Loading...
HomeMy WebLinkAbout25194AGREEMENT INFORMATION AGREEMENT NUMBER 25194 NAME/TYPE OF AGREEMENT RIBBECK ENGINEERING, INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/CIVIL ENGINEERING SERVICES FOR CITYWIDE FLOOD MITIGATION IMPROVEMENTS - PROJECT No. B-233815/FILE ID: 15870/R-24-0203/MATTER I D : 24-2158 EFFECTIVE DATE September 23, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 9/23/2024 DATE RECEIVED FROM ISSUING DEPT. 9/23/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement, DEPT. CONTACT PERSON: Luis Caseres /Anthony Hansen EXT. 1923 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Ribbeck Engineering Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 3,400,445.47 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ■❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Execution of a Professional Services Agreement with Ribbeck Engineering Inc for RFQ No. 23-24-004 Civil Engineering Services for Citywide Flood Mitigation Improvements - Project No. B-233815 - Allapattah Flood Improvements COMMISSION APPROVAL DATE: 05/23/2024 FILE ID: 15870 ENACTMENT NO.: R-24-0203 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed by FVP. OK to proceed. August 19, 2024 Annie Perez, CPPO 1 12:34:52 EDT SIGNATURE: ,—DocuSigned by: ��```" �Q� RISK MANAGEMENT August 19, 2024n I -i��rie4 hL EDT SIGNATURE: `— 89540EB73CAC468.. ,—DocuSigned by: t 6IAUM CITY ATTORNEY Matter ID# 24-2158 /s/Thomas M. Fossler September 18, GG O g K� n TTI 20�4r IyL: �rDT SIGNATURE: 80 �oocuSigned by: 1 a{,br t, W( Fundingis available in BUDGET OFFICE 40-8233815 LEM 9/19/24 september 19, p i o � �� :14 : 00 EDT SIGNATURE: `— 8877TEUF E88248 B... DocuSigned by: --.!)- 5 FSE s31796L"4'55... DocuSigned by: ' "'",, �,� Y SpVYt4 CgD76'02B97ET4D4... ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER September 19, Larry Sprint , CPA 2024 I 10-: 34: 22 EDT SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA SIGNATURE: N/A ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE September 20, Asael Marrero 2024 I 16:25:30 EDT SIGNATURE: DocuSigned by: ' �` ''�`%' bCOF4AD9ABO3B4. DEPUTY CITY MANAGER September 21, fliVithal C®Ipblpp iWill s SIGNATURE: ,—DocuSigned by: Ne444. Cot '" CITY MANAGER September 23, tthh���� z 'ri Uo:- 2V09 EDT SIGNATURE: 84B7069 SBE*9� 4 DocuSigned by: grOattr NOV CITY CLERK September 23, Todd Hannon 2024 1 09:50:12 EDT SIGNATURE: 850-CF6-C372DD4 DocuSigned by: E46D7566DCF14 .46 -w; PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Civil Engineering Services for Citywide Flood Mitigation Improvements — Project No. B-233815 — Allapattah Flood Improvements 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ 0 City Commission — RESOLUTION No. 24-0203 (Expedited List) 2. PROCUREMENT METHOD: 0 RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. N/A 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF SERVICES? The Successful Proposer shall provide design engineering services for road reconstruction including, but not limited to, drainage improvements, stormwater modeling, sidewalks, ADA compliant ramps, curb and/or gutter structures, pavement markings and striping, roadway signage, utility coordination, design development, construction permitting, bidding and construction administration. The proposed drainage will include exfiltration trenches and a series of underground injection wells. The City may also require the Successful Proposer to perform survey, geotechnical services, landscaping architecture, roadway lighting, traffic signalization, public involvement, and related services necessary for the design and preparation of construction documents for the Project. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Resilience and Public Works 7. IS THE AWARDEE THE INCUMBENT? N/A Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon completion of Project. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Civil Engineering Services for Citywide Flood Mitigation Improvements - Project No. B-233815 Project Specific - Allapattah Flood Improvements Ribbeck Engineering Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 4 ARTICLE 2 GENERAL CONDITIONS 6 2.01 TERM 6 2.02 SCOPE OF SERVICES 6 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 6 2.04 COMPENSATION 6 ARTICLE 3 PERFORMANCE 7 3.01 PERFORMANCE AND DELEGATION 7 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 7 3.03 CONSULTANT KEY STAFF 7 3.04 TIME FOR PERFORMANCE 7 3.05 STANDARD OF CARE 7 ARTICLE 4 SUBCONSULTANTS 8 4.01 GENERAL 8 4.02 SUBCONSULTANT RELATIONSHIPS 8 4.03 CHANGES TO SUBCONSULTANTS 8 ARTICLE 5 DEFAULT 8 5.01 GENERAL 8 5.02 CONDITIONS OF DEFAULT 9 5.03 TIME TO CURE DEFAULT, FORCE MAJEURE. 9 ARTICLE 6 TERMINATION OF AGREEMENT 9 6.01 CITY'S RIGHT TO TERMINATE 9 6.02 CONSULTANT'S RIGHT TO TERMINATE 9 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 10 ARTICLE 7 DOCUMENTS AND RECORDS 10 7.01 OWNERSHIP OF DOCUMENTS 10 7.02 DELIVERY UPON REQUEST OR CANCELLATION 10 7.03 RE -USE BY CITY 10 7.04 NON -DISCLOSURE 10 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 11 7.06 E-VERIFY 11 ARTICLE 8 INDEMNIFICATION 11 ARTICLE 9 INSURANCE 12 9.01 COMPANIES PROVIDING COVERAGE 13 9.02 VERIFICATION OF INSURANCE COVERAGE 13 9.03 FORMS OF COVERAGE 13 9.04 MODIFICATIONS TO COVERAGE 14 ARTICLE 10 MISCELLANEOUS 14 10.01 AUDIT RIGHTS; INSPECTION 14 10.02 ENTIRE AGREEMENT 14 10.03 SUCCESSORS AND ASSIGNS 14 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 15 10.06 NOTICES 15 10.07 INTERPRETATION 16 10.08 JOINT PREPARATION 16 10.09 PRIORITY OF PROVISIONS 16 10.10 MEDIATION - WAIVER OF JURY TRIAL 16 10.11 TIME 17 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.12 COMPLIANCE WITH LAWS 17 10.13 NO PARTNERSHIP 17 10.14 DISCRETION OF DIRECTOR 17 10.15 RESOLUTION OF CONTRACT DISPUTES 17 10.16 INDEPENDENT CONTRACTOR 18 10.17 CONTINGENCY CLAUSE 18 10.18 THIRD PARTY BENEFICIARY 18 10.19 ADDITIONAL TERMS AND CONDITIONS 18 10.20 SEVERABILITY 18 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 19 10.22 PROJECTS FUNDED BY FEDERAL OR STATE FUNDS 19 ATTACHMENT A - SCOPE OF WORK 30 ARTICLE Al GENERAL 30 A1.01 SCOPE OF SERVICES 30 A1.02 WORK ORDERS 30 A1.03 PAYMENTS 31 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 31 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 32 A2.07 TIME FRAMES FOR COMPLETION 32 ARTICLE A3 ADDITIONAL SERVICES 32 A3.01 GENERAL 32 A3.02 EXAMPLES 32 A3.03 ADDITIONAL DESIGN 33 ARTICLE A4 REIMBURSABLE EXPENSES 33 A4.01 GENERAL 33 A4.02 SUBCONSULTANT REIMBURSEMENTS 33 ARTICLE A5 CITY'S RESPONSIBILITIES 33 A5.01 PROJECT AND SITE INFORMATION 33 A5.02 CONSTRUCTION MANAGEMENT 34 SCHEDULE Al - SUBCONSULTANTS 35 SCHEDULE A2 - KEY STAFF 35 ATTACHMENT B - COMPENSATION AND PAYMENTS 36 ARTICLE B1 METHOD OF COMPENSATION 36 B1.01 COMPENSATION LIMITS 36 B1.02 CONSULTANT NOT TO EXCEED 36 ARTICLE B2 WAGE RATES 36 B2.01 FEE BASIS 36 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 36 B2.03 MULTIPLIER 36 B2.04 CALCULATION 37 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 37 B2.06 ESCALATION 37 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 37 B3.01 LUMP SUM 37 B3.02 HOURLY RATE FEES 37 B3.03 REIMBURSABLE EXPENSES 38 B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES 38 B3.05 FEES FOR ADDITIONAL SERVICES 38 B3.06 PAYMENT EXCLUSIONS 39 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 39 ARTICLE B4 PAYMENTS TO THE CONSULTANT 39 B4.01 PAYMENTS GENERALLY 39 B4.02 FOR COMPREHENSIVE BASIC SERVICES 39 B4.03 BILLING - HOURLY RATE 39 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 39 B4.05 DEDUCTIONS 39 ARTICLE B5 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 40 B5.01 GENERAL 40 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 40 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 40 B6.01 GENERAL 40 SCHEDULE 131 - WAGE RATES SUMMARY 41 SCHEDULE B2 - CONSULTANT INVOICE 42 Civil Engineering Services for Citywide Flood 2 RFQ No. 23-24-004/1 Mitigation Improvements - Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Consultant Office Location City Authorization Agreement Number Civil Engineering Services for Citywide Flood Mitigation Improvements — Project No. B-233815 Project Specific Ribbeck Engineering Inc. 14335 SW 120th Street, Miami, FL 33186 Section 18-87, City of Miami Code 23-24-004 / 1 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this23th day of September in the year 2024 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and Ribbeck Engineering Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 23-24-004 on November 17, 2023, for the provision of Civil Engineering Services for Citywide Flood Mitigation Improvements ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Civil Engineering Services for Citywide Flood 3 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws, and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks to the Director as defined in Section 1.12. 1.08 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management 1.09 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.10 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.11 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.12 Department means or refers to the City of Miami's Department of Resilience and Public Works ("DRPW'). 1.13 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of DRPW or their authorized designee. 1.14 Errors means items in the plans, specifications, 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 corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.15 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant, which fail to meet the Standard of Care. 1.16 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.17 Key Personnel means Staff positions assigned on a full-time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff Civil Engineering Services for Citywide Flood 4 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.18 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all precedent conditions have been met and/or directing that the Consultant may begin work on the Project. 1.19 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. 1.20 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.21 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.22 Program means the City's multi -year Stormwater Infrastructure Improvements Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's stormwater infrastructure projects over a five (5) year period. 1.23 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.24 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. 1.25 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. 1.26 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.27 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.28 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. 1.29 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), 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. Civil Engineering Services for Citywide Flood 5 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.30 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.31 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. 1.32 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.33 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.34 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. 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, which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 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 Community Business Enterprise ("CBE"), in good standing. 2) Place a specific emphasis on utilizing local small businesses from within the City'& municipal boundaries. For information on the SBE requirements, visit the Miami Dada County, Intcrnal Scrvicc& Department website at http://www.miamidade.gov/smallbusiness/certification proqrams.asp. Failure to adhere to these requirements will cause the firm to be disqualified as nonresponsive or at a subccqucnt timc cause the Agreement to be canceled. 2.04 COMPENSATION 2.04-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed 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 payable to the Consultant by the City, exceed $3,400,445.47, inclusive of Reimbursable Expenses and Owner's Contingency Allowances, as detailed in Exhibit A, Consultant Work Order Proposal, attached hereto, unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Civil Engineering Services for Citywide Flood 6 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. 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 VI I, 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 Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff are in the Consultant's employ. The Consultant will obtain prior written approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide the Director, or their designee with information required to determine the suitability of the proposed new Key Staff. The Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for t. individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such an extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant shall use the same degree of care, skill, and diligence exercised in the performance of the services as is ordinarily possessed and exercised by members of the same profession, currently practicing, under similar circumstances ("Standard of Care") and is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in Civil Engineering Services for Citywide Flood 7 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 compliance with Florida Administrative Code Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with the Standard of Care, 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 Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely 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 Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any material term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also Civil Engineering Services for Citywide Flood 8 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement, or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT, FORCE MAJEURE. The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with the provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall cause the withholding of any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge, or entitlement it may have, or will, have against the City, its officials, or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the Civil Engineering Services for Citywide Flood 9 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies, will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse to these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees, or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NON -DISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings, or otherwise required by law, 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. Civil Engineering Services for Citywide Flood 10 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the City 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 City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT 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 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 Civil Engineering Services for Citywide Flood 11 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 City, its officials and/or employees, harmless for, and defend 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 work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also 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. