services > Business Operations > Real Estate Develooment and Manaaement > j3uildina
Construction> Forms and Document* > Design Professional Fee Guidelines> Fee Guide Calculator For AE Services
Fee Guide Calculator For AE Services
Instructions: Fill In probable construction cost at left and the calculations will automatically appear in the corresponding
cel/s.
Project Name
CONSTRUCTION COST
FOR BUILDING
(Sitework Not Included)
CITIZENS BANK RESTORATION PROJECT2018
COMPLEXITY GROUP - PERCENTAGE
A B C D
a,sm,r>cr ua 8.45% 7.82% 8.30% 7.20%
CALCULATED FEE $295,715 $273,866 $290,383 $252,143
E
6.59%
$230,744
F
5.98%
$209,446
G
8.00%
$279,997
GROUP DEFINITIONS
- CONSIDERABLY MORE THAN AVERAGE COMPLEXITY. Complex Laboratories, Medical Hospitals
- MORE THAN AVERAGE COMPLEXITY: Average Laboratories, Mental Hospitals, Simple Medical Hospitals, Clinics, Court
Houses, Theatres, Complex University Buildings, Special Purpose Classrooms, Laboratory Classrooms, Libraries, Auditoriums,
Museums, Air Terminals, Food Service Facilities, Specialized Detention Areas, Detention -Treatment Areas, Residences,
Emergency Management Centers
- REPAIRS AND RENOVATIONS: Miscellaneous Repairs and Renovations, Alterations to Office Space or Dormitory Space,
Fire Code Corrective Work
"D" - AVERAGE COMPLEXITY: General Office Space, General Teaching Space, Gymnasiums, General Detention Living
Facilities, Factory Buildings
"E" - LESS WAN AVERAGE COMPLEXITY: Apartment Buildings, Dormitory Buildings, Service Garages, Stadiums, Repetitive
Design Facilities, Office Buildings With Undefined Interior Space (open for later partitioning), Specialized Parking Structures
"F"- CONSIDERABLY LESS THAN AVERAGE COMPLEXITY: Warehouses, Parking Garages, Storage Facilities
"G" - BUILDING ENGINEERING SERVICES: Mechanical, Electrical and Structural not exceeding S1,000,000 in construction (Not
including Site Civil)
ADDITIONAL SERVICES & EXPENSES:
The following services are considered Additional to Basic Services and are not included within the basic fee represented
by the fee guides:
• Feasibility Studies/ Analysis
• Facility Programming
• Master Planning
• Soils Investigations/Reports
• Surveys-Topographic/Boundary
Vegetation/Improvements/Utilities
• Measured Drawings of Existing Facilities
• Existing Facilities Analysis
• Toxic Substance Mitigation Surveys and Consultation
• Site Environmental Assessments
• Site DRI, PUD, Site Plan Review and/or Zoning
Modifications
• Traffic Analysis and Traffic Signal Warrant Studies
• LEED Consultation
• Graphic and Signage Design
• Special Code Reviews including ACHA
• Detailed Cost Estimates
• Documents Prepared For:
• Altemate Bids Exceeding Contract Scope
• Excessive Change Orders
o Multiple Construction Contracts
o Record Documents/As Builts
• Prolonged Construction Contract Administration Services
• Structural Threshold Inspections
• Project Representation During Construction Beyond Bi-
53
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
https://www.dms.mytlorida.com/business_operations/real_estate_development_and_managemenWuilding_conswetion/forms_anddocuments/design_professionalfee_guidelines/fee_guide_calculatorfor_ae_service [7/2/2018 12:47:11 PM]
Packet Pg. 72
Fee Guide Calculator For AE Services / Design Professional Fee Guidelines / Forms and Documents / Building Construction / Real Estate Development and Management / Business Operations / Florida Department of Management
1.2.a
• Civil Engineering Design including
Paving/Grading/Utilities/Drainage/Storm-water
Management/Environmental & All Site Permitting
• Existing Site Utility Infrastructure Improvements
• Site Lighting Design
• Landscape Architectural & Irrigation Design
• Specialty Consultants
• Voice/Data Communications; Electronic/Audio Visual;
Food Service Equipment; Hazardous Material;
Hospital/Laboratory; Interior Design; Indoor Air Quality;
Quality Control; Theater/Acoustical; Security
• Life Cycle Cost (ROI) and/or Federal DOE Energy Analysis
Monthly Administration
• Additional Construction Contract
• Administration Services for Multiple Contracts
• Building Commissioning and Training Services
• Post Occupancy Inspections/ Evaluations
• Renderings/ Models
• Substantive Changes to Scope, Size or Complexity
• Owner Requested Changes to Approved Documents
• Reimbursable Expenses'
o Including, but not limited to, reproduction/ printing costs,
travel expenses, and special mail service expenses
* As defined In the Division of Real Estate Development and Management Form of Agreement Between Owner and Architect- Engineer.
Tames a-d Conditions l Privacy Statemer: 1 Access "TGty Statement I Copy right f2018 Department of Management Services- State of Florida
54
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
https://www.dms.myflorida.com/business_operations/real_estate_development_and_management/building_construction/forms_and_documents/design_professional_fee_guidelines/fee_guide_calculator for_ae_service [7/2/2018 12:47:11 PM]
Packet Pg. 73
1.2.a
TOTAL GRAND SUMMARY FEE PROPOSAL
Citizens Bank Phases 1 Through 6
13-JuI-18
Pre Design Services
Phase 1 thru 5 Fees
Phase 6
Construction
Reimbursable
Expense
Allowances
Grand Total Basic Services $
Grand Total Additional Services
Grand Total $
51,531 $ 202,126 $
$ 92,215
67,374 $
5,000 $ 5,000
$ 5,700 $ 69,291
51,531 $ 294,341 $
$ 498,237 Compensation Total Fee
67,374 $ 10,700 $ 74,291
55
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 74
R.J. Heisenbottle Architects, PA
1.2.a
Citizens Bank Phases 1 Through 6
13-Jul-18
BASIC SERVICES FEE PROPOSAL BREAKDOWN
Estimated Construction Cost
Percent Fee
Basic Service A/E Fee
Per State of
Florida
Guidelines
Proposal $ 3,500,000.00
7.70%
$ 269,500
Basic Service
Phase
Description
Percentage
Fees By Phase
Reimb. Exp
Allowances
Phase 1
Schematic Design
15%
$ 40,425
Phase 2
Design Development
20%
$ 53,900
Phase 3
Construction Documents
35%
$ 94,325
Phase 4
Permitting — Dry Run
2.5%
$ 6,738
Phase 5
Bid & Award Phase
2.5%
$ 6,738
Phase 6
Construction Administration
Phase
25%
$ 67,374
$ 5,000.00
$ 5,000.00
TOTAL BASIC SERVICES FIXED FEE,
EXPENSES AND ALLOWANCE
100%
$ 269,500
$ 5,000.00
$ 5,000.00
56
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 75
R.J. Heisenbottle Architects, PA
1.2.a
Citizens Bank Restoration
13-Jul-18
PRE -DESIGN & ADDITIONAL SERVICES FEE BREAKDOWN
Note: Consultant Fees and Allowances include 10% RJHA Overhead & Profit Factor
Design,
Construction
Documents,
Permit, Bid and
Total Consultant
Construction Phase Fee W/ RIHA
Team Member
Fees I 10%OH&P
Reimb. Exp
Allowances
Pre -Design Services:
1 Keith & Associates - Documentation of Existing Conditions
Laser Scanning $ 4,500 $ 4,950 $ 1,000
REVIT Modeling $ 9,000 $ 9,900 $
TOTAL FEE $ 13,500 $ 14,850 $ 1,000 $
2 Keith & Associates - Survey
ALTA/NSPS Survey $ 6,400 $ 7,040 $ 1,000
TOTAL FEE $ 6,400 $ 7,040 $ 1,000
3 Douglas Wood & Associates, Inc./RI Heisenbottle Architects.
Building Investigation & Evaluation Report
Architectural Evaluation Report & Engr Coordination $ 7,012 $ 7,012
Structural Engineer -Building Investigation & Evaluation Repor $ 20,572 $ 22,629 $ 200 $
TOTAL FEE $ 27,584 $ 29,641 $ 200
Total Pre -Design Services:
$ 51,531
Additional Services:
1 Keith &Associates -Civil Engineering
Preliminary Civil Site Engineering Plans
6,000 $ 6,600
Paving, Grading & Drainage Plans
4,880 $ 5,368
Water Destribution & Sanitary Sewer Plans
5,600 $ 6,160
Site Civil Engineering Permitting
5,840 $ 6,424
Bid Assistance/Negotiations
960 $ 1,056
Site Civil Engineering Construction Observations $ 13,485 $ 14,834
TOTAL FEE Subtotals $ 36,765 $ 40,442 $ $
2 Keith & Associates - Landscape Architects
Schematic Design $ 2,416 $ 2,658
Design Development $ 2,624 $ 2,886
Construction Documents $ 2,624 $ 2,886
Landscape Construction Observation $ 1,439 $ 1,583
TOTAL FEE $ 9,103 $ - $ - $ 10,013
3 Douglas Wood & Associates, Inc. -Threshold/Special
Inspections
Structural Engineer -Special Inspection Services $ 350 $ 17,576
TOTAL FEE $ 350 $ 17,576
4 Douglas Wood & Associates, Inc. -Temporary Bracing
Structural Engineer - Design of Temporary Bracing if Necessary $ 150 $ 21,703
TOTAL FEE $ 150 $ 21,703
5 J.A. Condon & Associates - Cost Estimating
Schematic Design Phase Cost Estimate $ 16,616 $ 18,278
Design Development Phase Cost Estimate $ 14,348 $ 15,783
Construction Documents Phase Cost Estimate $ 13,157 $ 14,473 $ 1,500
TOTAL FEE $ 44,121 $ 48,533 $ 1,500 $
6 INTERTEK psi - Professional Services Industries
Geotechnical Engineering Services
Materials Testing Services
TOTAL FEE
7 RIHA COA Application Assistance
COA Presentation Assistance for HPB Approvals $ 3,240 $ 3,240 $
TOTAL FEE $ 3,240 $ 3,240 $
$750 $ 10,000
$750 $ 10,000
$ 1,500 $ 20,000
TOTAL ADDITIONAL SERVICE FEES, REIMB. EXPENSES AND ALLOWANCE $92,215 $5,700 $69,291
57
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 76
1.2.a
Raw Hourly Rates of Key Personnel - by Firm and Job Classification
Citizens Bank Restoration
13-Jul-18
Firms Name :
Consulting Field :
Item Job Classiification
RICHARD J. HEISENBOTTLE ARCHITECTS, P.A.
Lead Architect of Record- Historic Preservation
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Principal
2 Principal
3 Senior Project Manager
4 Director of Architecture
5 Staff Architect Level III
6 Staff Architect Level II
7 Staff Architect Level I
8 Intern Architect
9 Administrative Assistance -Support
10 Clerical
$ 62.06 Richard J. Heisenbottle, FAIA
$ 62.06 Juan B. AIcaIS M.
$ 58.00 Pablo R. Quinones, AIA, NCARB,
$ 58.00 Not Identified at This Time
$ 46.75 Cesar Diaz
$ 41.94 Maria Carvajal
$ 36.15 Not Identified at This lime
$ 31.00 Not Identified at This Time
$ 20.00 Rosa Luzardo
$ 13.00 To be determined- if necessary
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
179.97
179.97
168.20
168.20
135.58
121.63
104.84
89.90
58.00
37.70
Firms Name :
Consulting Field :
Item Job Classiification
DOUGLAS WOOD AND ASSOCIATES
Consulting Structural Engineer
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Principal
2 Principal
3 Project Manager
4 Senior Engineer
5 Engineer
6 Senior CAD Technician/Operator
7 CAD Technician
8 Admin. Ass't.
9 Clerical
$ 62.06 Douglas Wood, PE
$ 62.06 Robert Santiago, PE
$ 47.12 Jorge Ruiz, P.E.
$ 38.94 Navid Nemati
$ 30.05 Fernando Martinez
$ 23.00 Rogelio Martinez
$ 23.00 Francisco Alvarez
$ 20.00 Kenneth Boyer
$ 13.00 To be determined- if necessary
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
Firms Name :
Consulting Field :
Item Job Classiification
179.97
179.97
136.65
112.93
87.15
66.70
66.70
58.00
37.70
JOHSON AVADANO LOPEZ RODRIGUEZ & WALESKI ENGINEERING GROUP
Mechanical - Electrical - Plumbing Engineering
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Principals Electrical Engineering
2 Principals Mechanical Engineering
3 MEP Project Managers/P.E.
4 MEP Senior Engineers
7 BIM Manager
8 CAD Technicians
12 Administrative Ass't.
14 Clerical
$ 62.06 Victor Acevedo & Horacio Rodrigue
$ 62.06 Richard Waleswski & Alex Lopez
$ 45.00 As required by project -
$ 40.87 As required by project -if necessary
$ 34.62 Armando Martinez
Roberto Castro,Anicia Farinas,Julian
$ 23 00 Hernandez,Jane Ruiz
$ 20.00 Anna Leon
$ 13.00 To be determined- if necessary
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90
2.90
179.97
179.97
130.50
118.52
100.40
66.70
58.00
37.70
Hourly Rates Citizens Bank 07-13-2018
58
Page 1
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 77
1.2.a
Raw Hourly Rates of Key Personnel - by Firm and Job Classification
Citizens Bank Restoration
13-fu1-18
Firms Name :
Consulting Field :
Item Job Classiification
KEITH AND ASSOCIATES
Civil Engineering, Surveying, & Mapping
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Administrative Assistant
2 Technician
3 Senior Technician
4 Associate Planner
5 Senior Planner (AICP)
6 Landscape Designer
7 Senior Landscape Designer
8 Landscape Architect (RLA)
9 ISA Certified Arborist
10 Lead Designer
11 Senior Traffic Engineer (PE)
12 Project Engineer
13 Senior Project Engineer
14 Professional Engineer (PE)
15 Field Representative
16 Sr Field Representative
17 Project Manager
18 Senior Project Manager
19 Principal
20 Expert Witness Testimony
21 Model Specialist
22 BIM/CIM Modeler
23 GIS Specialist
24 Project Surveyor
25 Senior Project Serveyor
26 Professional Surveyor & Mapper (PSM)
27 Survey Party
28 Survey Laser Scanning
29 Utility Crew Supervisor
30 Utility Technician
31 Utility Project Manager
32 Utility Project Engineer
33 Utility Coordinator
34 Utility Coordinator/GPR
$ 20.69 To Be Determined
$ 31.03 To Be Determined
$ 34.48 To Be Determined
$ 34.48 To Be Determined
$ 48.28 To Be Determined
$ 34.48 To Be Determined
$ 43.10 To Be Determined
$ 48.28 To Be Determined
$ 50.00 To Be Determined
$ 43.10 To Be Determined
$ 55.11 To Be Determined
$ 39.66 To Be Determined
$ 44.83 To Be Determined
$ 48.28 To Be Determined
$ 25.86 To Be Determined
$ 37.93 To Be Determined
$ 46.55 To Be Determined
$ 58.62 To Be Determined
$ 62.06 To Be Determined
$ 62.06 To Be Determined
$ 34.48 To Be Determined
$ 51.72 To Be Determined
$ 34.48 To Be Determined
$ 32.76 To Be Determined
$ 39.66 To Be Determined
$ 43.10 To Be Determined
$ 18.97 To Be Determined
$ 62.06 To Be Determined
$ 27.59 To Be Determined
$ 24.14 To Be Determined
$ 34.48 To Be Determined
$ 44.83 To Be Determined
$ 41.38 To Be Determined
$ 62.06 To Be Determined
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
2.90
Firms Name :
Consulting Field :
Item Job Classiification
60.00
90.00
100.00
100.00
140.00
100.00
125.00
140.00
145.00
125.00
160.00
115.00
130.00
140.00
75.00
110.00
135.00
170.00
180.00
180.00
100.00
150.00
100.00
95.00
115.00
125.00
55.00
180.00
80.00
70.00
100.00
130.00
120.00
180.00
Professional Services Industries
Geotechnical Engineering and Materials Testing
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Project Manager
2 Special lnspector
3 Structural Steel Inspector
4 Laboratory Testing Sample Pickup
5 Soils Engineering Technician
6 Concrete and Masonry Engineering Technician
7 Concrete and Masonry Cylinder Pickup
8 Clerical
$ 29.31 To Be Determined
$ 22.41 To Be Determined
$ 22.41 To Be Determined
$ 13.79 To Be Determined
$ 13.79 To Be Determined
$ 13.79 To Be Determined
$ 13.79 To Be Determined
$ 10.34 To Be Determined
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
2.90 $
85.00
65.00
65.00
40.00
40.00
40.00
40.00
30.00
Hourly Rates Citizens Bank 07-13-2018
59
Page 2
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 78
1.2.a
Raw Hourly Rates of Key Personnel - by Firm and Job Classification
Citizens Bank Restoration
13-Jul-18
Firms Name :
Consulting Field :
Item Job Classiification
J.A. CONDON AND ASSOCIATES, INC.
