Loading...
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