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable, or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly, preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving, or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. Should the Consultant not maintain the insurance coverage required in this Agreement, the City may cancel this Agreement or, at its sole discretion, shall purchase such coverage and charge the Consultant for such coverage purchased. The City shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the City to purchase such insurance coverage shall in no way be construed as a waiver of its rights under this Agreement. Civil Engineering Services for Citywide Flood 12 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 Procurement Department and 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, and shall be enclosed herein as Exhibit C Insurance. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03.1 Commercial General Liability and Automobile Liability: The Consultant shall maintain commercial general liability coverage written on a primary and non- contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalent. 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 $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03.3 Professional Liability Insurance: The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $2,000,000.00 per claim, $2,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. 9.03.4 Worker's Compensation Insurance: The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 for bodily injury caused by disease, each employee, policy limit. 9.03.5 Umbrella Liability: The Consultant shall maintain Umbrella Liability with minimum limits of $1,000,000.00 per occurrence and policy aggregate. Excess Follow form over all liability policies contained herein. 9.03.6 Subconsultant Compliance: The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. Civil Engineering Services for Citywide Flood 13 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives, and authorized assigns to 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 City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. Civil Engineering Services for Citywide Flood 14 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Arthur Noriega V City Manager Office of the City Manager, City of Miami 444 SW 2nd Avenue, 10t" Floor Miami, Florida 33130-1910 Email: ANorieqamiamiqov.com Phone: 305-416-1025 Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePereznmiamigov.com Phone: 305-416-1910 George K. Wysong III City Attorney Office of the City Attorney, City of Miami 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: GWysongc miamigov.com Phone: 305-416-1800 With Copies to: Juvenal Santana, PE, CFM Director Department of Resilience and Public Works, City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: JSantana@miamiqov.com Phone: 305-416-1218 Civil Engineering Services for Citywide Flood 15 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Ribbeck Engineering Inc. Hans Ribbeck, PE Senior Engineer 14335 SW 120th Street, Suite 205 Miami, FL 33186 Email: hr@ribbeck.co Phone: 954-918-6769 Carlos Ribbeck, PE President 14335 SW 120th Street, Suite 205 Miami, FL 33186 Email: cr@ribbeck.co Phone: 305-319-1397 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 the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant, and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the Consultant's Services under this contract, 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 or to file permissive counterclaims in any action arising under this Agreement. Civil Engineering Services for Citywide Flood 16 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations, and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12.1 Non -Discrimination: The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, gender identity, 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, gender identity, religion, age, handicap, marital status, national origin, or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12.2 OSHA Compliance: The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-compliance with safety regulations is exhibited by the Consultant. 10.12.3 ADA Compliance: The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding non-discrimination on the basis of disability) and all applicable regulations, guidelines, and standards. Additionally, the Consultant shall take affirmative steps to insure non-discrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Civil Engineering Services for Citywide Flood 17 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of DRPW, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of DRPW shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of DRPW fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for 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 City Manager's decision shall be approved or disapproved by the City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms, or conditions, which materially or substantially vary, modify, or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision, or combination of same shall be modified or reformed by the court to the minimum extent necessary Civil Engineering Services for Citywide Flood 18 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as the original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 10.22 PROJECTS FUNDED BY FEDERAL OR STATE FUNDS This subsection applies to all projects included in this solicitation. a. Equal Employment Opportunity As it may be applicable during the performance of this contract, the Consultant agrees as follows: 1. The Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Consultant will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Consultant will, in all solicitations or advertisements for employees placed by or on behalf of the Consultant, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Consultant will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the consultant's legal duty to furnish information. 4. The Consultant will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Consultant's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5. The Consultant will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Civil Engineering Services for Citywide Flood 19 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 6. The Consultant will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7. In the event of the Consultant's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Consultant may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8. The Consultant will include the portion of the sentence immediately preceding paragraph and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subconsultant or vendor. The Consultant will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or vendor as a result of such direction by the administering agency the Consultant may request the United States to enter into such litigation to protect the interests of the United States. The City of Miami further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of the City which does not participate in work on or under the contract. The City agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The City further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon. b. Compliance with the Copeland "Anti -Kickback" Act The Consultant shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. The Consultant or subconsultant shall insert in any subcontracts the clause above and such other clauses as the federal agency providing funding may deem appropriate to require, and also a clause requiring the subconsultants to include these clauses in any lower tier subcontracts. The Consultant shall be responsible for the compliance by any subconsultant or lower -tier subconsultant with all of these contract clauses. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Consultant and subconsultant as provided in 29 C.F.R. § 5.12. Civil Engineering Services for Citywide Flood 20 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 c. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Consultant or subconsultant contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half time the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Consultant and any subconsultant responsible therefore shall be liable for the unpaid wages. In addition, such Consultant and subconsultant shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Consultant or subconsultant under any such contract or any other Federal contract with the same Consultant, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the Consultant, such sums as may be determined to be necessary to satisfy any liabilities of such Consultant or subconsultant for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 4. The Consultant or subconsultant shall insert in any subcontracts the clauses set forth in paragraph through (4) of this section and also a clause requiring the subconsultants to include these clauses in any lower tier subcontract. The Consultant shall be responsible for compliance by any subconsultant or lower -tier subconsultant with the clauses set forth in paragraph (1) through (4) of this section. d. Rights to Inventions Made Under Contract If the contract award meets the definition of "funding agreement" under 37C.F.R. § 401.2(a) and the City entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the City must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by the federal agency providing funding. e. Clean Air Act 1. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The Consultant agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Civil Engineering Services for Citywide Flood 21 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 3. The Consultant agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by a federal agency. f. Federal Water Pollution Control Act 1. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2. The Consultant agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Consultant agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by a federal agency. Procurement of Recovered Materials 1. In the performance of this contract, the Consultant shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired: g• a. b. Competitively within a timeframe performance schedule; Meeting contract performance schedule; providing for compliance with the contract c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. 3. The Consultant also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. h. Prohibition On Certain Telecommunications and Video Surveillance Services or Equipment 1. Funds are prohibited from being used to: a. Procure or obtain; b. Extend or renew a contract to procure or obtain; or c. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purposes of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). ii. Telecommunications or video surveillance services provided by such entities or using such equipment. iii. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Civil Engineering Services for Citywide Flood 22 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 2. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. 3. See Public Law 115-232, Section 889 and 2 C.F.R. § 200.471 for additional information. i. Domestic Preference For Procurements 1. This contract includes a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). a. "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. b. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer - based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 2. If funds are for an infrastructure project the contract is subject to the terms and conditions of the Buy America Act preferences in 2 C.F.R pt. 184. Affirmative Socioeconomic Steps If subcontracts are to be let, the Prime Consultant is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women's business enterprises, and labor surplus area firms are used when possible. k. License and Delivery of Works Subject to Copyright and Data Rights The Consultant grants to the City of Miami, a paid -up, royalty -free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Consultant will identify such data and grant to the City of Miami or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Consultant will deliver to the City of Miami data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the City of Miami. I. Equitable Adjustment The Department of Procurement may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Proposer's control, (2) the volatility affects the marketplace, (3) the effect on pricing or availability of supply is substantial, and (4) the Civil Engineering Services for Citywide Flood 23 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 volatility so affects the Proposer that continued performance of the contract would result in a substantial loss. Proposers might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. m. Non -Appropriation of Funds In the event no fund or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Proposer or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to the City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). n. Subconsultants of Work Shall be Identified As part of the RFP, Proposers are required to identify any and all Subconsultants that will be used in the performance of this proposed contract, their capabilities, experience, minority designation, and the portion of the work to be done by the Subconsultant. Failure to identify any and all Subconsultants in the Proposal shall render the Proposal non- responsive. Proposers shall not, at any time during the tenure of the contract, subcontract any part of their work or assign any portion or part of the contract, to Subconsultants not originally mentioned in their Proposal, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant(s) and the City. The Proposer shall be fully responsible to the City for the acts and omissions of the Subconsultant(s) and their employees, as for acts and omissions of persons employed by the Proposer. o. Brooks Act of 1972 — 40 U.S.0 1101-1104 The policy of the Federal Government is to publicly announce all requirements for architectural and engineering services and to negotiate contracts for architectural and engineering services on the basis of demonstrated competence and qualification for the type of professional services required and at fair and reasonable prices. p. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Proposer, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts The Proposer acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Proposer's actions pertaining to this contract. r. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (As Amended) Proposers who bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier, and up to the recipient. q• Civil Engineering Services for Citywide Flood 24 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Please refer to the "Certification Regarding Lobbying" attachment. It is MANDATORY for the Proposers to return this form signed along with their Proposal, or prior to a recommendation for contract award. s. DHS Seal, Logo, and Flags The Proposer shall not use seal(s), logos, crests, or reproductions of flags or likenesses of federal agencies, including but not limited to, the Department of Homeland Security's ("DHS") agency officials, without specific pre -approval from the appropriate federal agency. t. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that financial assistance from federal agencies will be used to fund this contract only. The Consultant will comply with all applicable federal laws, regulations, executive orders, policies, procedures, and directives. u. Access to Records 1. The Proposer agrees to provide the City of Miami, federal agencies, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Consultant which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Consultant agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. w. Suspension and Debarment 1. This contract is a covered transaction for the purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Proposer is required to verify that none of the Proposers, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2. The Proposer must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by the City of Miami. If it is later determined that the Proposer did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, and the City of Miami, the Federal Government may pursue available remedies, including but not limited to, suspension and/or debarment. 4. The Proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Proposer further agrees to include a provision requiring such compliance in its lower -tier -covered transactions. x. United States Housing and Urban Development ("HUD") 1. Should this contract be funded by US HUD dollars and/or Community Development Block Grant ("CDBG") dollars, and/or CDBG Mitigation (CDBG-MIT) dollars, and therefore, is subject to federal procurement regulations 2 CFR 200.318 to 200.327. 2. Unless a fixed -price contract is used, profit must be negotiated as a separate element of the price for each contract in which there is no price competition and, in all cases, where a cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the Proposer, the Proposer's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. Civil Engineering Services for Citywide Flood 25 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Y. Procurements by Non -Federal Entities When procuring property and services under a Federal award, a State must follow the same policies and procedures it uses for procurements from its non -Federal funds. The State will comply with 2 C.F.R. §§ 200.321, 200.322, and 200.323 and ensure that every purchase order or other contract includes any clauses required by 2 C.F.R. § 200.327. All other non -Federal entities, including subrecipients of a State, must follow the procurement standards in 2 C.F.R. §§ 200.318 through 200.327. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Civil Engineering Services for Citywide Flood 26 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Hans Ribbeck, PE; Office Manager Print Name, Title ATTEST: Ribbeck Engineering Inc., a Florida Profit Corporation Carlos Ribbeck, PE; President Print Name, Title ▪ \\'NG1NEE f/,,, Consult.. t y = SEAL PIE_ (Affirm Consultant Seal, if available) = ▪ N Carlos Ribbeck, PE; Secretary 1 ATTEST: DocuSigned by: Fz,...75enneFt45 9 CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: arguAY Noritia. ^ ' by: `-850rFeC372n1)42A Todd B. Hannon, City Clerk ( _T�oF„ Arthur Noriega V, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,—DocuSigned by: c-4-I Ann Marie Sharpe, Director Risk Management Department raoD8o7c7ua: igned by: ,ov0c, OOGISol4111 9FE61}240B... George K. Wysong III, City Attorney Ds TMF 24-2158 Civil Engineering Services for Citywide Flood 27 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Ribbeck Engineering, Inc. , a corporation organized and existing under the laws of the State of Florida , held on the 3rd day of April of2007, a resolution was duly passed and adopted authorizing (Name)Carlos Ribbeckas (Title) President and Secretary of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 5th day of August , 20 24 Secretary: Print: Carlos Ribbe 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. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Names and addresses of partners: Name Street Address City State Zip Civil Engineering Services for Citywide Flood 28 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-OBD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 The fo goin�j instru en/It was acknowledged before me this 6 day of �C(.1"( DS �� b b�� ,who is personally known to me r 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 o v--' 41-4-j SS: COUNTY OF ��'� AUtlif- 209211,by p y )o who h s produced as identification and who (did / did not) take an oath. SIGNAT F tiITARY PUBLIC STATE O ORI A4--;,4 6. PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC MARIA BEATRIZ MALAGON MY COMMISSION # HH 086980 :".3 EXPIRES: March 13, 2025 ,OFF;, Bonded ThruNotary Public Underwriters 29 RFQ No. 23-24-004/1 Civil Engineering Services for Citywide Flood Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The City has procured a qualified and experienced engineering firm to provide Civil Engineering Services for Flood Mitigation Improvements ("Project") at Project No. B-233815 — Allapattah Flood Improvements — NW 7th Avenue to NW 14th Avenue / NW 23rd Street to 31st Street, Allapattah, under the oversight of the Department of Resilience and Public Works ("DRPW'), and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, as well as the Scope of Services contained in this RFQ. The Consultant and its Subconsultants must be able to perform every element and task included in, but not limited to, those outlined in Section A1.01, "Scope of Services." The Consultant has been selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. A1.01 SCOPE OF SERVICES Group I, French Drains and Wells The purpose of the project is to develop a stormwater design to reduce flood risk and minimize the impacts of rising sea levels in this sub -basin, as identified in the 2021 City of Miami Stormwater Master Plan, for the following project: Project No. B-233815 — Allapattah Flood Improvements — NW 7th Avenue to NW 14th Avenue / NW 23rd Street to 31st Street, Allapattah The Consultant shall provide design engineering services for road reconstruction including, but not limited to, drainage improvements, stormwater modeling, sidewalks, ADA compliant ramps, curb and/or gutter structures, pavement markings and striping, roadway signage, utility coordination, design development, construction permitting, bidding and construction administration. The proposed drainage will include exfiltration trenches and a series of underground injection wells. The City may also require the Consultant to perform survey, geotechnical services, landscaping architecture, roadway lighting, traffic signalization, public involvement, and related services necessary for the design and preparation of construction documents for the Project. The Consultant's team shall consist of the following personnel: ■ Project Manager ■ Roadway Engineer ■ Stormwater Engineer In addition to the Key Personnel listed above, the Consultant's team shall have the following Required Personnel, through either the Consultant's staff or that of any Subconsultant: ■ Construction Engineering and Inspection ("CEI") Services Specialist Further details concerning the Scope of Services are contained in the solicitation for Civil Engineering Services for Citywide Flood Mitigation Improvements, included as part of this Agreement. A more detailed version of scope of work is included in Exhibit A., "Consultant Work Order Proposal." A1.02 WORK ORDERS When RPW has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to Civil Engineering Services for Citywide Flood 30 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, department staff will prepare a Work Order that will be reviewed by the Director or designee. Upon approval, department staff will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with the 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 complete civil engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. 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 City. Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61 G15- 18 through 61 G15-37 of the Florida Administrative Code. 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 design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other 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, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services. A2.01 FEASABILITY STUDY Please refer to Exhibit A, "Consultant Work Order Proposal." A2.02 SCHEMATIC DESIGN Please refer to Exhibit A, "Consultant Work Order Proposal." A2.03 DESIGN DEVELOPMENT Please refer to Exhibit A, "Consultant Work Order Proposal." A2.04 CONSTRUCTION DOCUMENTS Please refer to Exhibit A, "Consultant Work Order Proposal." A2.05 BIDDING AND AWARD OF CONTRACT Civil Engineering Services for Citywide Flood 31 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Please refer to Exhibit A, "Consultant Work Order Proposal." A2.06ADMINISTRATION OF THE CONSTRUCTION CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal." A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5. ARTICLE A3 Feasibility Study Schematic Design Design Development 50% Construction Documents 100% Construction Documents Dry -Run Permitting Bidding and Award of Construction Contract Construction Contract Administration ADDITIONAL SERVICES 180 days 60 days 90 days 60 days 60 days 60 days 60 days 365 days A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. 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 City'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 City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration, or legal proceeding, providing, however, that Civil Engineering Services for Citywide Flood 32 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Consultant cannot testify against City in any proceeding during the course of this Agreement. 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. A3.03 ADDITIONAL DESIGN The City 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 City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. 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 Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction, or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. 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 for 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 Article A4, Reimbursable Expenses, when authorized by the Project Manager. 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 Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and as far as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. Civil Engineering Services for Citywide Flood 33 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program. A5.01-4 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 to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys, and reports shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager 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 City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Civil Engineering Services for Citywide Flood 34 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Gannett Fleming, Inc. CEIS, Lighting HR Engineering Services, Inc. Geotechnical HML Public Outreach LLC Community Outreach Smith Engineering Consulting MEP, Pump Station Design WGI, Inc. Pump Station Design, Environmental & Permitting, Miscellaneous Structures, Landscape Architecture, Survey & SUE SCHEDULE A2 - KEY STAFF JOB CLASSIFICATION NAME Lead Project Manager Carlos Ribbeck, PE Lead Roadway Engineer Maher Maaliki, PE Lead Stormwater Engineer Francis Mitchell, PE CEI Services Specialist Martin Benzaquen, PE Sr. Engineer Hans Ribbeck, PE Project Engineer Johanna Ribbeck, PE Engineering Intern Javier Veliz, El Designer Luis Rodriguez, Martin Arteaga Sr. CADD Technician Horacio Lopez Certified Arborist Marisol Ortega, ISA Sr. Landscape Architect Cheryl Calendar, RLA Landscape Designer Daniela Ciefelli Professional Geologist John Abbott, PG Remediation Specialist Leroy Feeney Sr. Community Outreach Specialist Heather M. Leslie Outreach Support Specialist Aurora Gonzalez Principal Surveyor Roberto Mantecon Sr. Surveyor Alvin Santiago Project Surveyor Pablo Dominguez Survey/GIS/SUE Analyst 3 Edgardo Azabache Civil Engineering Services for Citywide Flood 35 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in 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 City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES 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 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 City, 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 City 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 City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative, and clerical support, other employee time or travel and subsistence not directly related to a project. Civil Engineering Services for Citywide Flood 36 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g., sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION After the first year of the contract term, the escalation of said Wage Rates may be considered upon request by the Consultant. The Consultant may have to supply documentation to justify any requested percentage increase in cost to the City. The City reserves the right to approve or reject said requests for escalation. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum Compensation: Compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees: Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 Conditions for Use: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in Civil Engineering Services for Citywide Flood 37 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A8 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 https://www.miamigov.com/Government/Departments-Organizations/Office-of-Capital- Improvements. 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. B3.05-2 Procedure and Compliance: An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-3 Fee Limitations: Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier of one (1.0) time the amount expended by the Consultant. Civil Engineering Services for Citywide Flood 38 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three 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 renegotiation. ARTICLE B4PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found at the end of this document. Failure to submit an invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. Civil Engineering Services for Citywide Flood 39 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE B5 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B5.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees, or documents being required and without recourse for such re -use. B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Civil Engineering Services for Citywide Flood 40 RFQ No. 23-24-004/1 Mitigation Improvements — Project No. B-233815 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) Project Manager $70.00 $203.00 $168.00 Lead Roadway Engineer $78.00 $226.20 $187.20 Lead Stormwater Engineer $70.00 $203.00 $168.00 Construction Engineering and Inspection ("CEI") Services Specialist $79.00 $229.10 $189.60 Sr. Engineer $79.00 $229.10 $189.60 Project Engineer $76.50 $221.85 $183.60 Engineering Intern $40.00 $116.00 $96.00 Designer 1 $44.00 $127.60 $105.60 Designer 2 $39.00 $113.10 $93.60 Sr. CADD Technician $38.00 $110.20 $91.20 Certified Arborist (Sub) $53.85 $156.17 $129.24 Sr. Landscape Architect (Sub) $60.10 $174.29 $144.24 Landscape Designer (Sub) $37.26 $108.05 $89.42 Professional Geologist (Sub) $79.00 $229.10 $189.60 Remediation Specialist (Sub) $40.87 $118.52 $98.09 Sr. Community Outreach Specialist (Sub) $42.00 $121.80 $100.80 Outreach Support Specialist (Sub) $32.00 $92.80 $76.80 Principal Surveyor (Sub) $79.00 $229.10 $189.60 Sr. Surveyor (Sub) $68.58 $198.88 $164.59 Project Surveyor (Sub) $44.00 $127.60 $105.60 Survey/GIS/SUE Analyst 3 (Sub) $41.84 $121.34 $100.42 (*) Flat rate, no multipliers applied. Civil Engineering Services for Citywide Flood 41 Mitigation Improvements - Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MAN MC PUBLIC WORKS STANDARD NV'OICE DEPART11tt84T OF RESIUENCE CONSULTANT To: ATTN: Ffont, NOTE: City of Marti f.woke hunlbr: In.oks Davy PAW Mike of Capital IrT DManerSs SW 2Td Arefle - 8v1 Floor Marti. FL 33130 11rOr CO. OOOD Foam: To: �� Paddle Cone ecl No.: Contract near Pryecl No.. Protect krne ROMP CO. COCO Mall 00. OCCC Ponders Order O. k•.......'-,N.a Pr 2 m OW we ee atoned P'•Pot real Ow Nee bummer that em r drprr.d ...ea present b tntd ps•••r. dew Mabee tea ill etut.d •tVr... Er Innac. fat Prrtepm l. wort Ootee No. t —.al muted W • of — •GPORI•l. `t -.S *award b eon +noc• SEMODI CONTRACT AMOUNT % eLt Tt TOTAL EAAP&b TO OATL PlftV mum..., PAO.CED C* 1lt e14WfCt AMOUNT Schemer Deem I"sDI 1 - 1 - 1 - 1 - Dame D•e•.aere+ (CO.r 1 1 - 1 - 1 - trruMen L>m,.atr PM) m�a C6Lr - i 1 - 1 - 1 - a rr++r.v�syy- 1 1 1 1 'mdtrrp or Ne,�elvt noes - - - - Lomeradlor Adr.rm raern ICAI 1 - 1 - 1 - 1 - 3 - 1 - 1 - 1 - 1 1 - i - 1 - 3 - 1 - T - 1 - ' 1 - 1 - 1 - 1 - Rresr.M• E#trr 1 1 - 1 - S - 1 - 1 - 1 - 1 - 1 (Rat) 1 - 1 - 1 - 1 - 2 MAR - 1 - 1 - 1 - S MOW 1 - 1 - 1 - 1 - 1 - 1 - 1 - 1 - AO/tatml erne 1 - 1 - 1 - 1 - I (TIr) 1 - 1 - 1 - 1 - 2 Rah 1 - 1 - 1 - 1 - S (TOO 1 - S - 1 - 1 - 1 - 1 - 1 - 1 - 1 T PrL. moo TO TWO IItM.Wrc i - lf - T - T - SobfoW. t - Remaining Corona BMr.C. rs - D•dtclion.. Tolled Due 1 - IO Ut LVYYLt r tU tlT L(.14SUL I AN I P SHIA 0131311/1133 TRUE Amp CORINCT N' VAMPSTIMO OCrCuilain OUON.MT- Assn Lew r Pr.e Lori tweet a..eo-ate lyear r e s .went ...ace :eaYdbt rate Repot of rvrr:ty, I>ti ARe„< Orator eat i:.Pa.e l Ae.s Atlmee.Imr I. N..,. t- tf. d a..do.., CITY OF MIAMI APPROVAL. DO NOT COMPLETE. TO SE COMPLETED BY CITY OF MMMI 0A1= OATURE Not Nszmrmd C:iTP fart Rama b PaY•re Feeder-g 1 IAII LLI *J) rnro'.+..ssr L-31Ef OP MOON r1 :J13-.wr arRcrOR abet al Salfma 1¢C 10R oor000r Ow •steer mZ 1 r Ix Civil Engineering Services for Citywide Flood 42 Mitigation Improvements — Project No. B-233815 RFQ No. 23-24-004/1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK 30Engineering, Inc. CONSULTANT WORK ORDER PROPOSAL Date: June 24th, 2024 Dear Mr. Anthony Hansen and Ms. Clara Sidan, P.E.: Ribbeck Engineering, Inc proposes to provide the services identified below for the project titled Project No. 1 (NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31st Street, Allapattah, District 1) pursuant to its Professional Service Agreement with the City of Miami for Civil Engineering Services for Citywide Flood Mitigation Improvements (RFQ 23-24-004). I. GENERAL The Consultant must provide professional engineering design services per its current Professional Service Agreement with the City to complete the project plans, specifications, and estimate package. The Consultant must provide final construction plans, specifications, and estimate approved by all applicable federal, state, and local agencies to advance the project to the construction phase. This includes all construction plan details, contract provisions (see W.0), permits, agreements, commitment, and certifications required to advertise, award, and administer the construction contract. The Consultant must provide to the City plans and applicable documents digitally signed and sealed by a Professional Engineer in accordance with Florida Statutes. The Consultant must identify and include in its proposal allowance(s) for additional services for unforeseen circumstances assessments which shall be utilized at the sole discretion of the City. A Design Work under a Joint Participation Agreements (JPA) with Miami Dade MD- WASD will be provided under a separate proposal. Project Does not include Construction Engineering and Inspection. All maps, plans and designs are to be prepared with English values in accordance with: • Current edition of DRPW Design and Construction Standards • Current edition of DRPW Bulletins • Current edition of the Florida Department of Transportation (FDOT) Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (commonly known as the "Florida Greenbook") • Current edition of the Manual on Uniform Traffic Control Devices (MUTCD) • Current edition of the Americans with Disabilities Act (ADA) Standards for Accessible Design • Current edition of the ADA Standards for Transportation facilities • Current edition of the Florida Accessibility Code for Building Construction • Current edition of the National Electrical Safety Code (NESC) For situations where specific design criteria and standards are not addressed in the above publications, the Consultant must use any other current approved technical publications from other applicable agencies as design guidelines. The Consultant must ensure that the project design meets or exceed the referenced design criteria and that the standards developed are appropriate for the proposed work. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK 30Engineering, Inc. All improvements within the city limits of the City of Miami must comply with all applicable sections of the City of Miami's Code of Ordinances (including the Miami 21 Code). All work must be permitted in accordance with the City of Miami Code of Ordinances. The Consultant is to provide a CD containing all CADD project files to the City at the conclusion of the project. II. PROJECT OVERVIEW The project objective is to implement roadway and drainage improvements recommendations as per the City's Stormwater Master Plan (SWMP) prepared by CDM Smith, dated March 2021. These improvements will be funded as part of the Miami Forever Bond Initiative for Sea Level Rise (SLR) and flood prevention to achieve a stronger and more resilient roadway infrastructure. The project is located within the C-6/Miami River watershed. This area is identified as Basin C6-02 within the Santa Clara Neighborhood. III. PRELIMINARY FINDINGS Roadway: To better understand the scope required to complete this contract, a thorough understanding of the current site conditions was required. Therefore, as part of our due diligence, Ribbeck Engineering conducted several initial site visits and drone inspections collecting vital information with respect to pavement, ponding, existing typical elements, etc. In addition, desktop reviews involving parcel lines, aerials, GIS and permits were also performed. The comprehensive information collected was utilized to prepare a site plan with all roads that will be improved under this project. Within the limits of the project, each road was evaluated in order to determine whether it needed resurfacing or reconstruction. This determination was based on the following criterion: 1. Severe or excessive pavement failure noted in the field and/or 2. Existing typical section not matching the standard typical sections (swales/parking/cubed section) and/or 3. Water main installation and/or drainage system installation along the road causing severe damage to the roadway As shown in Exhibit A and the attached reference pictures, all roads require reconstruction since they met one or more criterion above. In addition, it should be noted that most pot holes found in the field show pavement less than 3 " thick. This does not meet the City's pavement design for residential neighborhoods. Furthermore, soils in the area are mainly composed of unstable sandy material which is known to cave-in/collapse once excavated. Therefore, the installation of drainage systems, relocation of utilities and installation of the water pipes will require trench mules which will worsen the condition of the existing road pavement severely. Drainage: The project is located within the C-6/Miami River watershed. This area is identified as Basin C6-02 within the Santa Clara Neighborhood. As per the SWMP Level of Service Ranking this basin has a drainage area of 599.6-acres, with 7.06-miles of street flooded and 1 critical structure flooded which is the Santa Clara Elementary School at 1051 NW 29th Terrace. The SWMP SWMM model simulations indicate flooding in the area of NW 25th Street, NW 26th Street, NW 27th Street and NW 28th Street from west of NW 12th Avenue to NW 10th Avenue, the area of NW 28th Street and NW 29th Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK 30Engineering, Inc. Street from NW 10th Avenue to NW 7th Avenue and the area of NW 30th Street and NW 31st Street from NW 13th Avenue to NW 11th Avenue. The existing drainage system consists mainly of a network of positive gravity storm sewers connected to the primary stormwater management systems (PSMS) which consists of trunk - lines running along NW 13th Avenue, NW 12th Avenue and NW 11th Avenue conveying runoff to the south with the final point of discharge into the Wagner Creek via a 96" outfall connection at NW 12th Avenue and NW 14th Street intersection. There are also some isolated segments of roadway with no existing drainage infrastructure at NW 29th Terrace, NW 30th Street, NW 31 St Street, NW 13th Avenue and NW 10th Avenue where new drainage systems are needed to be implemented. Drainage improvements will mainly consist of implementing the use of French drains and drainage wells to provide for runoff disposal as per the SWMS recommendations. Existing roadway profile range between 6 and 11'-NAVD which provides the optimal conditions for gravity head to promote runoff exfiltration by using this type of SWMS. This is area is also known by having low to moderate soil percolation conditions with hydraulic conductivity K ranging from 1 E-05 to 1 E-04 cfs/ft2-ft. Therefore, the use of drainage wells will be required in addition to French drains to achieve the required flood protection level of service (FPLOS). As per the SWMP the roadway FPLOS requires to meet the 5-year, 24-hour storm frequency. In addition, boundary tailwater conditions at the Wagner Creek and groundwater level will be 2.0'-NAVD for base conditions. A 1.5' increase (3.5'-NAVD) and a 2.5' increase (4.5'-NAVD) for SLR will be also included as scenarios in the design of the proposed systems as per the SWMP. Proposed drainage design will be conducted preserving drainage flow patterns. Proposed systems will consist of a combination of French drains and drainage wells with overflow weir connections into the existing PSMS as depicted on Exhibit B. IV. SCOPE OF WORK Work Activity 1: Project General Tasks Task No. 1.1— Public Meeting and Other Agency Meetings Public involvement includes communicating to all interest persons, groups, and government organizations information regarding the development of the project. Services to include necessary boards and presentation materials for use in public meetings as well as attendance at public meeting(s) and assistance with summary of meeting including a listing of all written comments made during and/or after the meeting and responses to those written comments. Construction document revisions necessary as a result of these public meetings shall also be included as related to the scope of work. The Prime Consultant will assist either the City of Miami assigned Public Information Officer (PIO) or the Consultant's PIO (once optional services are approved) with all technical related efforts to successfully conduct the public involvement activities including the public meeting and coordination with external stakeholders. Task No. 1.2 — Contract Maintenance and Project Documentation Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK 30Engineering, Inc. Contract maintenance includes project management effort for complete setup and maintenance of files, electronic folders and documents, developing technical monthly progress reports and schedule updates. Project documentation includes the compilation and delivery of final documents, reports or calculations that support the development of the contract plans. Task No. 1.3 — Specification Package Preparation Prepare and provide a specifications package prepared in accordance with the City of Miami requirements. Includes technical specifications (if not included in the latest edition of the FDOT Standard Specifications for Road and Bridge Construction), supplemental conditions (including any deviation from the