Construction Consultants- Cost Estimator
Raw Hourly Name
Rate
Multiplier Billing Rate
1 Principal in Charge
2 Cost Engineer
3 Cost Estimator
4 Cost Analyst
5 Clerical
$ 62.06 John Yanoviak
$ 50.00 Diane R. Goodman
$ 45.00 Victor Koblitzs
$ 35.00 Layura L Flynn
$ 13.00 Not anticipated at this time
2.90
2.90
2.90
2.90
2.90
Hourly Rates Citizens Bank 07-13-2018
$ 179.97
$ 150.00
$ 130.50
$ 105.00
$ 37.70
60
Page 3
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 79
1.2.a
CONSULTANT WORK ORDER PROPOSAL
Date: July 13, 2018
Dear Mr. Fernando Ponassi Boutureira:
RJHA Architects. PA proposes to provide the services identified below for the project entitled
"Citizens Bank Restoration Project". 1367 North Miami Ave, Miami. Florida" pursuant to its
Professional Service Agreement with the City of Miami for Architectural and Engineering services,
dated March 4, 2018.
I. GENERAL
The revised Work Order Proposal responds to RFQ 17-18-005 negotiations meeting of May 21, 2018,
June 15, 2018, June 29, 2018, and July 11, 2018 at Miami Riverside Center - 6th Floor Conference
Room, where the initial project description and fee proposal parameters were established and our
preliminary fee proposal was vetted. This revised fee proposal responds to the negotiating
committee's concerns expressed at those meetings, the RFQ issued by the city and my preliminary
field observations after touring the existing building.
II. SCOPE OF WORK
Detailed description in outline and narrative form of each activity to be undertaken to accomplish
each task, activity, and/or deliverable listed below:
A. PRE -DESIGN SERVICES:
1. LASER SCANNING OF EXISTING CONDITIONS AND CREATION OF BIM MODEL
Keith & Associates will be laser scan the existing conditions and convert that scan to a
BIM model.
2. ALTA SURVEY
Keith & Associates will be prepare an ALTA survey of the project site.
3. ARCHITECTURAL & STRUCTURAL BUILDING EVALUATION LUMP SUM FEE
R.J. Heisenbottle Architects, PA and Douglas Wood & Associates, Inc structural engineers
will provide a Building Evaluation Report to determine the best approach for moving
forward with restoration of a building that is in poor physical condition.
B. DESIGN SERVICES:
1. Phase 1 — Schematic Design Phase
Following notice to proceed from the City, the Consultant shall consult with the City to
ascertain the specific requirements of the Project and prepare Schematic Design drawings
and other documents illustrating the size, scale and relationship of the Project components
for approval by the City
2. Phase 2 — Design Development Phase
Following approval and notice to proceed by the City of the Phase 2 Schematic Design
Documents, the Consultant shall prepare Design Development Documents which fix and
describe the size and character of this entire Project as to architectural, structural,
mechanical and electrical systems and such other elements as may be appropriate
61
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 80
1.2.a
3. Phase 3 — Construction Documents Phase
Following approval and notice to proceed by the City of the Phase 3 Design Development
Documents, the Consultant shall prepare Construction Documents and assist the City in
preparation of the bidding documents
4. Phase 4 — Permitting — Dry Run Phase
Following approval and notice to proceed by the City of the Phase 4 Construction
Documents, the Consultant shall assist the City with filing construction documents with
the authorities having jurisdiction over the project and assist the City's in obtaining the
necessary permits.
5. Phase 5 — Bidding Phase
Following approval and notice to proceed by the City of Phase 5 Permitting Dry Run, the
Consultant shall assist the City and its Construction Manager with the competitive bidding
process, evaluation of the bids received and the awarding of construction contracts.
6. Phase 6 — Construction Phase and Administration of the Construction Contract
Following notice to proceed from the City/CRA, the Consultant shall assist the City with
the administration of the construction contract.
C. ADDITIONAL SERVICES
1. CIVIL ENGINEERING SERVICES
Keith & Associates will be preparing site paving grading and drainage plans, water and
sewer plans, permitting, bid and construction phase services.
2. LANDSCAPE DESIGN
Keith and Associates will provide the Landscape Design Services as an allowance.
3. STRUCTURAL SPECIAL INSPECTION SERVICES
Douglas Wood & Associates (DWA), Structural Engineers will provide Special Inspection
Services as an allowance for this threshold building including repair work of the existing
structure and threshold inspection for new structures at the Citizens Bank building as
required by the Building Official.
4. STRUCTURAL DESIGN OF TEMPORARY BRACING
Structural engineering consultant Douglas Wood and Associates will provide design of
temporary bracing for exterior walls. These services are included as an allowance since
the need for these services cannot be fully determined at this time.
5. COST ESTIMATING SERVICES
J.A. Condon & Associates (JAC), cost estimators, will prepare a Detailed Construction
Cost Estimate in 16 division CSI format upon completion of the Schematic Design, Design
Development and Construction Document phases of the project. JAC Services will
include: Review of NE Design documents. JAC will organize takeoff data and apply
pricing to cost estimates, prepare formatted costs for client review at every phase. The
CRA shall have the option to omit one or more of these cost estimates.
62
CIP Form 116 Revised 10/19/12
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 81
1.2.a
6. MATERIALS TESTING AND GEOTECHNICAL EXPLORATION ENGINEERING
SERVICES
Intertek, PSI will provide Materials Testing and Geotechnical Exploration and Engineering
Services for the project. At this time, the extent of those services cannot be determined,
therefore their fee has been set up as an allowance to be finalized at a later date.
7. COA APPLICATION AND PRESENTATION
RJHA will assist the City of Miami staff in making a PowerPoint Presentation to the HPB
Board of approval of the COA. The COA Application will be prepared by the City and
reviewed by Richard Heisenbottle, FAIA who will make the presentation before the Board.
III. SUB -CONSULTANTS
The
below listed Sub -Consultants will assist in the performance of the Work.
Sub -Consultant Name
Specialty or Expertise
Keith & Associates
Civil Engineering
Keith & Associates
Landscape Architects
Keith & Associates
Laser Scan -Existing conditions
Douglas Wood & Associates, Inc.
Structural Engineers
Douglas Wood & Associates, Inc
Threshold Special Inspections
Douglas Wood & Associates, Inc
Structural Design of temporary
bracing
Johnson Avedano Lopez Rodriguez Walewski-
Mechanical Electrical and
Plumbing Engineers
Intertek — Professional Service Inc.
-
Material Testing-Geotechnical
Engineering
J.A. Condon & Associates, Inc.
_
Cost Estimators
IV. SCHEDULE OF WORK — TIME OF PERFORMANCE
Use the table below to specifically identify tasks, sub -tasks, activity and/or deliverable, the duration
for completion & projected completion from date of written notice to proceed.
Consultant shall submit the Deliverables and perform the Work as depicted in the tables below
(additional pages may be added as needed;
_
SCHEDULE OF DELIVERABLES
Task, Sub -task,
or Activity ID #
Major Task, Sub -Task, Activity, or Deliverable
Duration (specify
weeks or calendar
days)
Delivery Date*
(cumulative weeks, or
calendar days;
Pre -Design Services
90 days
NTP + 90
Phase 1
Schematic Design
_c
60 c days
NTP + 150
City/CRA Review
14 c days
_
NTP + 164
Phase 2
Design Development
60 c days
NTP + 224
City/CRA Review
14 c days
NTP + 238
Phase 3
Contract Documents
120 c days
NTP + 358
City/CRA Review
30 c days
NTP + 388
Phase 4
Permitting — Dry Run
90 c days
NTP + 478
Phase 5
Bid & Award Phase_
90 c days
NTP + 568
Phase 6
Construction Phase Administration
365 c days NTP + 933
* An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon
receipt of the NTP.
CIP Form 116
63
Revised 10/19/12
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 82
1.2.a
V. COMPENSATION
For the purposes of this Agreement, the Cost of the Work shall be the total cost to the Owner to
construct all elements of the Project designed or specified by the Architect and shall include
contractor's general conditions costs, overhead and profit. The Owner's initial budget for the Cost of
the Work is $3,500,000.00 and will be adjusted throughout the Project. Upon completion of the Bid
Phase, the Basic Services Lump Sum Fee will be adjusted based upon 7.70% of Cost of the Work
as evidenced by the lowest responsible Bid.
Our Lump Sum Fees for performance of the "Scope of Basic Services" outlined above are listed in
the Fee Breakdown below. Basic Service Fees are presented as a total lump sum fixed fee of
$269,500.00 for all phases of the work (7.70% of Cost of the Work). Our current fee is broken down
per phase as follows:
Consultant shall perform the Work detailed in this Proposal for a Total fee of Four Hundred Ninety
Eight Thousand Two Hundred Thirty Seven Dollars and Zero Cents (498237.00). 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 $10.700.00. 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- BASIC SERVICES *
Task, Sub -
task, or
Activity ID #
Major Task Name and/or Activity Description
Fee Amount
Fee Basis
Pre -Design Services
Item #1
Documentation of Existing Conditions
$ 14,850
City Worksheet
Item #2
Alta Survey
$ 7,040
City Worksheet
Item #3
Building Evaluation Report
$ 29,641
City Worksheet
Subtotal — Pre -Design Fees
$ 51,531
Phase 1
Schematic Design
$ 40,425
15% of Fees
Phase 2
Design Development
$ 53,900
20% of Fees
Phase 3
Contract Documents
$ 94,325
35% of Fees
Phase 4
Permitting — Dry Run
$ 6,738
2.5% of Fees
Phase 5
Bid and Award Phase
$ 6,738
2.5% of Fees
Subtotal — Basic Services Phase 1 thru 5
$202,126
Phase 6
Construction Phase Administration
$ 67,374
25% of Fees
Allowance for Reimbursable Expenses
$ 5,000
Allowance for Additional Services
$ 5,000
TOTAL Basic Services
$331, 031
*Note: Compensation should match the Task, Activities, and/or Deliverables identified.
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 Additional Services and not included in our basic services:
SUMMARY OF ADDITIONAL SERVICES
Task, Sub -
task, or
Activity ID #
Item #1
Major Task Name and/or Activity Description
Civil Engineering
Item #2
Item #3
Item #4
CIP Form 116
Landscape Architecture
Threshold/Special Inspections
Design of Temporary Bracing
Fee Amount
$ 40,442
$ 10,013
$ 17,576
$ 21,703
Fee Basis
City Worksheet
Allowance Item
Allowance Item
Allowance Item
Revised 10/19/12
64
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 83
1.2.a
Item #5
Cost Estimates
$ 48,533 City Worksheet
Item #6
Geotechnical Engineering & Materials Testing
$ 20,000
Allowance Item
Item #7
COA Application Assistance
$ 3,240
City Worksheet
Subtotal — Additional Services and Allowances
$161,506
Allowance for Reimbursable Expenses
$ 5,700
TOTAL Additional Services and Allowances
$167,206
*Note: Compensation should match the Task, Activities, and/or Deliverables identified.
VII. DATA PROVIDED BY CITY
The following information or documents are to be provided by the City:
All pertinent historical information and construction history records.
Environmental Studies and reports.
VIII. PROJECT MANAGER
CONSULTANT'S Project Manager for this Work Order assignment will be:
Pablo R. Quinones Cordero, AIA
Submitted by:
hard J. Heisenbott e, FAIA, Pre - dent
RJ Heisenbottle Architects, P.A.
Reviewed and approval in concept
recommended by:
Name, Project Manager
Enter City of Miami Department
65
CIP Form 116 Revised 10/19/12
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 84
1.2.a
Pre -Design Services Item #1
Documentation of Existing
Conditions Keith & Associates
66
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 85
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
98 '6d ie ed
Protect:
Project No.: B-
Description: Existing Conditions Services
Consultant Name: Keith and Associates
Contract No.: 10499.M0
Date: 6/12/2018
Estimator: TFD
STAFF CLASSIFICATION
Staff Hours
By
Activity
Job Classification
Staff
Applicable Rate
Position 1
CAD Technician
Rate: $27.59
Position 2
BIM/CIM Modeler
Rate: $51.72
Position 3
Prof Surveyor
Rate: $41.38
Position 4
Survery
Rate: $18.97
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
name
Rate:
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cosy Activity
Man
hours
Cost/ Activity
Man
hours
Cosy Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Task 102 Laser Scanning Services
6
$166
8
$248
60
$1,138
p
72
$1,552
$21.56
2 Task 103 REVIT Modeling
60
$3,103
60
$3,103
$51.72
3
L
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
6
60
6
60
132
Total Staff Cost
$155.54
$3,103.20
$248.28
$1,138.20
1
$4,655.22
$35.27
.o io
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
.ay0
/ 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 subconsullant. 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: Revlaed 9/1510B
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: Fen Derr:riptinn
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$13,500.14
S13,500.14
$ (0.14)
$13,500.00
$13,500.00
67
1.2.a
Pre -Design Services Item #2
ALTA Survey
Keith & Associates
68
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 87
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
88 '6d l813ed
Project:
Project No.: B-
Description: ALTA Survey Services
STAFF CLASSIFICATION
Consultant Name: Keith and Associates
Contract No.: 10499.M0
Date: 6/12/2018
Estimator: TFD
Job Classification-
Staff
Applicable Rate
Position 1
CAD Technician
Rate: $27.59
Position 2 Position 3
BIMICIM Modeler Prof Surveyor
Rate: $51.72 Rate: $41.38
Position 4
Survery
Rate: $18.97
Position 5
name
Rate:
Position 8
name
Rate:
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Coat By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Task 101 ALTA/NSPS Survey
24
$662
8
$331
64
$1,214
96
$2,207
$22.99
2
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
24
8
64
96
Total Staff Cost
$662.16
$331.04
$1,214.08
$2,207.28
$22.99
otal % of Work by Position
25.0%
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. Foul: 117: Revised 9115/O5
8.3%
66.7%
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:
Geotechnlcal 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:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$6,401.11
$6,401.11
$ (1.11)
$6,400.00
$6,400.00
cra
1.2.a
Pre -Design Services Item #3
Building Evaluation Report
R.J. Heisenbottle Architects, PA
Douglas Wood & Associates, Inc.
70
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 89
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
06 '6d l813ed
Project: Citizens Bank Restoration
Project No.: B-
Description: RJHA Building Evaluation
Consultant Name: Richard J Heisenbottle, Architects, P.A.
Contract No.:
Date: 7/13/2018
Estimator: Pablo R. (uuinones, AIA - Projet Manager
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Position 1
R Heisenbottle
Rate: $82.06
Position 2
Juan Alcal8
Rate: $62.08
Position 3
Pablo Quinones
Rate: $58.00
Position 4
Rate: $58.00
Position 5
Marla Carvajal
Rate: $41.94
Posltlon 6
Staff Arch Levet II
Rate: $38.15
Position 7
Intern Architect
Rate: $31.00
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 Cost/ Activity
hours
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Field investigations
4
$248
7
$406
15
$629
26
$1,283
$49.36
2 Review Existing
2
$124
3
$174
5
$210
10
$508
$50.78
3 Review Existing Documentation
2
$124
3
$174
5
$210
10
$508
$50.78
4 Reports
1
$62
2
$116
5
$210
8
$388
$48.47
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
9
15
30
54
Total Staff Cost
$558.54
$870.00
$1,258.20
$2,686.74
$49.75
otal "/o OT WOrK Dy Position
6.7
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 Mleml, C.I.P. Form 117: Revised 9115108
27.8%
55.6%
1 • SUBTOTAL ESTIMATED FEE: (multiplier 2.9)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub:
Subconsultant: Sub 4
Subconsultant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: 10% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$7,791.55
$7,791.55
$ (779.15)
$7,012.39
$7,012.39
71
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
66 '6d l813ed
Project: Citizens Bank -investigation and Evaluation
Project No.: B- Description: Structural engineemg services for Investigation and evaluation of the Citizens Bank Building
STAFF CLASSIFICATION
Consultant Name: Douglas Wood Associates, Inc.
Contract No.:
Date: 7/13/2018
Estimator: DSW
Job Classification
Staff
Applicable Rate
Principal
Douglas Wood
Rate: $62.08
Project Manager
Jorge Ruiz
Rate: $49.88
Engineer
Fernando Martinez
Rate: $36.54
Sr CAD Technician
Rogeno Martinez
Rate: $37.02
CAD Technician
Francisco Alvarez
Rate: $28.13
Admin.
Kenneth
Rate:
Assistant
Boyer
$29.81
Clerical
TBD, as
Rate:
necessary
$14.00
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 Cost/ Activity
hours
1 Scope of Basic Services Item No. 1
2
$100
2
$100
$49.88
2 Scope of Basic Services Item No. 2
2
$124
10
$499
32
$1,169
1
$30
45
$1,822
$40.49
3 Scope of Basic Services Item No. 3
1
$50
6
EMI
7
$289
$38.46
4 Scope of Basic Services Item No. 4
3
$110
3
$110
$36.54
5 Scope of Basic Services Item No. 5
1
$62
4
$200
4
$146
1
$30
10
$438
$43.76
6 Scope of Basic Services Item No. 6
1
$50
1
$50
$49.88
7 Scope of Basic Services Item No. 7
1
$62
4 $200
2
$73
5
$185
12
$520
$43.31
8 Scope of Basic Services Item No. 8
3 $150
8
$292
1
$30
12
$472
$39.31
9 Scope of Basic Services Item No. 9
1
$62
2 $100
3
$162
$53.94
10 Scope of Basic Services Item No. 10
4
$248
4
$200
1
$30
9
$478
$53.06
11 Scope of Basic Services Item No. 11
$62
8
$399
26
$731
29
$1,192
$41.10
12 Scope of Basic Services Item No. 12
1
$62
1
$50
2
$73
1
$30
5
$215
$42.97
13 Scope of Basic Services Item No. 13
3
$150
3
$110
6
$259
$43.21
14 Scope of Basic Services Item No. 14
10
$499
4
$146
12
$444
20
$563
3
$89
4
$56
53
$1,797
$33.91
15
16
17
18
19
20
21
22
23
24
I
25
26
I
27
Total Staff Hours
11
53
84
17
20
8
197
Total Staff Cost
$682.66
$2,643.64
$3,069.36
$629.34
$562.60
$238.48
$56.00
$7,882.08
$40.01
otal % of Work by Position
5.6% 28.9% 42.6% 8.6% 10.2% 4.1% 2.0%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at I day = $
4 - man Survey Crew: crew days at / day = $
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Mlaml, C.I.P. fbnn 117: Revised 9/15/08
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: 10% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
t
$22,858.03
$22,858.03
$ (2,285.80)
$20,572.23
$200.0(
$20,772.23
1.2.a
Additional Services Item #1
Civil Engineering
Keith & Associates
73
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 92
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
C6 '6d l813ed
Project:
Project No.: B-
Description: Civil Engineering Services
Consultant Name: Keith and Associates
Contract No.: 10499.M0
Date: 7/16/2018
Estimator: TFD
STAFF CLASSIFICATION
Position
Rate:
Job Classification
Staff
Applicable Rate
Position 1
Project Engineer
Rate: $34.48
Position 2
Prof Engineer (PE)
Rate: $43.10
Position 3
Sr Field Inspector
Rate: $31.63
Position 4
name
Rate:
Position 5
name
Rate:
6
name
Position 7
name
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Man
hours
Cast/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity.
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Task 401 Prelim Site/Civil Eng. Plans(Site Plans)
40
$1,379
28
$1,207
68
$2,586
$38.03
2 Task402 Paving, Grading, and Drainage Plans
36
$1,241
20
$862
1
56
$2,103
$37.56
3 Task 403 Water Distribution & Sanitary Sewer Plans
40
$1,379
24
$1,034
64
$2,414
$37.71
4 Task404 Site/Civil Engineering Permitting
48
$1,655
20
$862
68
$2,517
$37.02
5 Task 406 Bidding Assistance/Negotiations
2
$69
8
$345
1
10
$414
$41.38
6
7
8 Task 801 Site/Civil Eng. Construction Observation
75
$2,586
104
$3,227
179
$5,813
$32.48
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
241
100
104
445
Total Staff Cost
$8,309.68
$4,310.00
$3,227.12
;15,846.80
$35.61
otal %a or or Dy POsItlon
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 5115/05
23.4
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: 20% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Relmbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$45,955.72
$45,955.72
$
$ (n.191.14)
$36,764.58
$36,764.55
74
Iv)
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
1.2.a
Additional Services Item #2
Landscape Architecture Keith &
Associates
75
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 94
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
96 '6d l813ed
Project
Project No.: B-
Description: LANDSCAPE ARCHITECTURE SERVICES
Consultant Name: Keith and Associates
Contract No.: 10499.M0
Date: 7/13/2018
Estimator: TFD
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Position 1
LA Designer
Rate: $31.03
Position 2
Sr. LA Designer
Rate: $34.48
Position 3
LA Archttect(RLS)
Rate: $43.10
Position 4
name
Rate:
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
name
Rate:
Staff Hours
By
Activity
r Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Task 701 Conceptual Design
8
$248
8
$276
12
$517
28
$1,041
$37.19
2 Task 702 Schematic and Site Plan Application
12
$372
12
$414
8
$345
32
$1,131
$35.34
3 Task 703 Oonstruction Documents
12
$372
12
$414
8
$345
32
$1.131
$35.34
4
5 Task 802 Landscape Construction Observation
8
$278
8
$345
16
$621
$38.79
6
7
8
9
10
11
12
13
14
15
10
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
32
40
i
36
108
Total Staff Cost
$992.96
$1,379.20
$1,551.60
$3,923.78
$38.33
otal % of Work by Position
29.6%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
37.0%
/ 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:
Geolechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: 20% Fee Reduction
3 -SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$11,378.90
$11,378.90
$
$ (2,275.78)
$9,103.12
$9,103.1,
76
N
02
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
1.2.a
Additional Services Item #3
Threshold / Special Inspections
Douglas Wood & Associates, Inc.
77
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 96
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
L6 '6d l813ed
Project: Citizens Bank Restoration
Project No.: B-
Description: Special Inspection Services for Restoration of the Citizens Bank Building
STAFF CLASSIFICATION
Consultant Name: Douglas Wood Associates, Inc.
Contract No.:
Date: 7/13/2018
Estimator: DSW
Job Classification
Staff
Applicable Rate
Principal
Douglas
Rate:
Wood
$62.08
Protect Manager
Jorge Ruiz
Rate: $49.88
Engineer
Fernando
Rate:
Martinez
$36.54
Admin. Assistant
Kenneth Boyer
Rate: $29.81
Clerical
TBD, as necessary
Rate: $14.00
Rate:
Cost/ Activity
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
Mn
I Cost/ Activity
hour
hours
Man
hours
Coat/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Man
hours
' Cost/ Activity
1 Spnciallnspectmn
2
$124
1
t
4
187
$6,887
$36.83
9
i
10
11
12
13
14
15
16
17
18
19
20
21
22
23 _
24
25
26
27
Total Staff Hours
2
10
165
6
4
-_�
187
Total Staff Cost
$124.12
$498.80
`
$6,029.10
$178.86
$56.00
66,886.88
$36.83
otal Ye or or Dy r'osltlon
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 aubconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICEJFDOT Standard Scope
and Staff Hour Estimation Handbook.
City of Mleml, C.I.P. Font 117: Revised 6115/08
3.2
2.1 %
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: 20% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursabtes (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
519,971.95
$19,971.95
$
$ (3,994.39)
$15,977.56
$350.00
$18,327.56
78
1.2.a
Additional Services Item #4
Design of Temporary Bracing
Douglas Wood & Associates, Inc.
79
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 98
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
66 '6d l813ed
Project Citizens Sank Restoration - Temporary Shoring & Bracing Systems
Project No.: B- Description: Sruotural Engineering Services for Temporary Shoring & Bradng of the Citizens Bank Building
STAFF CLASSIFICATION
Consultant Name: Douglas Wood Associates, Inc.
Contract No.:
Date: 7/13/2018
Estimator: DSW
Job Classification
Staff
Applicable Rate
Principal
Douglas Wood
Rate: $62.06
Protect
Jorge
Rate:
Manager
Rutz
$49.88
Engineer
Fernando Martinez
Rate: $36.54
Sr CAD Technlclan
Rogello Martinez
Rate: $37.02
CAD Technlclan
Francisco Alvarez
Rate: $28.13
Admin. Assistant
Kenneth Boyer
Rate: $29.81
Clerical
TBD, as necessary
Rate: $14.00
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
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Scope of Additional Services No. 1
2
$124
4
$200
1
$37
7
$360
$51.45
2 Scope of Additional Services No. 2
2
$100
3
$110
1
$30
6
$239
$39.87
3 Scope of Additional Services No. 3
1
$50
8
$219
7
$269
$38.45
4 Scope of Additional Services No. 4
5
$249
14
$512
19
$781
$40.05
5 Scope of Additional Services No. 5
2
$124
10
$499
24
$877
36
$1,500
$41.66
6 Scope of Additional Services No. 6
1
$50
3
$110
6
$222
20
$563
30
$944
$31.47
7 Scope of Additional Services No. 7
1
$50
1
$37
1
$14
3
$100
$33.47
8 Scope of Additional Services No. 8
2
$100
3
$110
1
$37
2
$56
1
$30
9
$332
$36.94
9 Scope of Additional Services No. 9
1
$62
3
$150
12
$438
2
$74
1
$14
19
$738
$38.85
10 Scope of Additional Services No. 10
3
$150
4
$146
1
$37
1
$30
9
$363
$40.29
11 Scope of Additional Services No. 11
1
$62
12
$599
60
$2,192
1
$30
1
$14
75
$2,897
$38.62
12
13
14
15
16
17
18
19
20
21
22
23
24
26
26
27
Total Staff Hours
6
44
131
10
22
4
3
220
Total Staff Cost
$372.36
$2,194.72
$4,786.74
$370.20
$618.86
$119.24
$42.00
$8,504.12
$38.66
otal %of or by Position
ESTIMATE OF SURVEY CREW CcOSTS
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: ReNaed 9/15/08
4.5
10.0% 1.8% 1.4%
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: 20% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$24,661.95
$24,661.95
$ -
$ (4,932.39)
$19,729.56
$150.00
$19,879.56
80
1.2.a
Additional Services Item #5
Cost Estimates
J.A. Condon & Associates
81
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 100
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
1.01. '6d la13ed
Project: CITIZENS BANK BUILDING
Protect No.: B- Description: PROBABLE CONSTRUCTION COST ESTIMATE - SCHEMATIC DESIGN PHASE
STAFF CLASSIFICATION
Consultant Name: J. A. CONDON & ASSOCIATES, INC.
Contract No.:
Date: 7/13/2018
Estimator: John J. Yanoviak
Job Classification
Staff
Applicable Rate
Position 1
John J. Yanoviak
Rata: $62.06
Position 2
Diane Goodman
Rate: $50.00
Position 3
Victor Kobultz
Rate: $45.00
Position 4
Laura Flynn
Rate: $35.00
Position 5
name
Rate:
Position 6
name
Rate:
Position
Rate:
Men
hours
7
Cost/ Activity
' Staff Hours
By
Activity
Salary
Cos1 By
Activity
Average -
Rate Per
Task
Work Activity
Man
hours
Cost/ Activity
hoursuCost/ Activity
hours
our
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 On -site survey of existing improvements & site areas
10
$621
_
10 $621
$62.06
2 Compile & catalog data acquired from on -site survey
4
$248
6 $300
8
$280
18
$828
$46.01
3 Review A&E design documents with design team
6
$372
6
$372
$62.06
4 Quantity surveys from A & E design documents
4
$248
16 $800
8
$360
2
$70
30
$1,478
$49.27
5 Integrate costs applicable to job conditions & access
2
$124
8
$400
4
$180
14
$704
$50.29
6 Organize takeoff data & apply pricing to cost estimate
4
$248
4
$200
8
$360
16
$808
$50.52
7 Prepare formatted cost estimate for client review
8
$496
6
$300
2
$70
16
$866
$54.16
8 Publish final version of Detailed Cost Estimate
4
$248
6
$300
4
$140
14
$688
$49.16
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Total Staff Hours
42
46
20
16
r-
124
Total Staff Cost
$2,606.52
$2,300.00
$900.00
$560.00
$6,386.52
$51.34
otal % of Work by Position
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days et
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 Mleml, C.I.P. Form 117: Revised 9/15109
12.9%
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: 10% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$18,462.91
$18,462.91
$ -
$ (1,846..9)
$16,616.62
$16,616.00
82
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Z06 '6d 1aVed
Project: CITIZENS BANK BUILDING
Project No.: B- Description: PROBABLE CONSTRUCTION COST ESTIMATE - DESEGN DEVELOPMENT PHASE
Consultant Name: J. A. CONDON & ASSOCIATES, INC.