front-end documents), Bid Form, and review and necessary revisions to drawings as applicable to this project. Task No. 1.4 — Other Project General Tasks This task includes other project general tasks including: • Updating SLIP study • Assistance to the Grant Program Manager. Task No. 1.5 — Prime Consultant Project Management Meetings This task includes only the Prime Consultant Project Manager's time for travel and attendance at phase reviews, miscellaneous review meetings, resolution of conflicts between existing conditions and design drawings, progress reviews, progress meetings and preparation of meeting minutes, and other coordination activities. Work Activity 2: Roadway Analysis The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. Task No. 2.1— Typical Section Package Provide an approved Typical Section Package prior to the 30% submittal. Our initial assessment identified the following typical sections: • NW 13th Ave: Proposed Typical Section 50-B • NW 10th Ave: Proposed Typical Section 50-F • NW 8th Ave (From NW 25th to NW 28th St): Proposed Typical Section 50-F • NW 8th Ave (From NW 28th to NW 29th Ter): Proposed Typical Section 50-B • NW 31st St: Proposed Typical Section 50-B • NW 30th St: Proposed Typical Section 50-B • NW 29th Ter (From NW 14th Ave to NW 12th Ave): Proposed Typical Section 50-B • NW 29th Ter (From NW 12th Ave to NW 10th Ave): Proposed Typical Section 50-F • NW 29th St: Proposed Typical Section 80-D Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. • NW 28th St (From NW 14th Ave to NW 10th Ave): Proposed Typical Section 70-B • NW 28th St (From NW 10th Ave to NW 8th Ave): Proposed Typical Section 70-F • NW 28th St (From NW 8th Ave to NW 7th Ave): Proposed Typical Section 70-G • NW 27th St: Proposed Typical Section 50-B • NW 26th St (From NW 14th Ave to NW 10th Ave): Proposed Typical Section 50-B • NW 26th St (From NW 7th Ave): Proposed Typical Section 50-F • NW 25th St (From NW 12th Ave to NW 10th Ave): Proposed Typical Section 50-B • NW 25th St (From NW 8th Ave to NW 7th Ave): Proposed Typical Section 50-F • NW 24th St (From NW 12th Ave to NW 10th Ave): Proposed Typical Section 50-B • NW 24th St (From NW 8th Ave to NW 7th Ave): Proposed Typical Section 50-F • NW 7th PI: Proposed Modified Typical Section 50-F (40' Right -of -Way) • NW 7th Ct: Proposed Modified Typical Section 50-F (40' Right -of -Way) A total of 7 typical sections will be required to group all the different road segments. The anticipated typical sections are as follows: • Proposed Typical Section 50-F • Proposed Typical Section 50-B • Proposed Modified Typical Section 50-F (40' Right -of -Way) • Proposed Typical Section 80-D • Proposed Typical Section 70-B • Proposed Typical Section 70-F • Proposed Typical Section 70-G Task No. 2.2 — Pavement Design Package Provide an approved Pavement Design Package prior to the 30% submittal. The anticipated pavement designs include: • Reconstruction • Incidental milling and resurfacing Task No. 2.3 — Horizontal / Vertical Master Design Files Design the geometrics per applicable design standards and guidelines that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, preliminary documents provided by the City and scope of work. Task No. 2.4 — Cross Section Design Files Establish and develop cross section design files for the roadway improvements. Cross Sections must be in accordance with the FDOT Design Manual. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 2.5 — Temporary Traffic Control Plan Analysis Design a safe and effective Temporary Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. Task No. 2.6 — Master Temporary Traffic Control Plan Design File Develop the master Temporary Traffic Control Plan files showing each phase of the Temporary Traffic Control Plan. This includes all work necessary for designing lane configurations, diversions, lane shifts, signing and pavement markings, temporary traffic control devices, and temporary pedestrian ways. Task No. 2.7 — Design Report Prepare the design report detailing all design decisions, coordination and applicable criteria. The report is to be delivered as a signed and sealed pdf file. Task No. 2.8 — Computation of Quantities Prepare the Summary of Quantities as per latest FDOT Standards and various summary of quantity sheets. This includes all efforts required to develop the backup calculations supporting documentation. Task No. 2.9 — Cost Estimate Provide Engineer's Opinion of Probable Construction Cost Estimate at four stages (30, 60 and 100%). Task No. 2.10— Roadway Field Reviews Includes all trips required to obtain necessary data for all elements of the roadway component. Task No. 2.11— Roadway Technical Meetings Meet with the relevant agencies having jurisdiction (e.g. City of Miami, Miami Parking Authority, Miami Dade County Traffic Engineering, Florida Department of Transportation) to investigate options for roadways configuration, right-of-way information especially with non -dedicated public right-of-way, and overall traffic control. Task No. 2.12 — Roadway Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. Task No. 2.13 — Roadway Supervision Includes all efforts required to supervise all roadway technical design activities. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 2.14 — Roadway Coordination Includes all efforts for the coordination with all disciplines of the project to produce a final set of construction documents. Work Activity 3: Roadway Plans Prepare Roadway, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction: • Cover Sheet/Key Sheet • Summary of Pay Items • Summary of Quantities • General Notes • Key Map/Project Layout • Typical Sections approved by Public Works • Roadway Plans (Scale: 1" =40) • Profile Plans (Scale: Horizontal 1" = 40' and Vertical 1" = 4) • Intersection Details • Roadway Special Details • Cross Sections (Every 50 ft at Scale: 1" = 10' H & 1" = 5' 1/) • Roadway Soil Survey Sheets • Temporary Traffic Control Notes, Plans and Details • Utility Adjustment Sheets (Scale: 1" = 40 ) • Utility Verification Sheet (SUE Data) • Existing Survey Work Activity 4: Drainage Analysis Analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. Task No. 4.1— Drainage Map Hydrology Create a (pre- and/or post -condition) working drainage basin map to be used in defining the system hydrology. This map shall incorporate drainage basin boundaries, existing survey and/or LiDAR and field observations, as necessary, to define the system. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Include coordination hours needed to convey drainage hydrologic features onto produced drainage maps. Task No. 4.2 — Design of Storm Drains Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drain pipes, and documentation. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 4.3 — French Drain Design Research existing French Drains within project limits that are to remain. Calculate length of French Drain required according to level of service requirements (using ICPR analysis). The Level of Service requirements are as follows: Drainage tributary areas will include the streets and 20' frontages of private property on either side. a. 5 year storm (rational method) up to 24 hour duration — either with no overflow or positive discharge. No ponding (Volumetric design). b. 5 year storm 1 hour storm event w/infiltration if using a flood routing approach — no overflow, no ponding. Task No. 4.4 — Drainage Wells Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program. Task No. 4.5 — Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions. This report will provide documentation of the existing drainage and permit conditions within the project area, identification of the drainage and/or permit requirements, analysis of alternative solutions (based on level of improvement and cost), and recommendations of a preferred alternative to be evaluated further to alleviate or eliminate the drainage problem. Task No. 4.6 — Drainage Field Reviews The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. Includes all trips required to obtain necessary data for all elements of the drainage component. Task No. 4.7 — Drainage Technical Meetings Meet with the relevant drainage and permitting agencies having jurisdiction (e.g. City of Miami, SFWMD, Miami Dade County DRER, FDEP, Florida Department of Transportation, etc.) to coordinate drainage and permitting related items. Task No. 4.8 — Drainage Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all drainage related services furnished by the CONSULTANT under this contract. Task No. 4.9 — Drainage Supervision Includes all efforts required to supervise all drainage technical design activities. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 4.10 — Drainage Coordination Coordinate with relevant agencies and all disciplines during design process. Provide the necessary coordination with the geotechnical sub -consultant to complete drainage analysis and report. The Consultant shall verify with Miami -Dade County DERM the contaminated areas where infiltration trenches or other drainage improvements are not permitted without environmental remediation. Work Activity 5: Drainage Plans Prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and drainage scope of the project for the purposes of construction: • Drainage Maps (Scale" 1" = 50) • Grading and Drainage Plans (Scale: 1" = 40) • Summary of Drainage Structures • Drainage Structure Sheets • Miscellaneous Drainage Details • Stormwater Pollution Prevention Plan Notes • Stormwater Pollution Prevention Sheets (Scale: 1" = 50) Work Activity 6: Utilities The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring no conflicts exist between utility facilities and the City's construction project. The CONSULTANT shall certify all utility negotiations have been completed with arrangements made for utility work to be undertaken. Task No. 6.1— Identify Existing Utility Agency Owners (UAO)s Identify all utilities in the corridor; check with the City of Miami Public Works for Permits, Sunshine State One Call, Subsurface Utility Engineering (SUE) (commonly known as Soft Digs) Report, Design Location Survey, and Existing Plans; and conduct field visits to observe existing utilities. Task No. 6.2 — Make Utility Contacts Send plans and letters to each utility company, requesting their proposed system betterments and markup the plans. Task No. 6.3 — Individual / Field Meetings The CONSULTANT shall meet with each UAO separately throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 6.4 — Collect and Review Plans and Data from UAO(s) Analyze and include relevant data in construction documents as necessary. Task No. 6.5 — Utility Design Meeting At a minimum of 3 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets to each UAO having facilities located within the project limits, and one set to the City. The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss drainage, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow- up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to identify and resolve conflicts between utilities and proposed construction prior to completion of the plans, including utility adjustment details. Also recommend resolution between known utility conflicts with proposed construction plans as practical. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. Task No. 6.6 — Review Utility Markups and Work Schedules and Processing of Schedules and Agreements Review utility marked up plans individually as they are received for content and coordinate review with the designer. Task No. 6.7 — Utility Coordination / Follow-up This includes follow-up, interpreting plans, completing the UAO(s) work schedule and agreements, and providing utility clearance letters. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents to maintain project schedule. Ensure the resolution of all known conflicts. This task may be applied to all phases of the project. Prepare at each submittal phase an updated utility coordination matrix. Task No. 6.8 — Utility Constructability Review Review utility schedules against construction contract time and phasing for compatibility. Coordinate with the City's Project Manager. Task No. 6.9 — Contract Plans to UAO(s) The CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) via electronic delivery or another agreeable format. Task No. 6.10 — Certification / Close-out This includes hours for transmitting utility files to the UAO(s) and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate City's representative the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on -site inspection was made, and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. Work Activity 7: Environmental Permits Gather all contract plans documentations to secure environmental permits required due to the proposed project improvements. Task No. 7.1— Preliminary Permit Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The research shall include but should not be limited to a review of the project's Environmental Document, Natural Resources Evaluation Report, and Cultural Resources Assessment Survey Report. The CONSULTANT shall research any existing easements or other restrictions that may exist both within or adjacent to the proposed project boundary. Project research may include but should not be limited to review of available: District Right of Way files and databases; federal, state, and local permit files and databases; and local government information including county and property appraiser data. Any applicable information will be shown on the plans as appropriate. Task No. 7.2 — Other Environmental Permits The CONSULTANT shall identify all permitting needs and requirements, and prepare all required permit package to secure permit clearance. Based on the project scope, the following permits are anticipated: • South Florida Water Management District (SFWMD) ERP Permit • Miami -Dade County DRER Class II Permit • Florida Department of Environmental Protection (FDEP) Class V Permit. Work Activity 8: Signing and Pavement Marking Analysis Analyze and document Signing and Pavement Markings tasks in accordance with all applicable manuals (latest editions), guidelines, standards, handbooks, procedures and current design memorandums as required by the MUTCD, City of Miami, Miami -Dade County and Florida Department of Transportation (FDOT). Task No. 8.1— Signing and Pavement Marking Reference and Master Design File The CONSULTANT shall prepare the Signing and Pavement Markings design file to include all necessary design elements and all associated reference files. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. Task No. 8.2 — Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. Task No. 8.3 — Signing and Pavement Marking Quantities Prepare the quantities for Signing and Pavement Markings as per latest FDOT Standards and various summary of quantity sheets. This includes all efforts required to develop the backup calculations and supporting documentation. Task No. 8.4 — Signing and Pavement Marking Field Reviews The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. Includes all trips required to obtain necessary data for all elements of the Signing and Pavement Markings component, including signage inventory. Task No. 8.5 — Signing and Pavement Marking Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all Signing and Pavement Markings related services furnished by the CONSULTANT under this contract. Task No. 8.6 — Signing and Pavement Marking Supervision Includes all efforts required to supervise all Signing and Pavement Markings technical design activities. Task No. 8.7 — Signing and Pavement Marking Coordination Coordinate with relevant agencies and all disciplines related to the Signing and Pavement Markings related efforts during design process. Work Activity 9: Siqninq and Pavement Markinq Plans Prepare Signing and Pavement Markings plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction: • Signage & Pavement Marking General Notes • Signage & Pavement Marking Quantities • Signage & Pavement Marking Plans (Scale: 1" = 40) • Guide Sign Worksheets Work Activity 10: Siqnalization Analysis Conduct signalization analysis in accordance with all applicable manuals (latest editions), guidelines, standards, handbooks, procedures and current design memorandums as Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. required by the MUTCD, City of Miami, Miami -Dade County and Florida Department of Transportation (FDOT). As per pre -negotiation meeting, the signalization analysis will be limited to include incidental loop replacement due to pavement reconstruction at the following signalized intersections: • NW 29 Street and NW 7 Ave. • NW 29 St. and NW 10 Ave. • NW 29 St. and NW 12 Ave. • NW 29 St. and NW 14 Ave. • NW 28 St. and NW 10 Ave. • NW 28 St. and NW 12 Ave. Task No. 10.1 — Signalization Quantities Prepare the quantities for signalization as per latest FDOT Standards and various summary of quantity sheets. This includes all efforts required to develop the backup calculations supporting documentation. Task No. 10.2 — Other Signalization Analysis The CONSULTANT shall prepare the Signalization master file to layout the loop replacement and window loops. This information will be depicted on the Signing and Pavement Markings plans. Task No. 10.3 — Signalization Field Reviews The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. Includes all trips required to obtain necessary data for all elements of the signalization component. Task No. 10.4 — Signalization Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all signalization related services furnished by the CONSULTANT under this contract. Task No. 10.5 — Signalization Supervision Includes all efforts required to supervise all signalization technical design activities. Task No. 10.6 — Signalization Coordination Coordinate with relevant agencies and all disciplines related to the signalization related efforts during design process. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK 30Engineering, Inc. Work Activity 11: Lighting Analysis & Plans Not applicable to this contract as any required light pole relocation will be part of the utility relocation schedule (to be relocated by FP&L). Work Activity 12: Landscape Architecture Analysis & Plans Refer to Appendix "B-1" for detailed Landscape scope provided by our sub -consultant WGI. Work Activity 13: Contamination Impact Assessment Refer to Appendix "B-1" for detailed Contamination Impact Assessment provided by our sub - consultant WGI. Work Activity 14: Topographic Survey & Mapping Refer to Appendix "B-2" for detailed Topographic Survey and Mapping scope provided by our sub -consultant WGI. Work Activity 15: Geotechnical Refer to Appendix "B-3" for detailed Geotechnical scope provided by our sub -consultant HR Engineering Services, Inc. (HRES). Work Activity 16: Subsurface Utility Engineering (SUE) — Optional Service Refer to Appendix "B-2" for detailed SUE scope provided by our sub -consultant WGI. Work Activity 17: Public Information Support — Optional Service Refer to Appendix "B-5" for detailed Public Information related services provided by our sub - consultant HML. Work Activity 18: Post Design Services An allowance of 9% of the total Prime Consultant Basic Services Lump Sum design fee is allocated for Post Design Services. The post design services will attend pre -construction meetings, monthly construction meeting, review shop drawings, revise plans as needed due to unforeseen conditions, field reviews and respond to RFI's. V. SUBCONSULTANTS The Sub -Consultants listed below will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise Gannett Fleming CEI WGI Landscape, Environmental Services, Survey and SUE HRES, Inc. Geotechnical Engineering HML Public Outreach, LLC Public Information Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. IV. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant shall submit the Deliverables and perform the Work as depicted in the tables below SCHEDULE OF DELIVERABLES Task or Activity ID # Task Name and/or Activity Description Duration (weeks) Projected Start Date Projected Finish Date* 1 Preliminary Investigations, Field Reviews, Technical Meetings 6 NTP NTP + 6 weeks 2 Topographical Survey 6 NTP NTP + 6 weeks 3 Geotechnical Testing 4 NTP + 6 weeks NTP + 10 weeks 4 Environmental Activities — Level 1 Contamination Screening, NEPA Evaluation, Environmental Permitting Support 16 NTP NTP + 16 weeks 5 30% Typical Section Package 8 NTP + 4 weeks NTP + 12 weeks 6 30% Roadway, Drainage, Signing and Pavement Markings and Landscaping Analysis and Plans, Agency Coordination, Technical Meetings. 16 NTP + 4 weeks NTP + 20 weeks 7 60% Roadway and Drainage Permitting Progress Set. 8 NTP + 20 weeks NTP + 28 weeks 7 Permitting Agency Coordination, Submittal of Permits, responses to comments, re -submittal and Permit approvals for the following permits: • South Florida Water Management District (SFWMD) ERP Permit • Miami -Dade County DRER Class II Permit • Florida Department of Environmental Protection (FDEP) Class V Permit. 24 NTP + 28 weeks NTP + 52 weeks 9 60% Roadway, Drainage, Signing and Pavement Markings and Landscaping Analysis and Plans, Agency Coordination, Technical Meetings 16 NTP + 20 weeks NTP + 36 weeks 10 Subsurface Utility Engineering (SUE) (Optional Service) 4 NTP + 36 weeks NTP + 40 weeks 11 100% Roadway -Drainage, Signing and Pavements Markings and Landscaping Plans, Agency Coordination, Technical Meetings 16 NTP + 36 weeks NTP + 52 weeks 12 Post Design Services by Ribbeck Engineering, Inc. TBD During Construction • An updated schedule, indicating actual delivery dates, based on the listed durations, wil be provided to the City upon receipt of NTP. The above durations include 3 weeks duration for review time by the between each submittal. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK Engineering, Inc. V. COMPENSATION The fees estimate and staff hour backup can be found under Appendix A. A summary of the compensation is listed below. SUMMARY OF COMPENSATION Task or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis 1 Project General Tasks $91, 725.55 Lump Sum 2 Roadway Analysis $440,283.80 Lump Sum 3 Roadway Plans $451,399.50 Lump Sum 4 Drainage Analysis $438,490.15 Lump Sum 5 Drainage Plans $394,662.45 Lump Sum 6 Utility Coordination $61,269.75 Lump Sum 7 Environmental Permits $26,040.55 Lump Sum 8 Signing & Pavement Marking Analysis $76,325.10 Lump Sum 9 Signing & Pavement Marking Plans $63, 773.90 Lump Sum 10 Signalization Analysis $17,919.10 Lump Sum 11 Lighting Analysis & Plans N/A N/A 13 Contamination Assessment $24,513.70 Lump Sum Subtotal Professional Fees — Basic Services - LS $2,086,403.55 Lump Sum 14 Topographical Survey $250,447.15 Lump Sum 15 Geotechnical Testing $63,243.34 Lump Sum Subtotal Professional Fees — Survey and Geotechnical — Basic Services — LS $313,690.49 Lump Sum 12 Landscape Analysis & Plans $ 71,089.73 Lump Sum 15 Geotechnical (Well boring exploration) $10,371.20 Lump Sum Subtotal Professional Fees — Optional Services LS $81,460.93 Lump Sum 16 Subsurface Utility Engineering (SUE) $86,296.58 Limited Amount 17 Public Outreach Support $16, 744.60 Limited Amount Subtotal Professional Fees — Optional Services LA $103,041.18 Limited Amount Subtotal Fees $2,772,631.20 17 Allowance for Public Outreach support Materials $2, 500.00 Limited Amount 18 Allowance for Post Design Services (10% of Prime Consultant Basic Services) $206,188.99 Limited Amount Allowance Total $208,688.99 Limited Amount Project Grand Total $2,793,285.14 Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 pRIBBECK Engineering, Inc. Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of $2,481,554.97 and a Limited Amount fee of $311,730.17. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount that is within the scope listed above. Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall not exceed $2,500.00. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. *Note: Compensation should match the Task and Activities identified. VI. ALLOWANCE FOR 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. VII. PERMIT FEES Permit fees have not been included under this estimate. Once the permits have been submitted, the CONSULTANT will provide the amounts that need to be paid for the permitting processing and fee. The CITY will issue checks for the required amounts. VIII. DATA PROVIDED BY CITY CITY shall provide the CONSULTANT if available: • City of Miami Storm Atlas Maps • City of Miami Underground Maps • City of Miami Municipal Maps • Resident complaints within project area • NPDES complaints within project area • Traffic data to assist in the preparation of Typical Section Package and Pavement Design Package • Special details of landscaping as utilized by the City VIIII. PROJECT MANAGER CONSULTANT'S Project Manager for this contract will be Carlos Ribbeck, PE. Submitted by: Carlos Ri' beck, PE Ribbeck Engineering, Inc. Reviewed and approval in concept recommended by: Achmed Valdes, Project Manager Capital Improvements and Transportation Department. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit A — Roadway Findings Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 8*-T3-50' 8A-T3-50' 8y - T3 - 50' 8-T3-70' 11 Q NW 30TH ST T 1'1 4 000000 em ll ll LLl. Q Ill Ill I— 1 I_ I 00 ' NW 25TH ST NW 24TH 5T rJ^,rsE`�s 315T STI -; 4 NW 30TH ST NW 29TH TER11 1 NW 29T1H k ST 1 1 1 L.INW 27TH ST 8 -T3 - 50' NW 25TH ST 11 NW 24TH ST 1'I NVV 23RD ST MTh 8*-T3-50' F - CI -50' F - CI -50' D-T4-80' 8*-T3-70' 8*-T3-50' 8*-T3-50' 8*-T3-50' LEGEND: CROSS SECTION TYPE B X = CROSS SECTION TYPE CROSS SECTION TYPE D X - YY - ZZ YY= ZONING DISTRICT ZZ = ,R/IN I;I/IDTH CROSS SECTION TYPE F = CROSS SECTION TYPE 11 CROSS SECTION TYPE G ALTERNATIVE RECONSTRUCTION (PAVEMENT) (AA-8) PICTURE REFERENCE NUMBER RECONSTRUCTION (TYPICAL) rblll RECONSTRUCTION (WATER BETTERMENT) W Q 00 Z D-T4 -80' G - CUD - 70' F - Cl/D -70 7-2 • �t NW 29TH ST D - D2 - 80' NW 27TH ST NW 26TH ST F-T6/D-50' Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 7-1 7-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 7-3 8-1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 8-2 10-1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 13-1A 13-1B Docusign Envelope ID: F11CF241-0BD4-4274-6124-26413D472764 13-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 24-1 24-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 24-3 24-4 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 25-1 25-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 25-3 25-4 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 25-5 26-1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 26-2 26-3 Docusign Envelope ID: F11CF241-0BD4-4274-6124-26413D472764 26-4 • 111111,1 PIAllisisa a I PI ":"11 e714*110411 1 -1-17;414::% lit 4. 26-5 0 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 27-1 28-1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 28-2 28-3 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 28-4 29-1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29-2 29-3 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29-4 29-5 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29-6 29-7 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29T-1 29T-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29T-3 29T-4 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 29T-5 30-1A Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 30-1B 30-2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 30-3 30-4 Docusign Envelope ID: F11CF241-0BD4-4274-6124-26413D472764 30-5 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit B — Drainage Overview and Laout Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 FDt4 Mit • f { Fts_33- D-& '�3 FA 33-'6 F �• . DW 14 . F $+ a F %38!Jv • r W 29 ST. D: ]�T • ro 26 5T. NW'21 TE. NW 21 TE. NW 32 ST LEGEND: EXIST. INLET EXIST. MANHOLE EXIST. STORM DRAIN NEW FRENCH DRAIN NEW DRAINAGE WELL EXHIBIT B - DRAINAGE OVERVIEW Docusign Envelope ID: F11CF241-OBD4-4274-B124-26413D472764 Sheet Layout to cover Drainage Maps at 1 ":50' scale. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix A — Fee Proposal (Prime and Sub -consultants) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: City of Miami Allapatah Neighborhood Improvements Project No.: RFQ-23-24-004 Consultant Name: Ribbeck Engineering, Inc. Contract No.: Date: 6/24/2024 Estimator: Hans Ribbeck, P.E. STAFF CLASSIFICATION Job Classification Staff Project Manager 1 g Carlos Ribbeck, PE Rate: $70.00 Senior Engineer g Hans Ribbeck, PE Rate: $79.00 Lead Roatlwy Engineer Maher Maaliki, PE Rate: $78.00 Lead Stormwater Engineer Francis Mitchell, PE Rate: $70.00 Project Engineer g Johanna Ribbeck, PE Rate: $76.50 Engineering Intern g g Javier Veliz, El Rate: $40.00 Designer g Luis Rodriguez Rate: $44.00 Designer g Martin Arteaga Rate: $39.00 Senior CADD Technician Horacio Lopez Rate: $38.00 CEI Specialist p Martin Benzanquen, PE Rate: $79.00 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 hours Cost/Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/Activity 1 Project General Tasks 98 $6,860 98 $7,742 49 $3,822 49 $3,430 49 $3,749 49 $1,960 49 $2,156 49 $1,911 490 $31,629.50 $64.55 2 Roadway Analysis 263 $18,410 263 $20,777 263 $20,514 263 $18,410 264 $20,196 396 $15,840 396 $17,424 263 $10,257 263 $9,994 2,634 $151,822.00 $57.64 3 Roadway Plans 270 $18,900 270 $21,330 270 $21,060 270 $18,900 270 $20,655 405 $16,200 405 $17,820 270 $10,530 270 $10,260 2,700 $155,655.00 $57.65 4 Drainage Analysis 262 $18,340 262 $20,698 262 $20,436 262 $18,340 263 $20,120 394 $15,760 394 $17,336 262 $10,218 262 $9,956 2,623 $151,203.50 $57.65 5 Drainage Plans 236 $16,520 236 $18,644 236 $18,408 236 $16,520 237 $18,131 353 $14,120 354 $15,576 236 $9,204 236 $8,968 2,360 $136,090.50 $57.67 6 Utility Coordination 37 $2,590 37 $2,923 37 $2,886 37 $2,590 37 $2,831 54 $2,160 54 $2,376 36 $1,404 36 $1,368 365 $21,127.50 $57.88 7 Enviromental Permits 16 $1,120 16 $1,264 16 $1,248 16 $1,120 15 $1,148 22 $880 22 $968 16 $624 16 $608 155 $8,979.50 $57.93 8 Signing & Marking Analysis 46 $3,220 46 $3,634 46 $3,588 46 $3,220 46 $3,519 68 $2,720 68 $2,992 44 $1,716 45 $1,710 455 $26,319.00 $57.84 9 Signing & Marking Plans 38 $2,660 38 $3,002 38 $2,964 38 $2,660 38 $2,907 58 $2,320 58 $2,552 38 $1,482 38 $1,444 382 $21,991.00 $57.57 10 Signalization Analysis 11 $770 11 $869 11 $858 11 $770 10 $765 16 $640 15 $660 11 $429 11 $418 107 $6,179.00 $57.75 11 2 3 4 5 6 7 8 9 20 21 22 23 24 Total Staff Hours 1277 1277 1228 1228 1229 1815 1815 1225 12,271 Total Staff Cost $89,390.00 $100,883.00 $95,784.00 $85,960.00 $94,018.50 $72,600.00 $79,860.00 $47,775.00 $710,996.50 $57.94 Total % of Work by Position 10.4 % 10.4% 10.