Contract No.:
Date: 7/13/2018
Estimator: John J. Yanoviak
TAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Position 1
John J. Yanoviak
Rate: $62.06
Position 2
Diane Goodman
Rate: $50.00
Position 3
Victor Koblltz
Rate: $45.00
Position 4
Laura Flynn
Rate: $35.00
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rate Per
Task
Work Activity
Man Cost/ Activity
hours
Man I Cost/ Activity
hours
Man Cost/ Activity
hours
Man Cost/ Activity
bouts
Man Cost/ Activity
hours
Man Cost/ Activity
hours
Man Cost/ Activity
hours
1 Review A&E design documents with design team
2 Comparative review of schematic design documents 2 1 $124 6 1 $300
3 Quantity surveys from A & E design documents
4 Update costs applicable to job conditions & access
5 Organize takeoff data & apply pricing to cost estimate
6 Prepare formatted cost estimate for client review
7 Publish final version of Detailed Cost Estimate
Total Staff Hours
Total Staff Cost
Total % of Work by Position
3 $186 24 1 81,200 16 $720
2
$248
$124
8
$400 4
$400
$1,427.38 $2,800.00
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 Mieml, C.I.P. Form 117: Revised 9/15/0B
$180
2
•
6
12
43
18
10
10
$372
$584
$2,106
$828
$524
1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9)
Subconsultant: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsullant: Sub 3
Subconsultant: Sub 4
Subconsullant: Sub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: 10% Fee Reduction
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
$518
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$62.06
$48.68
$48.98
$51.77
$52.41
$51.82
$47.01
$15,942.40
$15,942.40
$ (1,594.24)
$14,348,16
($0.lr
$14,348.00
83
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
COI '6d 1aVe
Project: CITIZENS BANK BUILDING
Project No.: B- Description: PROBABLE CONSTRUCTION COST ESTIMATE - CONSTRUCTION DOCUMENT PHASE
Consultant Name: J. A. CONDON & ASSOCIATES, INC.
Contract No.:
Date: 7/13/2018
Estimator: John J. Yanovlak
STAFF CLASSIFICATION
Job Classification
Staff
Applicable Rate
Position 1
John J. Yanovlak
Rate: $82.08
Position 2
Diane Goodman
Rate: $50.00
Position 3
Victor Koblltz
Rate: $45.00
Posltlon 4
Laura Flynn
Rate: $35.00
Position 5
name
Rate:
Position 6
name
Rate:
Position 7
Rate:
Staff Hours
By
Activity
Salary
Cost By
Activity
Average
Rata Per
Task
Work Activity
Men
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
1 Review A&E design documents with design team
4
$248
4
$248
$62.08
2 Comparative review design development documents
2
$124
4
$200
2
$70
8
$394
$49.27
3 Quantity surveys from construction phase documents
2
$124
24
$1,200
12
$540
38
$1,864
$49.06
4 Update costs applicable to Job conditions & access
2
$124
8
$400
4
$180
14
$704
$50.29
5 Research update current material & equipment prices
2
$124
a
$400
10
$524
$52.41
6 Organize takeoff data & apply pricing to cost estimate
4
$248
8
$300
10
$548
$54.82
7 Prepare formatted cost estimate for client review
2
$124
4
$200
2
$70
8
$394
$49.27
6 Publish final version of Detailed Cost Estimate
2
$124
2
$100
4
$140
8
$364
$45.52
9
10
11
12
13
I
14
15
16
17
18
19
20
21
1
22
23
24
25
26
27
Total Staff Hours
20
56
18
8
100
Total Staff Cost
$1,241.20
$2,800.00
$720.00
$280.00
$5,041.20
$50.41
otal % of Work by Posltlon
20.0%
ESTIMATE OF SURVEY CREW COSTS
3 - man Survey Crew: crew days at
4 - man Survey Crew: crew days at
56.0%
/ 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 al Mleml. C.I.P. Form 117: Revised 5115/0B
16.0%
8.0%
3
1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9)
Subconsultanl: Enter Name of Sub 1
Subconsultant: Sub 2
Subconsultant: Sub 3
Subconsultant: ub 4
Subconsullant: Rub 5
2 - SUBTOTAL ESTIMATED FEE:
Geotechnical Field and Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee: 107, 4100rtinn
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$14,619.48
$14,619.48
$ -
$ (1,491.95)
$13,157.53
(*as.6}
$1,r10t.ctt1
$14,657.00
84
1.2.a
Additional Services Item #6
Geotechnical Engineering & Materials Testing
PSI
85
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 104
1.2.a
PSI RATES OF FEES AND SERVICES
SERVICE DESCRIPTION
UNIT
UNIT RATE (MED)
LABORATORY TESTING SERVICES
Modified Proctor Test (ASTM D-1557)
EACH
$ 90.00
Organic Content (ASTM D-2974-C)
EACH
$ 60.00
Sieve Analysis (ASTM C-136)
EACH
$ 65.00
Limerock Bearing Ratio (LBR) Tests
EACH
$ 225.00
Sample Pickup
HR
$ 40.00
SOILS
Engineering Technician - In -Place Density Testing
HOUR
40.00
Trip Charge
PER TRIP
20.00
CONCRETE AND MASONRY
Engineering Technician
HOUR
$ 40.00
Concrete Compressive Strength Testing
PER SET
$ 40.00
Grout Compressive Strength Testing
PER SET
$ 40.00
Mortar Compressive Strength Testing
PER SET
$ 40.00
Cylinder Pickup Only
HR
$ 40.00
Trip Charge
PER TRIP
$ 20.00
STRUCTURAL STEEL
Structural Steel Inspector
HOUR
$ 65.00
Trip Charge
PER TRIP
$ 20.00
SPECIAL INSPECTIONS
Special lnspector
HOUR
$ 65.00
Trip Charge
PER TRIP
$ 20.00
MISCELLANEOUS ITEMS
Clerical
EACH
$ 30.00
Professional Engineer
PER VISIT
$ 95.00
Project Manager
HOUR
$ 85.00
Project Set -Up Fee
ONE TIME
$ 150.00
OVERTIME RATES
Engineering Technician
HOUR
$ 60.00
Special Inspector / CWI / PT Inspector
HOUR
$ 84.00
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
86
Packet Pg. 105
1.2.a
Additional Services Item #7
COA Application
R.J. Heisenbottle Architects, PA
87
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
Packet Pg. 106
LOI. '6d;e) 3ed
Protect: Citizens Bank Restoration
Protect No.: B-
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Description: RJHA COA Application
Consultant Name: Richard J Heisenbottle, Architects, P.A.
Contract No.:
Date: 7/13/2018
Estimator: Pablo R. Quinones, AIA - ProJet Manager
STAFF CLASSIFICATION
6
Level II
$36.15
Job Classification
Staff
Applicable Rate
Position 1
R Helsenbottle
Rate: $62.06
Position 2
Juan Alcal4
Rate: $62.06
`
Position 3
Pablo Quinones
Rate: $58.00
Position 4
Rate: $58.00
Position 5
Marla Carvajal
Rate: $41.94
Position
Staff Arch
Rate:
Position 7
Intern Architect
Rate: $31.00
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
Men
hours
Cost/ Activity
Man
hours
Cost/ Activity
Man !Cost/ Activity
hours
1 fleeting with HPB & CTIP for Final COA Package
3
$186
3
$186
$62.06
2 Renew COA Final Package presentation
3
$188
3
$188
$62.06
3 ¢owe=point Presentation fo. HPB-COA Submittal
a
$496
8
$498
$82.08
4 HF6 flesentalton meeting
4
$248
4
$248
$62.08
3
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
18
18
Total Staff Cost
$1,117.08
$1,117.08
1 $62.06
Total % of Work by Position
100.0%
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 9/1510a
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: t-litti en l/r vaiptlnr.
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Attachment: 4777 Exhibit (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
$3,239.53
$3,239.53
$3,239.53
$3,239.53
°8
1.2.b
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jason Walker, Executive Director
Omni Community Redevelopment
Agency (Omni CRA)
FROM: Annie Perez, CPPO, Director
Department of Procurement
August 9, 2018
SUBJECT: Recommendation of Award of a
Contract for Architectural and Engineering
Services for Citizens Bank Building Restoration
Project
REFERENCES: RFQ No. 17-18-005
ENCLOSURES: Chairperson's Report with Score
Sheets; Evaluation Committee Appointment
Memo
Recommendation
Based on the findings below, the Department of Procurement (Procurement) hereby
recommends award of Request for Qualifications (RFQ) No. 17-18-005, to R.J. Heisenbottle,
P.A. (Heisenbottle), for Architectural and Engineering (A&E) Services for Citizens Bank Building
Restoration Project (Project).
The Project is necessary to provide A&E design services for the restoration of the historic
Citizens Bank. The Omni CRA's intention is to conduct a faithful and accurate restoration of the
Citizens Bank Building exterior and structure with a "white box" interior. It is also the intention of
the Omni CRA to retain the dominant outward historical characteristics of the building, to
maintain the likeness of the history of the bank and its significance for past, present, and future
generations. Services shall include all required investigations, studies, land survey, location of
underground utilities and structures, geotechnical services, structural design repairs, electrical
design, mechanical design, architectural historic preservation, architectural schematic design,
design development, construction documents, construction permits, bidding, and construction
administration services for the Project.
Fiscal Impact
The fiscal impact to the City of Miami (City) for the negotiated contract is $498,237. This fee is
comprised of a fee for basic services of $326,031, plus $161,506 for additional services and
$10,700.00 for reimbursable expenses. The original price proposal submitted by Heisenbottle
totaled to $747,720; therefore, negotiations resulted in $249,483 of considerable savings for our
taxpayers.
Background
On, January 25, 2018, the City, through Procurement, issued a solicitation for the Project under
full and open competition. On March 7, 2018, the Office of the City Clerk received six (6)
proposals in response to the solicitation. Subsequently, the proposals were reviewed by
Procurement staff, upon which five (5) proposals were deemed responsive and responsible in
accordance with the minimum and submission requirements of the RFQ. One (1) proposal,
submitted by R.E. Chisholm Architects, Inc., was deemed nonresponsive and, therefore,
disqualified from the procurement process for failure to meet the minimum requirements of the
RFQ. Accordingly, on April 25, 2018, the Evaluation Committee ("Committee") met and
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 108
1.2.b
Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project
Jason Walker, Executive Director, Omni CRA
completed the evaluation and ranking of the five (5) responsive and responsible proposals
following the stipulated guidelines in the solicitation. The proposals were evaluated in
accordance with the six (6) evaluation criteria, and ranked by total awarded points (see
enclosed Evaluation Committee Report).
Upon the review, and subsequent approval of the Evaluation Committee's Report by the
Executive Director, negotiations were initiated with Heisenbottle, the highest ranked firm. The
City's negotiation team, comprised of the Omni CRA, Office of Capital Improvements, Planning
Department, and Procurement, held good faith negotiations with Heisenbottle principals that
addressed:
1. Coordination of the various professional consulting services necessary for the Project;
2. Established and capped fair market professional services fee schedule;
3. A Project tasking solution which supports an implemental and fiscally sound agreement,
in the best interest of the Omni CRA and its residents, and;
4. Legally sufficient and binding agreement terms and conditions, with the assistance and
support of the City Attorney's Office.
Successful negotiations were accomplished, and an agreement was mutually agreed upon on
July 19, 2018. As a result, Procurement hereby recommends award of a Professional Services
Agreement with Heisenbottle for the Project.
Consequently, approval of this recommendation to award is requested. Your signature below
will indicate approval of this recommendation.
Approved:
Jason Walker, l cecutive Director, Omni CRA
c: Emilio T. Gonzalez, Ph.D., City Manager, COM
Joseph F. Napoli, Deputy City Manager, COM
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM
Sandra Bridgeman, CPA, Assistant City Manager/Chief Financial Officer, COM
Rafael Suarez -Rivas, Chief Assistant City Attorney, COM
Todd B. Hannon, City Clerk, COM
Steven C. Williamson, Director, Office of Capital Improvements (OCI)
Hector Badia, Assistant Director, OCI
Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement
Date: ' \ A It
2
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 109
1.2.b
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jason Walker, Executive Director
Omni Community Redevelopment
Agency (Omni CRA)
FROM: Annie Perez, CPPO, Director
Department of Procurement
DATE: April 30, 2018
SUBJECT: Report of Evaluation Committee for
RFQ No. 17-18-005, Architectural and
Engineering Services for Citizens Bank Building
Restoration Project
ENCLOSURES: Response Security List,
Evaluation Committee Score Sheets, and
Evaluation Committee Appointment Memo
Backq round
On January 25, 2017, the Department of Procurement ("Procurement" issued Request for Qualifications
("RFQ') No. 17-18-005 for the provision of Architectural and Engineering ("A&E") Services for Citizens
Bank Building Restoration Project ("Project), for the Omni Redevelopment District Community
Redevelopment Agency (Omni CRA). On March 7, 2018, six (6) proposals were received in response to
this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which five (5)
proposals were deemed responsive and responsible in accordance with the minimum, and submission
requirements of the RFQ. One (1) proposal, R.E. Chisholm Architects, Inc., was deemed non -responsive
and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of
the RFQ.
Summary of E„O
On April 25, 2018, the Evaluation Committee ('Committee°) met and completed the evaluation of the five
(5) responsive proposals following the guidelines stipulated in the solicitation. The proposals were
evaluated pursuant to the six (6) evaluation criteria listed below:
Evaluation Criteria aximum Pointti
Per Committee Member)
1. Proposer's Qualifications and Experience 25
2. Proposers Team Qualifications and Experience 20
3. Proposer's Lead Design Architect Qualifications and Experience 15
4. Proposer's Project Manager Qualifications and Experience 15
5. Design Approach and Process 15
6. Technical Capabilities and Methodology 10
In accordance with the RFQ and the City of Miami ("City') Procurement Code, Section 18-87, as
amended, Proposers, who agreed to meet the Small Business Enterprise ("SBE') participation
requirement by assigning certified SBE firms with a "Local Office," as defined In the City Procurement
Code, Section 18-73, would be granted five (5) Bonus points. Two (2) Proposers, Gurri Matute, P.A. and
M.C. Harry and Associates, Inc., met the SBE participation requirement using the "Local Office" criteria,
and were granted five (5) Bonus points. The final scores are as follows:
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 110
1.2.b
Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project
Emilio T. Gonzalez, Ph.D., City Manager
Proposing Firm
Awarded Points Awarded Points
(Maximum 500 Points] Percentage
1. R.J. Heisenbottle Architects, P.A. 466 93.2%
2. Gurri Matute, P.A. 463 92.6%
3. M.C. Harry and Associates, Inc. 457 91.4%
4. Rodriguez and Quiroga Architects Chartered 407 81.4%
5. The Tamara Peacock Company Architects of 337 67.4%
Florida, Inc.
The tabulation and individual Committee member score sheets are attached as supporting
documentation. The Committee voted not to hold oral presentations, as the proposals did not require
further clarification.
Recommendation
The Committee hereby requests authorization for Procurement, in collaboration with the nominated
Negotiations Committee, Mr. Adam Old from the Omni CRA, Mr. Warren Adams from the Planning
Department ("PD"), and Ms. Sandra Vega from the Office of Capital Improvements ("OCI'), to commence
negotiations with the highest ranked firm, for a professional services agreement (PSA) for the provision of
Architectural and Engineering Services for Citizens Bank Building Restoration Project. The top three (3)
firms are the most qualified in accordance with the specifications set forth in the RFQ, and the technical
evaluation completed by the Committee. Therefore, should negotiations fail with highest ranked firm, the
Committee recommends commencing negotiations with the next ranked firm, and so on. The Committee
further recommends that Procurement be authorized to cease negotiations after a PSA is successfully
negotiated and subsequently awarded, in accordance with Section 18-87 of the City of Miami Code.
Approved:
Jason iker, Executive Director, Omni CRA
Date: S4141/
c. Emilio T. Gonzalez, Ph.D., City Manager, COM
Joseph F. Napoli, Deputy City Manager, COM
Fernando Casamayor, Assistant City Manager, COM
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM
Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM
Steven C. Williamson, Director, OCI, COM
Francisco J. Garcia, Director, Planning Department, COM
Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attorney's Office, COM
Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director/Chief Negotiator, Procurement, COM
Femando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement, COM
PR18003
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 111
1.2.b
BID ITENI:
(Try Oi :‘11mi oFFirt: oF THE CITY CLERK
BID sEcuRrn. LIST
Architectural and Engineering Services fur Citizens Bank Building Restoration
Project
HID NUMBER: RFQ 17-18-005
im-rE BID OPENED: Nlareh 7, 2(118 TIME: 2:00 p.m.
j111)1)Elt BID TUFAI.
1
1
1 The Tamara Peacock Cornpan). See attached
rit-.1.71tisholnt A-r-cft-i-te.e-t-s.- ."
Rodricuez and Quiroga Architects 'hartered
GM Ciurri Nlatute
R.I
NIC1.1zirr Associates
c.. . •
- • '
.•
AMOI;NT
See attached
BID BOND (ER)
CASHIER'S
See attached
--i
Set attached 1 See attached
See attached I
See attached
See attached
See attached
•••••••• • ••• • •. •
See attached See attached
_
Revell ed (6) bid() on behalf: aoc:iiretnent_,
Person ReceKing-Ilid(p1 --?-7 City 1pepartm,e!it ,
-3/ yr/
on. PltliPARED 1.3)':P! L; • (A L-4— k• Ir•-
Todu 's Bate
• Deputy C ity Clerk
•
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 112
£ I. I. '6d la13ed
CO e
EVALUATION COMMITTEE MEETING
Wednesday, April 25, 2011
DEPARTMENT OF PROCUREMENT
REQUEST FOR QUALIFICATIONS (RFQ) 17-18-005
A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK
Jason Walker, Executive Director. Omni Community Redevelopment Agency(ORA)
. Mn1e Pe7ez, CPPO, Director of Procurement
EVALL
OMI
I Sarah K. Cody (Miami•Dade County) m 4
32
tES BY
BERS
EVALUTION SCORES BY CRITERIA
a
d
m _
g
°
$
r
2
5i
J
Z
aF.
saw.Ir
A
3
'
1
o
_
!!l333
g
I
"�
$ -
•
1°
1
v
M
e
S11
d8
,�
`o
i
E
8
m
�w'
Je
v
~
Uiidd
SUARY TABULATION SHEET
RFQ NO. 17-18-005
Name wonted
Poore MP
sew. JO
TOP1
Creel. 0
Crewed a
WWI. as
Crtoriai
Crania 4
Crawl. a
7OP2
eemq
oW P.eeiweweq.
peed
RJ.HiWabotWAR19%cs,PA 1 dt
90
97
M
100
466
V6
63
70
70
06
47
466
0
455
RI
1
Curd %Meta. P.A. - A. 75
13
55
90
91
469
115
at
ae
05
66
46
466
6
€
.T%
J
Him
PAC.Heandariethater,Mc.
Rodrttu.z and Wraps Architects Chartered
72
90
01
73
94
03
72
00
65
75
97
90
51
402
407
037
Its
402
e6
55
79
63 _
70
64
se
J1 _
61
- 46
03
57
51
40
44
36
452
407
337
9
0
0
457
407
SI7
02.J%
01.4%
01.4%
a7.415
2
3
4
5
Tat Tamara Nand Cee:peny ► ehlta is of Florida, Ina •
Pepe I or 1
Sade Grey. fhapwaen
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
1766 '6d la13ed
EVALUATION COMMMrr rEE MEETING
Wednesday, April 25, 2018
DEPARTMENT OF PROCUREMENT
REQUEST FOR QUALIFICATIONS (RFQ) 17-18-005
A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING
Jason Walker. Executive Director - Omni Community Redevelopment Agency (CRA)
Annie Perez, CPPO, Director of Procurement
TABULATION SHEET
RFQ NO.17-18-005
NAME OF FIRM(3)
The Taman Peacock Company Architects of Florida, Inc.
EVALUATION COMMITTEE MEMBERI
0
0
4C
A
a
1
re
a
g
1
1A- Proposer's Qualifications and Experience (Max. 25 points)____16"—
2A • Proposer's Team Qusliflcatlons and Experience (Mex. 20 points) 12
3A - Proposer's lead Architect Qualifications and Experience (Max. 15 points) 10
41.• Proposer's Project Manager Qualifications and Experience (Max. 16 poklts) 6
5A- Design Approach and Process (Mex. 15 points) 5
6A - Technical Capabilities and Methodolgy (Max 10 points) 6
Qualitative Scores —
Page 1of3
14 10 17
12 10 14
10 10 7
10 15 10
6 7 7
10 63
10 56
10 46
8 51
a 36
337
5
337
T5
Sade Chaney. Chairperson
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
914 '6d la)13ed
EVALUATION COMMITTEE MEETING
Wednesday, April 25, 2018
DEPARTMENT OF PROCUREMENT
REQUEST FOR QUALIFICATIONS (RFQ) 17-18-005
A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING
Jason Walker, Executive Director- Omni Community Redevelopment Agency (CRA)
Annie Perez, CPPO, Director of Procurement
TABULATION SHEET
RFQ NO, 17-18-005
2
Rodriguez and Quiroga Architects Chartered
1A - Proposer's Qualifications and Experience (Max. 25 points)
2A- Proposer's Team Qualifications and Experience (Max. 20 points)
3A - Proposers Lead Architect Qualifications and Experience (Max. 15 points)
4A - Proposer's Project Manager Qualifications and Experience (Max. 15 points)
5A - Design Approach and Procne* (Mex. 15 points)
6A - Technical Capabilities and Met odolgy (Max 10 points)
3
R.J. Haissnbotfla Architects, P.A.
1A • Proposer's Quaflflrcatlons and Experience (Max. 25 points)
2A- Proposer's Team Qualifications and Experience (Max. 20 points)
3A • Proposers Lead Architect Qualifications and Experience (Max. 15 points)
4A • Proposers Project Manager Qualifications and Experience (Max. 15 poh a')
5A - Design Approach end Process (Max. 15 points)
6A - Technical Capabilities and Methodoigy (Max 10 points)
Page 2 of 3
EVALUATION COMMITTEE MEMBERS
0
5
yc
Adam Old (Omni CRA)
Dona Spain (City of Coral Gables)
W
4
0
0
u
3
6-
Y
z
Qualltative Sco
Qualitative Scores
--18--
11
10
11
8
15
12
14
10
10
15
13
12
12
8
15
13
10
15
10
25
18 20
13 15
14 12
13 15
4 10
18
13
13
11
7
20
15
15
13
8
20
15
15
10
10
102
70
64
61
57
44
25 120-
20
16
15
15
10
93
70
70
66
47
407
466
4
1
r 407 _
4
466
1
Sade Chaney, Chefrpeiaon
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
9 6 6 '6d lal3ed
EVALUATION COMMITTEE MEETING
Wednesday, April 25, 2018
DEPARTMENT OF PROCUREMENT
REQUEST FOR QUALIFICATIONS (RFQ)17-18-005
A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING
Jason Walker, Executive Director - Omni Community Redevelopment Agency (CRA)
Annie Perez, CPPO, Director of Procurement
4 iGurri Matute, P.A.
EVALUATION COMMITTEE MEMBERS
TABULATION SHEET
RFQ NO. 17-18-005
1A - Proposer'. Qualifications and Experience (Max. 25 points)
2A - Proposer•. Team Qualifications and Experience (Max. 20 points)
3A • Proposer's Lead Architect QuaIIf canons and Experience (Max. 15 points)
4A - Proposer's Project Manager Quafncatlons and Experience (Max. 15 points)
5A - Design Approach and Process (Max. 15 points)
6A - Technical Capabllltles and Metiadolgy (Max 10 points)
5 M.C. Harry and Associates, Inc.
IA • Proposer's qualification. and Experience (Max. 25 points)
2A. Proposees Team Qualifications and Experience (Max. 20 points)
13A - Proposer's Lead Architect Qualifications and Experience (Mex,15 points)
14A- Proposer's Project Manager Qualifications and Experience (Max. 15 points)
SA - Design Approach and Process (Max. 15 points)
5A - Technical Capabilltlea and Methodotgy (Max 10 points)
Pep 3of3
Adam Old (Omni CRA)
Dona Spain (City of Coral Gables) i
i
W
0
rc
Sze
Qusiltstive Scores
14
11
12
9
9
23
18 20
14 13
14 12
14 15
10 10
25
20
15
15
15
9
75 93 'U 95
19
13
15
15
10
h.l
- 115
91
e8
ea
68
48
458
2
5
463 2
Qualitative Scores
—Ili— —II-
12 18 17 20 18
11 14 15 15 15
12 14 15 16 15
9 13 12 14 15
immimEnimmsoumn9 9 10 10 10
85
70
71
e3
48
452
3
5
Sade Chaney, Chairperson
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
22 -- 25
1.2.b
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jason Walker. Executive Director DATE: March 1e, 2018 FILE:
Omni Community Redevelopment
May (CRA)
SUBJECT: A&E Services for the Restoration
of the Citizens Bank Building -
Appointment of an Evaluation)
Selection Committee
FROM: Annie Perez, CPPO. Director; ' REFERENCES: Request for Qualifications
Department of Procurement (RFQ) No. 17-18-006
In accordance with Section 18-88(c)(6) tithe City of Miami Code, the Department of Procurement
(Procurement) requests your approval of the appointment of the below fisted professionals to the
Evaluation/Selection Committee (Committee), to evaluate and score the proposals submitted in
response to Request for Qualifications No. 17-18-005 for A&E Services for the Restoration of the
Citizens Bank Building (RFQ), issued on January 26, 2018. The Committee shall be comprised
of professionals that have the requisite knowledge and experience to evaluate the proposals
pursuant to the criteria established h the RFQ.
Chairperson (non -voting)
Sade Chaney, Senior Procurement Contracting Officer, Procurement, City of Miami (COM)
City of Staff (voting)
1. Warren Adam. Preservation Officer, Planning and Zoning Department (P&Z), COM
2. Jose S. Camera, R.A. Director, Building Department (BD), COM
Extern I Committee Members (voting)
1. Adam Old, Director, Planning and Policy, Omni CRA
2. Sarah K. Cody, Chief, Historic Preservation Office, Miami -Dade County
3. Dona Spain, Historic Preservation Officer, Historic Resources, City of Coral Gables
Alternate rbere (voting)
1. Giraido Marquez, Chief Project Manager, Office of Capital improvements (OCI), COM
2. Sandra Vega, Senior Project Manager, OC1, COM
Your signature below affirms your appointment of this Committee for the evaluation of proposals
for the subject project, as solicited under RFQ No. 17-18-005.
Approved:
;,..:eptllfelke wai Exe ve Director, Omni CRA
c Emilio T. Gonzalez, Ph.D., City Manager, COM
Fernando Casamayor, Assistant City Manager, Chief Financial Cfficer, COM
Naeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Operations. COM
Steven C. Williamson, Director, OCI, COM
Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attomey's Office, COM
Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director, Procurement, COM
Fenn , , i; V. Ponassi, MA Arch., MA PPA, ?,. EDA' 'vr, Asslate;rt t c r ' PrOCU a r n , C!
Attachment: 4777 Memo - Award Recommendation (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens
Packet Pg. 117
1.2.c
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jason Walker, Executive Director
Omni Community Redevelopment
Agency (Omni CRA)
FROM: Annie Perez, CPPO, Director
Department of Procurement
DATE: April 30, 2018
SUBJECT: Report of Evaluation Committee for
RFQ No. 17-18-005, Architectural and
Engineering Services for Citizens Bank Building
Restoration Project
ENCLOSURES: Response Security List,
Evaluation Committee Score Sheets, and
Evaluation Committee Appointment Memo
Back4 round
On January 25, 2017, the Department of Procurement ("Procurement°) issued Request for Qualifications
(`RFQ") No. 17-18-005 for the provision of Architectural and Engineering ("A&E") Services for Citizens
Bank Building Restoration Project ("Project"), for the Omni Redevelopment District Community
Redevelopment Agency (Omni CRA). On March 7, 2018, six (6) proposals were received in response to
this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which five (5)
proposals were deemed responsive and responsible, in accordance with the minimum, and submission
requirements of the RFQ. One (1) proposal, R.E. Chisholm Architects, Inc., was deemed non -responsive
and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of
the RFQ.