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew ctlrew 4 - man Survey Crew nt /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 10.0% 14.8% 14.8% 1 - SUBTOTAL ESTIMATED FEE (Prime Basic Services - Lump Sum): (multiplier 2.90) Subconsultant: WGI (Contamination Assessment) Subconsultant: 2 - SUBTOTAL ESTIMATED FEE (Basic Services - Lump Sum): Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): WGI 3- SUBTOTAL ESTIMATED FEE (Survey and Geotechnical - Basic Services - Lump Sum) Subconsultant: WGI (Landscape) Subconsultant: HRES (Geotechnical- Well boring) 4- SUBTOTAL ESTIMATED FEE (Optional Services - Lump Sum) Subconsultant: WGI (SUE) Subconsultant: HML (Public Outreach Support) 5- SUBTOTAL ESTIMATED FEE (Optional Services - Limited Amount) Post Design Services (Allowance (10% of Prime Consultant Basic Services) Ribbeck Engineering Reimbursables (Allowance) HML (PIO Expense) 6- SUBTOTAL ESTIMATED FEE (Allowance) GRAND TOTAL ESTIMATED FEE: HRES $2,061,889.85 $24,513.70 $2,086,403.55 $63,243.34 $250,447.15 $313,690.49 $71,089.73 $10,371.20 $81,460.93 $86,296.58 $16,744.60 $103,041.18 $206,188.99 $2,500.00 $208,688.99 $2,793,285.14 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description Consultant Name: WGI, Inc. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: insert name Job Classification Certified Arborist Staff Marisol Ortega, ISA Applicable Rate Rate: $53.85 STAFF CLASSIFICATION Sr Land Architect Landscape Designer Cheryl Calender, RLA Daniela Cifelli Rate: $60.10 Rate: $37.26 Position 4 Rate: name Position 5 Rate: name Position 6 name Rate: Rate: Position 7 name Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 12.a 12.b 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 Landscape Analysis Landscape Plans 168 60 $9,047 $3,231 32 29 $1,923 $1,743 150 80 $5,589 $2,981 350 169 $16,559 $7,955 $47.31 $47.07 Total Staff Hours 228 61 230 519 Total Staff Cost $12,277.80 $3,666.10 $8,569.80 $24,513.70 $47.23 Total % of Work by Position 43.9% 11.8% 44.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $71,089.73 $71,089.73 $71,089.73 $71,089.73 $ -1 $71,089.73 $71,089.73 $71,089.73 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, Inc. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: insert name STAFF CLASSIFICATION Job Classification Staff Applicable Rate 'rofessional Geologistemediation Specielis Leroy Feeney Rate: $40.87 Position 3 name Rate: Position 4 name Rate: Position name Rate: 5 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task John Abbott, PG Rate: $79.00 Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 13. Contamination Impact Assessment 40 $3,160 128 $5,231 168 $8,391 $49.95 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 40 $3,160.00 128 $5,231.36 168 $8,391.36 $49.95 Total Staff Cost Total % of Work by Position 23.8% 76.2% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $24,334.94 $24,334.94 $24,334.94 $24,334.94 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project: Project No.: B- Description: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Consultant Name: Enter name of prime or subconsultant Contract No.: RFQ No. 23-24-004 Date: 6/13/2024 Estimator: HML Public Outreach STAFF CLASSIFICATION Job Classification Staff Applicable Rate Senior Community Oureach Specialist Heather M. Leslie Rate: $42.00 Outreach Support Specialist Aurora Gonzalez Rate: $32.00 Position 3 name Rate: Position 4 name Rate: Position 5 name Rate: Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 17.1 Notifications 15 $630 30 $960 45 $1,590 $35.33 17.2 Preparing Mailing Lists 2 $84 10 $320 12 $404 $33.67 17.3 PowerPoint Presentation 2 $84 3 $96 5 $180 $36.00 17.4 Public Meeting Preparations 10 $420 25 $800 35 $1,220 $34.86 17.5 Public Meeting Attendance/Follow up 10 $420 25 $800 35 $1,220 $34.86 17.6 Other Agency Meetings 20 $840 10 $320 30 $1,160 $38.67 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 59 103 162 Total Staff Cost $2,478.00 $3,296.00 $5,774.00 $35.64 Total % of Work by Position 36.4% 63.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $16,744.60 $16,744.60 $16,744.60 $2,500.00 $19,244.60 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: Roberto Mantecon STAFF CLASSIFICATION Job Classificatiorl Staff Applicable RatE Principal Surveyor Roberto Mantecon Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 Project Surveyor Pablo Dominguez Rate: $44.00 Survey/GIS/SUE Analyst 3 Edgardo Azabache Rate: $41.84 4-person crew Survey crew Rate: $270.00 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity 14 Topographic Survey & Mapping 2 22 $1,738 65 $4,458 86 $3,784 259 $10,837 432 $20,816 $48.19 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 22 $1,738.00 65 $4,457.70 86 $3,784.00 259 $10,836.56 432 $20,816.26 $48.19 Total Staff Cost Total % of Work by Position 5.1 % 15.0% 19.9% ESTIMATE OF SURVEY CREW COSTS 1 3 - man Survey Crew: 88 crew days at $2,160.00 / day = $ 190,080.00 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 Miami, C. I. P. Form 117 Created 8/24/09- Revised 11/20/12 60.0% 1 - SUBTOTAL ESTIMATED FEE: (multiplier2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $60 367.15 $60,367.15 $ 190,080.00 $250,447.15 $250,447.15 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: Roberto Mantecon STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Surveyor Roberto Mantecon Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 Project Surveyor Pablo Dominguez Rate: $44.00 Survey/GIS/SUE Analyst 3 Edgardo Azabache Rate: $41.84 4-person crew Survey crew Rate: $270.00 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/Activity Man hours Cost/ Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/ Activity Man hours Cost/ Activity 16 SUE QLA 20 $1,580 12 $ $823 80 $3,520 112 $5,923 $52.88 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 20 $1,580.00 12 $822.96 80 $3,520.00 112 $5,922.96 $52.88 Total Staff Cost Total % of Work by Position 17.9% 10.7% 71.4% ESTIMATE OF SURVEY CREW COSTS 1 5 - man SUE Crew: 21 crew days at $2,560.00 / day = $ 53,760.00 1 3 - man GPR Crew: 8 crew days at $1,920.00 / day = $ 15,360.00 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. ,Vacuum Excavation (ASCE 38-22 Quality Level A) Cost per test hole $1078.71 City of Miami, C.I.P. Form 117. Created 8/24/09 -Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $17 176.58 $17,176.58 $ 69,120.00 $86,296.58 $86,296.58 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI® June 13, 2024 Hans Ribbeck, PE Ribbeck Engineering, Inc. 14335 S.W. 120 Street, Suite 205 Miami, FL 33186 hr@ribbeck.com Subject: City of Miami Allapattah Neighborhood Option 1 - Survey Proposal Dear Mr. Ribbeck, WGI, Inc. (WGI) is pleased to provide this proposal to Ribbeck Engineering, Inc. for professional services on the above -referenced project. We understand that the purpose of this survey will be to support planning and engineering design services. Our scope of services and corresponding fees are detailed below. In addition, it is agreed that WGI's services will be performed pursuant to WGI's "Contract Terms and Conditions," which are enclosed and incorporated into this proposal. I. Project Understanding WGI will perform a topographic survey for 31,138 feet (5.89 Miles) plus or minus for drainage and improvements all within the Allapattah Neighborhood, as shown in the Survey Limits, Figure 1 depicted below. In addition, this proposal includes a contingency fee for SUE investigations of 80 test holes, the location will be provided by the Client. Survey Limits, Figure 1: - —.c3v�iJFi7--- Mom f;J:l `L§FL1�Q a ❑❑6 11410 NW 20th St., Suite 101, Miami, FL 33172 t: 305.553.0500 f: 305.553.0501 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 2 of 15 II. Topographic Survey Lump Sum Fee $250,447.15 1. Prepare a topographic survey of the limits as shown above in accordance with Rule 5J-17, Florida Administrative Code, pursuant to Chapter 472.027 of the Florida Statutes. 2. Perform field recovery of horizontal and vertical survey control as required to meet the project objective. 3. Review underlying plats, right of way maps, City Atlas sheets, deeds, and other documents of record to determine the location of blocks and right of ways. 4. The survey will consist of general ground elevation shots and grade breaks with intervals not to exceed twenty-five feet within project limits. Cross-section information shall be shown at twenty- five feet intervals along the roadways, including the width of the sidewalks, sod swales, etc. 5. The topographic survey project limits will include: a. Visible and attainable fixed improvements and utilities unless otherwise noted. The survey must also include information on any overhead utility. b. Lot boundaries and dimensions, property addresses, survey and plat book references, easements, corner radii, curve information (radius, point of curvature, point of tangency, arch length) c. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and type, if attainable within the limits of survey. (i.e. manholes, inlets, pipe materials, diameters, and cardinal orientation of pipe (N/S/E/W/NW/NE/SW/SE); size/diameter of drainage structures, location of baffles and/or tidal backflow prevention valves. d. Locate existing driveways within the limits of the survey and identify type of driveway pavement (i.e. asphalt, concrete, pavers, etc.). Pavement markings, specialty crosswalks and material (stamped, painted, etc.),edge of pavement, pavement width and material (i.e. asphalt, concrete, etc.), sidewalks and driveways, sidewalk width and materials (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), driveway approaches width and material (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), pedestrian ramps, fences, walls, curb and gutter, landscape materials (i.e. shade tree, palm, shrub, sod, misc. ground cover, etc.), swales and swale surface material (i.e. grass, gravel, sod, asphalt, concrete, etc.), above ground utilities (poles, lights, cabinets, fire hydrants, valves, meters, handholes, wires, etc.), type and height of walls, fences overhead wires (horizontal and vertical location). e. Isolated trees with four inches and larger caliper measured at breast height. f. Survey station to be set from south to north and from west to east. g. Stationing shall be tied to monument lines. h. The survey shall include the entire right-of-way width and five feet beyond the right-of-way, when possible. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 3 of 15 i. Survey shall be prepared and provided in accordance with City of Miami Survey Standards Title Block per RPW Template and including Drawing Creation Date, Date of Survey Field Data Collection, PLS Information (Name, License No., Date of Signature), Survey Company/Consultant Company/Business Information (Company Name, Address, Phone Number, FL Certification No.) k. Cross-section elevations at approximately one hundred (100') foot stations of the applicable above -ground features, such as: • The centerline of the roadway • Edge of pavement • Top of shoulder • Bottom of shoulder • The centerline of swale • Gutter • Top of the curb • Front/back of the sidewalk. • Right-of-way line • Low and high points • Median openings • Any abrupt changes in grades immediately beyond the limits of the project. III. The topographic survey will not include: 1. Subsurface foundations of structures or subsurface utility designations. 2. Storm and Sanitary Sewer inverts of recessed or debris filled structures.( The consultant will notify the City's Project Manager to clean the structure so inverts can be obtained.) 3. Inverts from structures outside of the survey boundary limits. 4. Tree tagging and tree inventory. 5. Location of Geotech borings. 6. Temporary features such as a trailer, movable barriers/fences, solar lighting, etc. 7. Inverts from sanitary structures. IV. Deliverables Deliverable will be a complete Topographic Survey of the delimited area, in one (1) single CAD file. One (1) 24" x 36" digitally signed and sealed pdf copy. All deliverables will be in accordance with CITY OF MIAMI STANDARDS & REQUIREMENTS FOR TOPOGRAPHIC SURVEY. To be completed in 24 working weeks from Notice to Proceed, weather permitting and excluding holidays. Other deliverables will include: • Survey in MicroStation format • DTM WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 4 of 15 QUALIFICATIONS 1. ELEVATIONS. CONTROL AND ACCURACY: Elevations will be acquired and will be based on the North American Vertical Datum of 88 (NAVD88). Accuracies will be to 1/10 foot for natural ground and 1/100 foot for hardscape surfaces. 2. HORIZONTAL CONTROL: Horizontal locations of boundaries and topographic features will be referenced to the North American Datum of 1983 (NAD83) 2011 adjustment, State Plane Coordinate System for the East Zone of Florida. 3. Access to the subject project shall be granted upon prior notice if restricted, gated, and/or locked. If the surveyor is not allowed on site to perform the above survey services after access has been coordinated, the CLIENT shall be invoiced at the hourly rates quoted on WASD current fee schedule. 4. Utility records research and the evaluation of is not included in this proposal. 5. Research and/or abstracting for title or encumbrances will not be performed by WGI. 6. The CLIENT will be responsible for the excavation to expose inverts of discharge pipes. 7. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 8. Inverts will not be measured if lane closures are required to perform work due to permits and/or safety. 