Summary of Evaluation
On April 25, 2018, the Evaluation Committee ("Committee") met and completed the evaluation of the five
(5) responsive proposals following the guidelines stipulated in the solicitation. The proposals were
evaluated pursuant to the six (6) evaluation criteria listed below:
Evaluation Criteria
1. Proposer's Qualifications and Experience
2. Proposer's Team Qualifications and Experience
3. Proposer's Lead Design Architect Qualifications and Experience
4. Proposer's Project Manager Qualifications and Experience
5. Design Approach and Process
6. Technical Capabilities and Methodology
Maximum Points
.Per Committee Member)
25
20
15
15
15
10
In accordance with the RFQ and the City of Miami ("City") Procurement Code, Section 18-87, as
amended, Proposers, who agreed to meet the Small Business Enterprise ("SBE") participation
requirement by assigning certified SBE firms with a "Local Office," as defined in the City Procurement
Code, Section 18-73, would be granted five (5) Bonus points. Two (2) Proposers, Gurri Matute, P.A. and
M.C. Harry and Associates, Inc., met the SBE participation requirement using the "Local Office" criteria,
and were granted five (5) Bonus points. The final scores are as follows:
Attachment: 4777 Memo - Report of Evaluation Committee (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for
Packet Pg. 118
1.2.c
Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project
Emilio T. Gonzalez, Ph.D., City Manager
Proposing Firm
Awarded Points Awarded Points
?Maximum 500 Points Percentace
1. R.J. Heisenbottle Architects, P.A. 466 93.2%
2. Gurri Matute, P.A. 463 92.6%
3. M.C. Harry and Associates, Inc. 457 91.4%
4. Rodriguez and Quiroga Architects Chartered 407 81.4%
5. The Tamara Peacock Company Architects of 337 67.4%
Florida, Inc.
The tabulation and individual Committee member score sheets are attached as supporting
documentation. The Committee voted not to hold oral presentations, as the proposals did not require
further clarification.
Reccommen cation
The Committee hereby requests authorization for Procurement, in collaboration with the nominated
Negotiations Committee, Mr. Adam Old from the Omni CRA, Mr. Warren Adams from the Planning
Department ("PD"), and Ms. Sandra Vega from the Office of Capital Improvements FOCI'), to commence
negotiations with the highest ranked firm, for a professional services agreement (PSA) for the provision of
Architectural and Engineering Services for Citizens Bank Building Restoration Project. The top three (3)
firms are the most qualified in accordance with the specifications set forth in the RFQ, and the technical
evaluation completed by the Committee. Therefore, should negotiations fail with highest ranked firm, the
Committee recommends commencing negotiations with the next ranked firm, and so on. The Committee
further recommends that Procurement be authorized to cease negotiations after a PSA is successfully
negotiated and subsequently awarded, in accordance with Section 18-87 of the City of Miami Code.
Approved:
Jason iker, Executive Director, Omni CRA
Date:
c. Emilio T. Gonzalez, Ph.D., City Manager, COM
Joseph F. Napoli, Deputy City Manager, COM
Fernando Casamayor, Assistant City Manager, COM
Nzeribe lhekwaba, Ph.D., P.E., Assistant City Manager, COM
Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM
Steven C. Williamson, Director, OCI, COM
Francisco J. Garcia, Director, Planning Department, COM
Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attorney's Office, COM
Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director/Chief Negotiator, Procurement, COM
Fernando V. Ponassi, MA Arch., MA PPA, LEEDeAP, Assistant Director, Procurement, COM
PR18003
Attachment: 4777 Memo - Report of Evaluation Committee (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for
Packet Pg. 119
8/30/2018 Detail by Entity Name
1.2.d
DIVISION OF CORPORATIONS
r
DIVISION .of
�ovi,� [ \rrPrroiq
an ojflrlai Siren. LIFlorida wv ft9
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by Entity Name
Florida Profit Corporation
R.J. HEISENBOTTLE ARCHITECTS, P.A.
Filing Information
Document Number M48770
FEI/EIN Number 59-2783815
Date Filed 03/20/1987
State FL
Status ACTIVE
Last Event NAME CHANGE
AMENDMENT
Event Date Filed 01/28/1988
Event Effective Date NONE
Principal Address
2199 PONCE DE LEON BLVD
400
CORAL GABLES, FL 33134
Changed: 07/11/2008
Mailing Address
2199 PONCE DE LEON BLVD
Suite 400
CORAL GABLES, FL 33134
Changed: 01/08/2015
Registered Agent Name & Address
HEISENBOTTLE, RICHARD J
620 SAN SERVANDO AVENUE
CORAL GABLES, FL 33134
Address Changed: 06/29/2000
Officer/Director Detail
Name & Address
Title PRES
HEISENBOTTLE, RICHARD J
2199 PONCE DE LEON BLVD. SUITE400
Attachment: 4777 Corporate Detail (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
http://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrclE
Packet Pg. 120
8/30/2018 Detail by Entity Name
CORAL GABLES, FL 33134
1.2.d
Annual Reports
Report Year Filed Date
2015 01/08/2015
2016 04/18/2016
2017 03/22/2017
Document Images
03/22/2017 -- ANNUAL REPORT
04/18/2016 -- ANNUAL REPORT
01/08/2015 -- ANNUAL REPORT
02/08/2014 -- ANNUAL REPORT
04/30/2013 -- ANNUAL REPORT
03/20/2012 -- ANNUAL REPORT
02/10/2011 -- ANNUAL REPORT
01/05/2010 -- ANNUAL REPORT
03/25/2009 -- ANNUAL REPORT
07/11/2008 -- ANNUAL REPORT
04/10/2007 -- ANNUAL REPORT
03/23/2006 -- ANNUAL REPORT
03/03/2005 -- ANNUAL REPORT
03/29/2004 -- ANNUAL REPORT
01/21/2003 -- ANNUAL REPORT
02/20/2002 -- ANNUAL REPORT
01/27/2001 --ANNUAL REPORT
06/29/2000 -- ANNUAL REPORT
04/20/1999 -- ANNUAL REPORT
04/28/1998 -- ANNUAL REPORT
02/04/1997 -- ANNUAL REPORT
01/29/1996 -- ANNUAL REPORT
06/29/1995 -- ANNUAL REPORT
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
View image in PDF format
Florida Department of State, Division of Corporations
Attachment: 4777 Corporate Detail (4777 : Approval RFQ No. 17-18-005 - Architectural and Engineering Services for Citizens Bank Building)
http://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrdF
Packet Pg. 121
OMNI Board of Commissioners Meeting
September 12, 2018
1.3
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
Board Chair Ken Russell Date: September 5, 2018
and Members of the CRA Board
Jason Walker
Executive Director
File: 4778
Subject: 2018-2019 Purple Shirts Program
Continuation (Partnership with DDA
and Chapman Partnership)
Enclosures: 4778 Downtown Enhancement
Team Proposed Budget 2018-
2019
It is recommended that the Board of Commissioners of the Omni Redevelopment
District Community Redevelopment Agency ("Omni CRA") approve and adopt the
attached Resolution, authorizing the continuation of the Omni CRA's Purple Shirts
program and providing for additional funding to the DDA for program expansion in the
Omni Redevelopment Area for fiscal year 2018-2019.
BACKGROUND:
The Omni Redevelopment District Community Redevelopment Agency ("CRA") is
responsible for carrying out community redevelopment activities and projects within its
Redevelopment Area in accordance with the 2010 Omni CRA Redevelopment Plan
("Plan"); and
The CRA Board of Commissioners on June 30th, 2008 adopted and authorized the
issuance of a grant to the Downtown Development Authority (DDA) for expansion of the
Downtown Enhancement Team Program into the Media & Entertainment District in the
Omni Redevelopment areas.
The CRA Board of Commissioners also passed and adopted on December 1, 2016,
CRA-R-16-0057 as well as on January 17th 2018 CRA-R-18-0007; authorizing the
issuance of a grant to the Downtown Development Authority (DDA) for expansion of the
Downtown Enhancement Team Program into the Omni CRA area now established as
the Purple Shirts Program. The program has been very successful since inception. As a
result it is recommended that the program be continued.
Packet Pg. 122
JUSTIFICATION:
1.3
Section 4.4, B., D-5, at page 41 of the Plan, Section 4.4, C., D-1, at page 41 of the Plan,
and
Section 4.4, D., A-2, at page 42 of the Plan, respectively lists providing employment
opportunities and upward job mobility for residents, maximizing conditions for residents
to live in the area, and the elimination of conditions which contribute to blight as stated
redevelopment objectives. This program substantially fulfills these requirements.
FUNDING:
Funding allocated from Omni 2018-2019 Tax Increment Funds, Account titled "Other
Grants and Aids" with Account Code 10040.920501.883000.
City of Miami Page 2 of 4 File ID: 4778 (Revision:) Printed On: 9/6/2018
Packet Pg. 123
City of Miami
Legislation
OMNI CRA Resolution
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 4778 Final Action Date:
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
AUTHORIZING THE ISSUANCE OF A GRANT FROM ACCOUNT NO.
10040.920501.883000 IN AN AMOUNT NOT TO EXCEED $100,000.00 TO THE MIAMI
DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA TO
EXPAND THE DOWNTOWN ENHANCEMENT TEAM INTO THE OMNI
REDEVELOPMENT AREA FOR AN ADDITIONAL PERIOD OF ONE (1) YEAR
("PROGRAM"); AUTHORIZING THE EXECUTIVE DIRECTOR TO NEGOTIATE AND
EXECUTE ANY AND ALL DOCUMENTS NECESSARY TO EFFECTUATE THE
PROGRAM, IN A FORM ACCEPTABLE TO THE GENERAL COUNSEL.
WHEREAS, the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and
projects within its Redevelopment Area in accordance with the 2010 Omni CRA
Redevelopment Plan ("Plan"); and
WHEREAS, Section 4.4, B., D-5, at page 41 of the Plan, Section 4.4, C., D-1, at
page 41 of the Plan, and Section 4.4, D., A-2, at page 42 of the Plan respectively list
providing employment opportunities and upward job mobility for residents, maximizing
conditions for residents to live in the area, and the elimination of conditions which
contribute to blight as stated redevelopment objectives; and
WHEREAS, the Miami Downtown Development Authority of the City of Miami,
Florida ("DDA") sponsors the Downtown Enhancement Team ("Yellow Shirts") within the
boundaries of the Downtown District, which transitions formerly homeless individuals
into the workforce while keeping the downtown area beautiful; and
WHEREAS, the CRA through Resolution Nos. CRA-R-16-0057 and CRA-R-18-
0007 previously adopted and funded the expansion of the program in the
redevelopment area known as the "Purple Shirts" program ("Program"); and
WHEREAS, the Program has proved to be substantially successful in achieving
the objectives of the CRA by providing jobs and elimination of the slum and blighted
conditions in the area; and
WHEREAS, the Board of Commissioners of the CRA would like to further expand
the Program for an additional one (1) year; and
WHEREAS, the Board of Commissioners of the CRA wishes to allocate grant
funds from Account No. 10040.920501.883000 in an amount not to exceed
City of Miami Page 3 of 4 File ID: 4778 (Revision:) Printed On: 9/6/2018
1.3
Packet Pg. 124
$100,000.00, to the DDA to expand the Program further into the Redevelopment Area
for an additional period of one (1) year; and
1.3
WHEREAS, the Executive Director is requesting authority from the Board of
Commissioners of the CRA to negotiate and execute any and all documents necessary
to effectuate the Program, in a form acceptable to the General Counsel;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY:
Section 1. The recitals and findings contained in the Preamble of this Resolution
are adopted by reference thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The Executive Director is authorized to allocate grant funds from
Account No. 10040.920501.883000 in an amount not to exceed $100,000.00 to the
DDA to expand the Program into the Redevelopment Area for an additional period of
one (1) year.
Section 3. The Executive Director is authorized to execute any and all documents
necessary to effectuate the Program, in a form acceptable to the General Counsel.
Section 4. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 4 of 4 File ID: 4778 (Revision:) Printed On: 9/6/2018
Packet Pg. 125
1.3.a
Downtown Enhancement Team Proposed Budget - CRA GRANT
FY - 2018-2019
6 Member Crew (With Supervisor)
Item Quantity Unit Cost Cost
Personnel
Field Crew Members 6 $ 12,000.00 $ 72,000.00
Personnel Subtotal $ 72,000.00
Supervisor (Part-time - 32 hours)
Salary (including benefits) 1 $ 36,000.00 $ 36,000.00
Supervisor Subtotal $ 36,000.00
Uniforms
Polo Shirts (DDA / DET Custom) 36 $ 20.00 $ 720.00
Pants 36 $ 20.00 $ 720.00
Hats (DDA/DET Custom) 36 $ 10.00 $ 360.00
Uniforms Subtotal $ 1,800.00
Equipment
Brooms 7 $ 18.00 $ 126.00
Trash Grabber 7 $ 52.00 $ 364.00
Safety Vests 7 $ 10.00 $ 70.00
Gum Scrapers 7 $ 10.00 $ 70.00
Trash Bags (150 per case/ Each Case $ 35.05) 3750 $ 876.25 $ 876.25
Gloves (Latex) (100 per case/ Each Case $69.95) 1200 $ 840.00 $ 840.00
Safety Goggles 7 $ 10.00 $ 70.00
Gas 12 $ 60.00 $ 720.00
Misc Graffiti Removal Equipment 150 $ 16.20 $ 2,430.00
(Each pack includes 20 wipes/Each pack $16.20)
Water 400 3.5 $ 1,400.00
Misc . Supplies (As needed) $2,000.00
Equipment Subtotal $ 8,966.25
$ 118,766.25
Attachment: 4778 Downtown Enhancement Team Proposed Budget 2018-2019 (4778 : 2018-2019 Purple Shirts Program Continuation
Packet Pg. 126
OMNI Board of Commissioners Meeting
September 12, 2018
1.4
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
Board Chair Ken Russell Date: September 5, 2018
and Members of the CRA Board
Jason Walker
File: 4781
Subject: Business Improvement Program
Enclosures: 4781 Business Incentive Grant
Executive Director Program Guidelines
BACKGROUND:
It is recommended that the Board of Commissioners of the Omni Redevelopment
District Community Redevelopment Agency ("CRA") approve and adopt the attached
resolution authorizing an additional $500,000 in funding for Business Improvements
within the Omni CRA area.
JUSTIFICATION:
Section 4.4, B., B-3 and D-5, at page 41 of the Plan, Section 4.4, D., A-2, at page 42 of
the Plan and Section 4.4, E., D-7, at page 42 of the Omni Redevelopment Plan ("Plan"),
respectively lists the creat[ion] of economic magnets to draw more businesses to the
Omni area to compliment established business activities in the surrounding area,
provide employment opportunities and upward job mobility, maximizing conditions for
residents to live in the area, the elimination of conditions which contribute to blight, and
minimizing condemnation and relocation as stated redevelopment objectives.
Additionally, Page 97 of the Plan authorizes the CRA to engage in the encouragement
of small business opportunities in the redevelopment area. Through this improvement
program to businesses the CRA will be able to fulfill its redevelopment objectives.
FUNDING:
$500,000.00 allocated from Omni Tax Increment Fund Account No.
10040.920501.883000 titled "Other Grants and Aids."
Packet Pg. 127
City of Miami
Legislation
OMNI CRA Resolution
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 4781 Final Action Date:
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY ("CRA")
ALLOCATING $500,000.00 TO A BUSINESS GRANT PROGRAM FOR THE
PURPOSES OF BUSINESS DEVELOPMENT IN THE OMNI REDEVELOPMENT
AREA FROM ACCOUNT NO. 10040.920501.883000; AUTHORIZING THE
EXECUTIVE DIRECTOR TO DISBURSE FUNDS, AT HIS DISCRETION, AS A LOAN
TO BUSINESS ENTITIES ON A REIMBURSEMENT BASIS TO BUSINESS ENTITIES
OR DIRECTLY TO VENDORS UPON PRESENTATION OF INVOICES AND/ OR
SATISFACTORY DOCUMENTATION TO QUALIFYING BUSINESSES IN ORDER TO
DISBURSE FUNDS AS STATED HEREIN SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and
projects within the Omni Redevelopment Area ("Area") in accordance with the 2009
Omni CRA Redevelopment Plan ("Plan"); and
WHEREAS, Section 4.4, C., D-1, at page 41 of the Plan; Section 4.4, D., A02, at
page 42 of the Plan; and Section 4.4, E., D-7, at page 42 of the Plan all list maximizing
conditions for residents to live in the area, the elimination of conditions which contribute
to blight, and minimizing condemnation and relocation as stated redevelopment
objectives; and
WHEREAS, Section 5 of the Plan, titled "Projects and Strategies," also
encourages the CRA to further authorize "small business development through the
creation of financial resource pools"; and
WHEREAS, Page 97 of the Plan also authorizes the CRA to engage in the
"encouragement of small business opportunities in the redevelopment area"; and
WHEREAS, the Board of Commissioners of the CRA has previously allocated
funds to programs that rehabilitate facades, small business improvements, and improve
the quality of life within the Area; and
WHEREAS, these programs have been successful and have accomplished the
goals and objectives of the Plan; and
WHEREAS, the Board of Commissioners wishes to allocate an additional
$500,000.00 to a Business Program ("Program") to continue with similar programs in
the Area; and
City of Miami Page 2 of 3 File ID: 4781 (Revision:) Printed On: 9/6/2018
1.4
Packet Pg. 128
WHEREAS, funds are available from Account No. 10040.920501.883000 for the
Program; and
1.4
WHEREAS, the Executive Director is requesting authority to disburse funds for
the Program to eligible participants as a loan, on a reimbursement basis or directly to
vendors upon presentation of invoices and satisfactory documentation, without the need
for further approval from the Board of Commissioners;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble of this Resolution
are adopted by reference hereto and incorporated herein as if fully set forth in this
Section.
Section 2. The Program is hereby established with funds in the amount of
$500,000.00 allocated from Account No. 10040.920501.883000.
Section 3. The Executive Director is authorized to disburse funds at his
discretion, as a loan, on a reimbursement basis or directly to vendors upon presentation
of invoices and satisfactory documentation, to qualifying businesses.
Section 4. The Executive Director is exempted from complying with the
requirements of Resolution No. CRA-R-16-0042 as adopted by the Board of
Commissioners of the CRA on September 13, 2016 in order to disburse funds as stated
herein.
Section 5. The Executive Director is authorized to execute any and all
documents necessary to effectuate the Program, in a form acceptable to the General
Counsel.
Section 6. This Resolution shall become effective immediately.
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 3 of 3 File ID: 4781 (Revision:) Printed On: 9/6/2018
Packet Pg. 129
1.4.a
MIAMI OMNI CRA
2018-2019 CRA Business Incentive & Assistance
Program
Program Guidelines - Procedures —Application
Program Description'
The CRA Business Incentive & Assistance Program assists qualified business or property owners with
building and property improvements that are directly related to opening of a new business, improving
an existing business, remedying code violations, providing ADA access, assisting existing businesses
struggling due to blight or natural disasters and eliminating blighting neighborhood conditions in the
targeted areas of the Omni CRA. Business incentive & assistance funds may be used for improvements
to properties that are not eligible for grant funding from other sources available in the area, or to
supplement grant funds awarded by other agencies.
Funds may not cross Omni CRA District Boundaries and are targeted at specific areas in the Omni CRA
District. This program is a match assistance program requiring a 25% match from the property or
business owner. The program has a project cap of $100,000. In addition to the required private match,
the grant recipient is responsible for all project costs that exceed $100,000 provided by the CRA. The
CRA can recommend funding at a lesser amount, given that funds are awarded as available and based
on priorities outlined below. Funds from this program are paid directly to the contractors performing
the work, after contract award in a competitive bidding process.
Program Areas and Priorities:
While both Downtown Miami and the Wynwood area have benefited from the boom in commercial and
residential development, areas within the CRA district have not seen the benefit of this investment. The
business corridor of the Omni CRA suffers from neglected properties and a general aesthetic that is not
conducive for businesses to thrive in the community. The Omni CRA has prioritized improvements to
properties within the limits of the boundaries of the entire Omni CRA district (see map).
In the Omni CRA, priorities include projects that can use CRA funds to leverage other public and private
investments and bring new business and restaurant/entertainment venues to distressed areas. In
addition, this program seeks to bring needed improvement to the Multi -family residential units within
the program boundaries.
Since buildings with a high level of vacancy are eligible, the requirement of Certificates of Use,
Occupational License and Fire Fee for each business location will be waived. Property owners using
these funds cannot sell building for a period of five (5) years after rehabilitation work is complete. If the
building is sold during the five-year period, the building owner will repay funds in full. Funds will be
guaranteed by lien, mortgage or deed covenant tied to the property. Work performed is limited to
architectural services, stucco, windows, doors, storefront, lighting, awnings, and signage—all work must
meet local neighborhood building/appearance codes and performed with applicable permits and
inspections.
Packet Pg. 130
1.4.a
Eligibility:
These funds are usually not made for routine maintenance and should be part of a larger scope of
improvements to the property or area. Additionally, the property should have an active or soon -to -be
active business or residential use located on the property. Businesses who receive Business
incentive funds must create one full-time or equivalent job for every $30,000 in awarded
grant funds.
Completion:
All projects shall be completed within a 6-month period from the date the contract is signed. Extensions
beyond the 6-month completion date can only be made with the approval of the CRA Director. Such
approval shall be in writing and noticed to all parties.
Project i roceaures:
CRA= CRA Staff; CNTR = Contractor; PROP = Property Owner; TNT = Tenant
A) Application Process
CRA meets with Tenant and/or Property Owner, verifies that the property is an eligible address and that
the tenant/business and the improvements meet basic criteria for the CRA Business Incentive &
Assistance Program.
1. Review Tenant Business Model — CRA
2. Review Improvement Activities funded by the program (Eligible Activities List) — CRA, TNT, PROP
3. Eligible Scope of Work and Budget is Prepared — CRA, TNT, PROP
4. Tenant and Property Owner prepare Application, attach Scope and Budget — TNT, PROP
5. BEFORE pictures are taken — CRA
6. Application is reviewed — CRA & CRA
7. Letter of Grant Award or denial is sent to Property Owner and/or tenant — CRA
B) Contract Process
Contract includes scope of work exhibit. Additional documents such as sub -contractor lists (for release
of lien) and Work Authorization Form are used for project monitoring.
1. Tenant or Property Owner secures pricing (3 bids) and selects contractor (lowest bid wins) —
TNT, PROP & CRA
2. Tenant submits contractor list and copies of estimates to CRA — TNT
3. DMP Prepares Contract with Scope of Work as exhibit — CRA
4. Contract is executed — CRA, TNT, CNTR
5. Work Authorization Form is executed — CRA, TNT, PROP
6. CRA gives 40% to the Contractor to begin the work
7. Permits are pulled and work begins — TNT, CNTR
8. CRA monitors progress — CRA
C) Project Completion
Contractors are paid after all liens are released, the building permit is closed
and a final invoice is submitted.
1. AFTER Pictures are Taken — TNT
2. Release of Lien letter for each contractor is obtained — TNT, CNTR
3. Closed Permit Report submitted — TNT, CNTR
4. Final Invoice Submitted for payment — CNTR
5. CRA makes the final payment to the Contractor Payment (2-4 weeks) — CRA
Omni CRA Business Incentive & Assistance Program 2018 — 2019
Packet Pg. 131
1.4.a
Eligible Improvements:
The general rule of thumb for improvements is that the improvement should remain with the property.
Where special cases arise, the CRA staff will render a decision. Grant funds cannot be used for Fixtures,
Furniture or Inventory. Generally acceptable improvements are:
• Paint/Pressure Clean
• Signage
• Tile
• Masonry/Stucco
• Outdoor Hardscape Improvements (Fountains, Walkways, Pavers, Fencing, etc.)
• Outdoor Landscape
• Outdoor Lighting
• Windows/Doors
• Awnings
• ADA Compliance (Restrooms/Entrances)
• Interior Renovations or Buildout
• Plumbing Upgrades
• Mechanical Upgrades
• Electrical Upgrades
• Life/Safety (Fire) System Upgrades
• Grease traps
Contractor Requirements:
All Contractors, working in the CRA Business Incentive & Assistance Program including Painters, Awning
Companies, Shutter Companies, and Sign Companies must provide copies of the following documents
when providing an estimate/bid for the project:
1. Contractor Certificate of Competency or License
2. Contractor's Current Liability Insurance Certificate and Workers Compensation Certificate. If
exempt from Workers Comp Contractor must provide copy of exemption for each employee
that will be working. NOTE: If awarded a contract, both insurances must have the CRA as the
Certificate Holder with the address: 1401 N. Miami Ave., Miami FL 33136 and the Liability
insurance MUST have the CRA as additional insured
3. Contractor and Manufacturer's Warranty (if applicable)
4. Building permit, Special Permit or Certificate of Compliance (except paint jobs)
5. Release of Lien (provided by CRA) NOTARIZED
Recipient will post and maintain in good condition a sign substantially similar to the sign hereto at the
entrance of the Premises from the Effective Date (as defined herein) until three hundred sixty five (365)
days after the Completion Date.
Omni CRA Business Incentive & Assistance Program 2018 — 2019
Packet Pg. 132
1.4.a
CRA Business Incentive & Assistance Application
Applicant Contact Information
Contact Name
Mailing Address
Telephone
Fax
Email
Property Ownership and Corporation
Information
Corporation Name
Mailing Address
Corporation Officers & Titles
Date & State of
Incorporation
Tax ID#
Project Location & Scope
Project Address
Folio#
Year Built
Total Retail (Sq. Ft.)
Leased Retail (Sq. Ft.)
Description of the business
Scope of Work for entire
project.
Estimated Costs for entire
project
Estimated Start Date
Estimated
Completion Date
Omni CRA Business Incentive & Assistance Program 2018 — 2019
Packet Pg. 133
1.4.a
Scope of CRA-Funding Request
Description of Item
Estimated Cost
1.
1.
2.
2.
3.
3.
4.
4.
5.
5.
6.
6.
7.
7.
8.
8.
9.
9.
10.
10.
TOTAL
Acknowledgements
As a current business owner in this community or a business seeking to open a new location in this community, I
wish to participate in the OMNI CRA BUSINESS INCENTIVE & ASSISTANCE PROGRAM. I understand that this
application does not imply acceptance in the program and, that my application is reviewed by the CRA for
possible approval. I acknowledge that I have received a copy of the Grant Program Procedures and will comply
with all requirements should I be awarded a grant.
Signature/Print Name for Tenant/Business Name Date
I acknowledge that is seeking assistance using the CRA BUSINESS INCENTIVE
&
ASSISTANCE PROGRAM and that the general terms of their lease conform to the terms above.
Should the
applicant win a grant award, I understand that funds will be used to make improvements to my property.
Signature/Print Name for Property Owner Date
Omni CRA Business Incentive & Assistance Program 2018 — 2019
Packet Pg. 134
OMNI Board of Commissioners Meeting
September 12, 2018
1.5
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
Board Chair Ken Russell Date: September 5, 2018
and Members of the CRA Board
Jason Walker
Executive Director
File: 4782
Subject: Fagade Program Services
Agreement with Rebuilding Together
Miami -Dade, Inc.
Enclosures: 4782 Bid Waiver Memo
4782 Notice to the Public
4782 OMNI CRA Funding
Proposal
BACKGROUND:
It is recommended that the Board of Commissioners of the Omni Redevelopment
District Community Redevelopment Agency ("CRA") approve and adopt the attached
resolution authorizing $500,000 in additional funds and the execution of a professional
services agreement between the Omni CRA and Rebuilding Together Miami -Dade, Inc.;
to provide an "Improvement Fagade Program" and rehabilitation services for residential
units in the Omni CRA.
JUSTIFICATION:
Section 4, Goal D/ Principles A-2, C-4 and C-5, at page 42, of the 2009 Omni CRA
Redevelopment Plan, lists "[eliminate conditions which contribute to blight], "encourage
the restoration of historic buildings and [enhance the area's visual attractiveness to
businesses and residents], by creating opportunities for new development through
improvements to the public realm.
Section 4.4, C., D-1, at page 41 of the Plan, Section 4.4, D., A-2, at page 42 of the Plan
and Section 4.4, E., D-7, at page 42 of the Plan, respectively list maximizing conditions
for residents to live in the area, the elimination of conditions which contribute to blight,
and minimizing condemnation and relocation as stated redevelopment objectives.
FUNDING:
$500,000.00 allocated from Omni Tax Increment Fund, Account No.
10040.920501.883000 titled "Other Grants and Aids."
Packet Pg. 135
City of Miami
Legislation
OMNI CRA Resolution
OMNI CRA
1401 N. Miami Avenue
Miami, FL 33136
www.miamicra.com
File Number: 4782 Final Action Date:
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE OMNI
REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY ("CRA"),
BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, AFTER AN ADVERTISED
PUBLIC HEARING, RATIFYING, APPROVING, AND CONFIRMING THE EXECUTIVE
DIRECTOR'S FINDING THAT COMPETITIVE NEGOTIATION METHODS AND
PROCEDURES ARE NOT PRACTICABLE OR ADVANTAGEOUS TO THE CRA
PURSUANT TO SECTION 18-85(A) OF THE CODE OF THE CITY OF MIAMI,
FLORIDA, AS AMENDED, AS ADOPTED BY THE CRA; WAIVING THE
REQUIREMENTS FOR SAID PROCEDURES; AUTHORIZING THE ALLOCATION OF
GRANT FUNDS FROM ACCOUNT NO. 10040.920501.883000 IN AN AMOUNT NOT
TO EXCEED $500,000.00 TO REBUILDING TOGETHER MIAMI-DADE, INC. TO
PROVIDE PARTIAL FUNDING FOR A "HOME IMPROVEMENT FAQADE PROGRAM"
("PROGRAM"); AUTHORIZING THE EXECUTIVE DIRECTOR TO DISBURSE FUNDS,
AT HIS DISCRETION, ON A REIMBURSEMENT BASIS OR DIRECTLY TO VENDORS
UPON PRESENTATION OF INVOICES AND SATISFACTORY DOCUMENTATION;
AUTHORIZING THE EXECUTIVE DIRECTOR TO NEGOTIATE AND EXECUTE ANY
AND ALL DOCUMENTS NECESSARY TO EFFECTUATE THE PROGRAM, IN A
FORM ACCEPTABLE TO THE GENERAL COUNSEL.
WHEREAS, the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and
projects within its Redevelopment Area in accordance with the 2009 Omni CRA
Redevelopment Plan ("Plan"); and
WHEREAS, Section 4.4, C., D-1, at page 41 of the Plan, Section 4.4, D., A-2, at
page 42 of the Plan, and Section 4.4, E., D-7, at page 42 of the Plan respectively list
maximizing conditions for residents to live in the area, the elimination of conditions
which contribute to blight, and minimizing condemnation and relocation as stated
redevelopment objectives; and
WHEREAS, the Board of Commissioners find that Rebuilding Together Miami -
Dade, Inc. ("Rebuilding") is an entity that can assist with accomplishing the above
objectives of the Plan through the rehabilitation of building facades ("Program") within
the Redevelopment Area; and
WHEREAS, the Board of Commissioners previously allocated through Resolution
Nos. CRA-R-16-0061 and CRA-R-18-0028 funding in the amount of $700,000.00 and
$600,000.00, respectively, to Rebuilding to underwrite costs of the Program; and
WHEREAS, the Board of Commissioners wishes to allocate additional grant
funds from Account No.10040.920501.883000 in an amount not to exceed $500,000.00
("Funds") to Rebuilding to provide partial funding for the Program; and
City of Miami Page 2 of 3 File ID: 4782 (Revision:) Printed On: 9/6/2018
1.5
Packet Pg. 136
1.5
WHEREAS, the Executive Director has made a written finding pursuant to
Section 18-85(a) of the Code of the City of Miami, Florida, as amended ("City Code"),
as adopted by the Board of Commissioners by Resolution No. CRA-R-16-0042, that
competitive negotiation methods and procedures are not practicable or advantageous to
the CRA for obtaining said services and has recommended to the Board of
Commissioners that the finding be adopted and that competitive bidding methods and
procedures be waived; and
WHEREAS, the Executive Director is requesting authority from the Board of
Commissioners to negotiate and execute any and all documents necessary to
effectuate the Program, in a form acceptable to the General Counsel;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COMMISSIONERS OF THE OMNI REDEVELOPMENT DISTRICT COMMUNITY
REDEVELOPMENT AGENCY:
Section 1. The recitals and findings contained in the Preamble of this Resolution
are adopted by reference thereto and incorporated herein as if fully set forth in this
Section.
Section 2. By a four -fifths (4/5ths) affirmative vote, after an advertised public
hearing, the Executive Director's finding that competitive negotiation methods and
procedures are not practicable or advantageous to the CRA pursuant to Section 18-
85(a) of the City Code as adopted by the CRA and waiving the requirements for said
procedures is ratified, approved, and confirmed.
Section 3. The Executive Director is authorized to allocate additional grant funds
from Account No. 10040.920501.883000 in an amount not to exceed $500,000.00 to
Rebuilding to provide partial funding for the Program.
Section 4. The Executive Director is authorized to execute any and all documents
necessary to effectuate the Program, in a form acceptable to the General Counsel.
Section 5. The Executive Director is authorized to disburse funds, at his
discretion, on a reimbursement basis or directly to vendors upon presentation of
invoices and satisfactory documentation, without further approval by the Board of
Commissioners.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
VICTORIA MENDEZ, GENERAL COUNSEL
City of Miami Page 3 of 3 File ID: 4782 (Revision:) Printed On: 9/6/2018
Packet Pg. 137
1.5.a
Ken Russell
Board Chair
INTER -OFFICE MEMORANDUM
Jason Walker
Executive Director
TO: Board Chair Ken Russell and
Members of the CRA Board
FROM: Jason Walker
Executive Director
DATE: September 12, 2018
SUBJECT: Recommendations and findings
to waive competitive negotiation procedures
per City Code, authorizing the allocation of
Grant funds to Rebuilding Together Miami -
Dade, Inc. for the Home Improvement
Facade Program"
BACKGROUND:
The Board of Commissioners of the Omni Redevelopment District Community Redevelopment
Agency ("CRA") is responsible for carrying out community redevelopment activities and projects
within its redevelopment area in accordance with the 2009 CRA Redevelopment Plan ("Plan").
The CRA approved and adopted Resolution No. CRA-R-16-0040, authorizing the Executive
Director to implement the findings of the Grand Jury Report for Miami -Dade County
recommending that tax increment funds ("TIF") received by the CRA, be used primarily for
removal of slum and blight, and assisting with affordable housing for families and individuals of
low or moderate income.
REBUILDING TOGETHER MIAMI-DADE, INC. ("Rebuilding"), possess vast and highly
specialized expertise in providing critical home repairs to qualified homeowners in Miami -Dade
County through its Home Improvement Facade Program ("Program"). Rebuilding's mission,
through its community outreach program, is to preserve homeownership and revitalize
neighborhoods at no cost to low income, elderly, military veterans, and disabled homeowners.
Moreover, Rebuilding has an established presence within the CRA's community and
redevelopment area, with a history of providing help and working with community partners to
revitalize neighborhoods and reduce social blight. Rebuilding aspires to preserve the existing
affordable housing stock located in the CRA, and low income residents are in desperate need of
critical home repairs to make their homes healthy, safe and dry. Rebuilding's objective is to keep
such residents in their residences so they may age in place with dignity.
Rebuilding previously requested aid from the CRA in the amount of $700,000 in grant funding
which was approved by the board through CRA-R-16-0061, and through CRA-R-18-0028 in an
OMNI COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI
1401 N. Miami Avel 2nd Floorl Miami, FL 33136
Tel (305) 679 68681 http://www.miami-cra.org/
Attachment: 4782 Bid Waiver Memo (4782 : Fagade Program Services Agreement with Rebuilding Together Miami -Dade, Inc.)
Packet Pg. 138
1.5.a
amount of $600,000 towards underwriting a portion of the costs associated with the Program, and
furthering its organizational mission through the provision critical home repairs at no cost to
qualified homeowners. The Executive Director reviewed and vetted Rebuilding's request, in
accordance with the objectives of the Plan.
Currently the CRA would like to increase the grant for an additional $500,000 to Rebuilding to
complete much needed additional home repairs and renovation.
RECOMMENDATION:
In light of the above mentioned, in addition to Rebuilding's commitment to the principles identified
in the CRA's Plan for well over twenty-three (23) years, and in consideration of the Executive
Director's pledge to allocate grant funding to Rebuilding prior to the CRA adopting Resolution No.
CRA-R-16-0042 on September 13, 2016, approval of a waiver of the formal requirements of
competitive sealed bidding methods as not being practicable nor advantageous to the CRA as
set forth in the City Code of Ordinances, as amended, specifically Sections 18-85 (a), and the
affirmation of these written findings and the forwarding of the same to the Board of Commissioners
of the Omni Redevelopment District Community Redevelopment Agency for ratification by a four
fifths (4/5th) vote is respectfully requested.
OMNI COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI
1401 N. Miami Avel 2nd Floorl Miami, FL 33136
Tel (305) 679 68681 http://www.miami-cra.org/
Attachment: 4782 Bid Waiver Memo (4782 : Fagade Program Services Agreement with Rebuilding Together Miami -Dade, Inc.)
Packet Pg. 139
1.5.b
OMNI REDEVELOPMENT DISTRICT COMMUNITY REDEVELOPMENT AGENCY
NOTICE OF PUBLIC HEARING
The Board of Commissioners ("Board") of the Omni Redevelopment District Community
Redevelopment Agency ("CRA") will hold a Public Hearing on Wednesday September 12th, 2018
at 5:30pm, at the Chapman Partnership located at 1550 North Miami Avenue, Miami, Florida
33136, to consider the award of grant funds to Rebuilding Together Miami -Dade Inc. a legal
entity authorized to transact business/render services in the State of Florida, to provide partial
funding for a, "Home Improvement Facade Program."
In accordance with the Board's 2010 Redevelopment Plan ("Plan"), the Board will consider the
funding, in an amount not to exceed $500,000 to underwrite the expenditures and costs
associated with the renovation of residential housing units, within the CRA, envisioned to reduce
slum and blight.
Inquiries regarding this notice may be addressed to Jason Walker, Executive Director, OMNI
CRA, at (305) 679-6868.
This action is being considered pursuant to Sections 18-85 (a) of the Code of the City of Miami,
Florida as amended ("Code"). The recommendation and findings to be considered in this matter
are set forth in the proposed resolution and in Code Sections 18-85 (a), which are deemed to be
incorporated by reference herein, and are available as with the scheduled CRA Board meeting of
September 12th, 2018 at 5:30pm at the at the Chapman Partnership located at 1550 North Miami
Avenue, Miami, Florida 33136.
The CRA Board requests all interested parties be present or represented at the meeting, and may
be heard with respect to any proposition before the CRA Board, in which the Board may take
action. Should any person desire to appeal any decision of the Board with respect to any matter
considered at this meeting, that person shall ensure that a verbatim record of the proceedings is
made, including all testimony and evidence upon which any appeal may be based (F.S.
286.0105).
In accordance with the Americans with Disabilities Act of 1990, persons needing special
accommodations to participate in this proceeding may contact the Office of the City Clerk at (305)
250-5361 (Voice), not later than five (5) business days prior to the proceeding. TTY users may
call via 711 (Florida Relay Service) no later than five (5) business days prior to the proceeding.
(OMNI CRA Seal) Todd B. Hannon
#30280 Clerk of the Board
Packet Pg. 140
•d Rebuilding
al Together.
Miami -Dade
OMNI CRA Funding Proposal
For the OMNI CRA Board
Packet Pg. 141
1.5.c
Summary
0
About Rebuilding Together Miami -Dade, Inc. CD-
0
No homeowner should have to forgo basic home maintenance in order to afford food or medications.
Unfortunately, many factors such as job loss, disability, or expensive medical bills often force homeowners to f°
make difficult choices about how to prioritize a limited source of income to meet life's many demands.
For 25 years, Rebuilding Together Miami -Dade (RTMD) has preserved affordable homeownership and a,
revitalized communities by providing extensive rehabilitation and modification services for low income
veterans, senior citizens, and disabled homeowners in need, free of charge. One hundred percent of
homeowners served are between 80°%o and 30°%o of the HUD Area Median Income which is $44,100 for a family iTs
of one in Miami -Dade County. The average RTMD homeowner is 69 years old and lives on a small, fixed
annual household income of $21,231. The majority of families served have resided in their homes for over 25 cc
years.
With the help of volunteers and skilled trades people, along with support from donors, corporate partners, and
government officials, RTMD has made critical home repairs to over 800 homes and donated more than 9
million dollars of market value labor to the community. Annually RTMD rehabs 50-60 homes, valued at
$1,400,000+ in market worth. Most common modifications include roof replacement or repair,ADAbathroom
repairs, kitchen updates, wheelchair ramps, plumbing/electrical repairs, new flooring and exterior
beautification.
Proposal E
Rebuilding Together Miami -Dade requests funding in the amount of $500,000 to encourage community 2
revitalization and repair homes in the OMNI CRA, in partnership with the CRA and City of Miami. The goal of
this partnership is to not only provide safe and healthy housing for low-income residents, but also to preserve
affordable housing in an area that is quickly gentrifying. LL
Repairs Made Will: co
• Provide critical home repairs such as roof replacements, handicap modifications, kitchen renovations,
flooring replacement, painting, landscaping and many other repairs to increase the safety and health Q
of each home 2
• Reduce the number of slip and fall incidents at home a)
• Make homes more energy efficient
• Revitalize the OMNI CRA area
• Keep long term residents in their homes
• Fight gentrification cc
• Preserve affordable housing for future generations
2
Why Work with Rebuilding Together Miami -Dade: 0
co
ti
Our services prevent long-term residents from losing their homes due to significant damage and unlivable
conditions; protecting their investment and maintaining an affordable property for future generations.
Preserving existing housing stock as opposed to building new units is not only more cost effective than new
Packet Pg. 142
1.5.c
construction, it is a significantly more environmentally friendly practice. Less waste is generated; reducing
energy consumption and carbon emissions.
ai
RTMD utilizes hundreds of volunteers to repair and restore homes, public spaces, and nonprofit facilities; o
revitalizing entire communities and making a lasting impression on the families and communities served.
RTMD utilizes volunteers and in -kind donations to leverage dollars, making our services more cost effective
than other entities. Our community service days are embraced by community leaders and corporate and
community partners as a way of bringing immediate, large-scale impact to our local community in a single
day. a,
0
1-
Methods 07
Phase One: Apply for Services
a)
cc
All homeowners applying for Rebuilding Together Miami-Dade's programs and services must complete a
homeowner application (attached). In order to be eligible, homeowners must:
• Own their home
c'
• Be considered low-income according to HUD guidelines for Miami -Dade County 0
• Be considered one of the following: 6
• Senior citizen Q
• Disabled 0
• Veteran E
a,
• Active military u)
• Family with minors c.
L
• Submit proof of citizenship (photo ID and social security) o
• Report ALL sources of income (including wages, retirement, disability, social security, and etc.) a
• Submit DD-214or military ID, if veteran or active military 0
• Submit proof of disability, if disabled (if not visible)cz
• Submit energy bills (water, electric, and gas) ••
co
N.
Phase Two: Home Assessments NI-
Tz
Home Assessments are comprehensive and consistent in order to identify all significant hazards. Rebuilding Q
Together Miami -Dade focuses on 25 priorities proven to increase the safety and health of homes. A detailed 2
checklist is utilized by our project manager to ensure each priority is addressed adequately. The findings from a,
this checklist are used as a project impact summary report. Once a scope of work has been identified, c
homeowners sign a contract agreeing upon the scope of work. c
u_
Phase Three: Construction cc
Home improvements and modifications will be made based on needs identified in the initial assessment. 0
Skilled labor will be completed by contractors, handymen, and volunteers vetted by Rebuilding Together 2
Miami -Dade. 0
N
co
ti
Tr
E
t
0
fC
Packet Pg. 143
1.5.c
Phase Four: Wrap Up
Once all repairs have been completed a post work audit will take place, once again utilizing the 25 Priorities
for Safe and Healthy Homes Checklist, to be sure each priority has been addressed adequately. Our project
manager reviews the initial scope of work with the homeowner and a satisfaction report is completed.
In addition, our program manager will reach out to homeowners six months, and one year later to compare
energy bills. This helps us gage the impact of repairs made and whether we need to reevaluate our methods
and practices.
Conclusion
Many households, especially those headed by seniors, have trouble maintaining their home due to lack of
disposable income. Entrusting Rebuilding Together Miami -Dade with funds to make repairs and modifications
to homes and affordable housing in the OMNI CRA will not only increase the safety and health of each
structure in an effort to prevent life threatening accidents and conditions, but also alleviate the stress
associated with a deteriorating house, leading to safer, healthier, and happier lives.
A partnership between the OMNI CRA and Rebuilding Together Miami -Dade paves the way for a more
equitable and sustainable future for low-income residents and their families while also increasing community
morale. Additionally, our connections to skilled contractors, corporate sponsors, and volunteers will leverage
funds, increasing the value of your investment.
Packet Pg. 144