9. Off duty police are not included. CONTINGENCY SCOPE OF SUE SERVICES Vacuum Excavation (ASCE 38-22 Quality Level A) Limited Amount Fee $86,296.58 Unit Cost per test hole $1,078.71 WGI will provide an ASCE 38-22 Quality Level A (QLA) field investigation within the project limits, anticipating up to eighty (80) vacuum excavation test holes as requested. BASIS OF SCOPE 1. WGI proposes to provide an ASCE 38-22 QLB utility investigation (designates) in order to determine the horizontal alignment of the existing utilities within the project limits as indicated by EOR. 2. WGI proposes to provide ASCE 38-22 Quality Level A investigation, up to fifty (80) vacuum excavation test holes are anticipated on the existing utilities for facility material verification and depth confirmation within the project limits and as directed by the EOR. 3. WGI will vacuum excavate utility facilities at the proposed locations, as directed by the EOR, and provide a depth, size, and material of the facility, and then backfill the test hole with native soil, compact with a pneumatic tamper to existing grade. 4. Generally, utility facilities found by vacuum excavation can be visually exposed to a depth equal to the water table. An air lance probe will be used for deeper facilities; however, visual confirmation will WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 5 of 15 not be possible for facilities lying below the water table or utilities within directional bores. Note that the absence of identified utilities does not guarantee "no utility conflict". Approximate horizontal location of the utility will be provided where applicable. 5. Geophysical designating techniques, although highly reliable, are subject to outside interference, which are beyond the control of WGI, and may impede the effectiveness of subsurface utility investigations. Soil conditions, utility materials, size, depth, salt water and conductivity may prevent the location of some subsurface utilities. WGI utilizes state of the art equipment and methodology during all phases of utility investigations, but no guarantee is hereby expressed that all facilities will be detected. 6. This includes exploratory (attempted) test holes, where a potential design conflict is investigated, and utility is deemed too deep for visual confirmation. A note will be provided stating that occurrence. 7. Drafting and/or other CADD services are included. 8. CLIENT shall facilitate access for WGI field staff. 9. Basic work zone safety includes safety road signs and traffic cones. 10. Traffic control lane closures, if needed, are included. 11. Minimum of four test holes per mobilization EXCLUSIONS 1. Investigation of irrigation is not included. 2. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 3. Select backfill material, flowable fill or other material is not included. 4. Mapping of irrigation lines and sprinkler heads is not included. 5. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and types are not included in the SUE scope. 6. Street lighting and traffic control are not included. 7. Off duty police are not included. DELIVERABLES 1. WGI will provide a CADD deliverable with the QLB and QLA investigations drafted. 2. WGI will provide test -hole data inventory sheets with the obtainable data, digital photos, utility description, depth, size, type, direction, and material of the facility. Any additional optional services requested by CLIENT will be provided in accordance with WGI's. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 6 of 15 WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 7 of 15 PROPOSAL ACCEPTANCE We appreciate the opportunity to be of service to Ribbeck Engineering Inc. Upon acceptance of this proposal, along with the attached Contract Terms and Conditions and our current Fee Schedule, please sign and return an executed copy to this office. Please note that the Contract Terms and Conditions are an integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties expressly waive them in writing prior to commencement of work. By executing this Proposal, CLIENT expressly agrees to be bound by the Contract Terms and Conditions and the enclosed Fee Schedule. Whether this proposal is executed or not, the ordering of, acceptance of, or reliance on services performed by WGI constitutes acceptance of the attached Contract Terms and Conditions. Respectfully submitted, WGI, Inc. Roberto Mantecon, PSM Senior Operations Manager Eric Matthew, PSM Senior Operations Manager CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above, and is legally valid, active, and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. AUTHORIZATION FOR CREDIT CHECK: By signing this Proposal, I hereby authorize WGI to conduct a credit check or obtain a credit report with respect to CLIENT (as identified in this Proposal) for purposes of WGI providing services to CLIENT. Corporate Representative: Name (Printed) This Proposal accepted this day of , 2024 By Name (Signature) Ribbeck Engineering, Inc. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 8 of 15 Please provide the following billing information: Name / Company Name Billing Address City State Zip Contact Name Email Address Phone Number Fax Number Enc.: WGI, Inc. Contract Terms and Conditions, Fee Schedule LEFT BLANK INTENTIONALLY WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI, WGI, INC. CONTRACT TERMS AND CONDITIONS JUNE 2020 1. Performance: WGI, Inc.'s ("WGI") services pursuant to this Agreement ("Services")will be performed in a manner consistent with that degree of skill and care ordinarily exercised by members of the same profession currently practicing under similar circumstances in the same geographic area. No other warranties, expressed or implied, are made with respect to WGI's performance of Services. WGI is not a guarantor of the Project for which its Services are directed, and its responsibility is limited to work performed for the Client. WGI is not responsible for the acts or omissions of the Client, nor third parties not under its direct control. The Client's acceptance of WGI's services constitutes acceptance of these Terms and Conditions. 2. Billing/Payments: Invoices for WGI's Services and reimbursable expenses shall be submitted on a monthly basis. Payment shall be due on the date each invoice is received and shall be deemed delinquent 30 calendar days after issuance. Delinquent invoices shall accrue interest on the balance due at a rate of 18% per annum, or the highest interest rate allowable by law. Outstanding invoices delinquent beyond 45 calendar days may at WGI's election be deemed a notice to stop performance under this contract, and WGI may in that event suspend its Services until the invoice is paid, with no liability to WGI. Client shall make payment in full at or before delivery to Client of any reports, plans, record drawing, or certifications prepared under this Agreement. All attorneys' fees, court costs and/or expenses associated with collection of past due invoices will be paid by Client, whether or not suit is filed. The Client's failure to timely pay any WGI invoice within 45 calendar days of issuance shall constitute a waiver of any and all claims against WGI. Retainers shall be credited on WGI's final invoice. 3. Fees: WGI's fees for its Services are set forth in WGI's Fee Schedule, which is attached as a separate exhibit to this Agreement or has otherwise been provided to Client. WGI's fees reflected in this Agreement exclude testing, permit fees, reproduction costs, and any service not reflected in this Agreement. All fees for Services are based on a one-time performance only. Additional Services and/or changes in service, whether field or office, shall be performed only after authorization by Client. Fees for changes and/or additional services are not included in this Agreement and shall be invoiced at the hourly rates quoted on WGI's then -current Fee Schedule. 4. Reimbursable Expenses: Direct costs including, without limitation, prints, copies, long distance phone calls, mileage, airfare, per diem, delivery service, etc., are not included in the above fees but shall be billed as Reimbursable Expenses at the rates set forth in WGI's then -current Fee Schedule. 5. Cost Estimates: Client hereby acknowledges that WGI has no control over the cost of labor or materials, contractors' methods of determining bid prices, or control over competitive bidding, market, or negotiating conditions. Thus, WGI cannot and does not warrant that estimates of probable construction or operating costs prepared or provided by WGI will not vary from actual costs incurred by Client. Client expressly agrees that WGI shall have no liability for any failure of bids or actual construction or operating costs to comply with Client's budget or WGI's cost estimates. 6. Storage: Material samples not consumed in the performance of WGI's Services may be discarded 30 days after submission of the test report unless Client requests other disposition. After notification to Client, WGI may charge Client for extended storage of materials, records, or equipment. 7. Indemnification: Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the Services, except to the extent that any such claim, damage, loss, or expense is caused by the negligent act, omission, and/or strict liability of WGI. 8. Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor WGI, their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected in any way to the Project, WGI's Services, or this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of financing, loss of business, loss of income, loss of reputation, interest expenses, and any other consequential damages that either party may have incurred from any cause of action including 11410 Nurtiivvest 20th Street, Suite il'i, rvu rt�i, t 33i /2 30b.j63.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 10 negligence, strict liability, breach of contract and breach of strict or implied warranty. Both Client and WGI shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this Project. 9. Hazardous Materials: Unless specifically and expressly set forth in WGI's scope of services under this Agreement, and only to the extent set forth therein, WGI shall have no responsibility for the discovery, presence, handling, removal, or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. WGI's Services expressly exclude any Services for Client involving or related in any manner to hazardous substances, and Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or in any way related to the presence, discharge, release, or escape or contaminants or hazardous substance of any kind, or environmental liability of any nature, in any manner related to WGI's Services under this Agreement. 10. LIMITATION OF LIABILITY: In recognition of the relative risks and benefits of the project to both Client and WGI, the risks have been allocated such that Client agrees, to the fullest extent permitted by law, to limit the liability of WGI and its officers, directors, partners, employees, shareholders, owners, and subconsultants for any and all claims, losses, costs, and damages of any nature whatsoever whether arising from breach of contract, negligence, or other common law or statutory theory of recovery, or claims expenses from any cause or causes, including attorney's fees and costs, so that the total aggregate liability of WGI and its officers, directors, partners, employees, shareholders, owners and subconsultants shall not exceed $50,000.00, or the total amount of the fee actually paid to WGI for its Services performed under this Agreement, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law, including but not limited to negligence, breach of contract, or any other claim whether in tort, contract, or equity. In the event Client is unwilling or unable to limit liability in accordance with the provisions set forth in this section, Client may, upon written request of Client and received by WGI within five days of Client's acceptance hereof, increase the limit of liability to a maximum of $1,000,000.00 by agreeing to pay WGI a sum equivalent to an additional amount of 10% of the total fee, or $10,000.00, whichever is greater, to be charged for WGI's Services. In the event professional fees increase during the Project, Client agrees to pay an additional 10% of said increase for the aforementioned higher limits on liability. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. In any event, attorney's fees and costs expended by WGI in connection with any claim shall reduce the amount available, and only one such amount will apply to any Project. If any of the above provisions of this section is/are deemed invalid or unenforceable for any reason, the limit of liability shall not exceed the available policy limits of any insurance policy providing coverage for WGI's Services on the Project. The provisions of this section shall inure to the benefit of WGI's officers, directors, partners, employees, shareholders, owners, and subconsultants, which shall be considered third -party beneficiaries for the purposes of this section. The provisions of this section shall survive the termination of this Agreement. 11. Termination of Services: Except in situations involving default for non-payment by Client to WGI, in the event of any default arising under this Agreement, the defaulting party shall be entitled to receive written notice specifying the default and the actions to be taken to cure the default. The party receiving the notice of default shall have 7 business days from the date of receipt of the notice to cure the specified default. In the event that the party fails to cure the specified default, the adverse party may declare a breach of this Agreement and terminate this Agreement upon serving a written notice of termination. In the event of such termination, Client shall pay WGI in full for all Services rendered up to the time of termination. 12. Events of Default: Client shall be in default under this Agreement if it (i) fails to pay in full any invoice from WGI on the due date or fails to make any other payment due to WGI under this Agreement, (ii) fails to observe or perform any other term, condition or covenant under this Agreement, (iii) breaches any warranty or representation made under this Agreement, (iv) dissolves, terminates or liquidates its business, or its business fails or its legal existence is terminated or suspected, (v) commences any voluntary or involuntary bankruptcy, reorganization, insolvency receivership, or other similar proceeding is commenced by or against Client, (vi) fails to work with WGI in good faith and fair dealing under this Agreement, or (vii) becomes insolvent, makes an assignment for the benefit of creditors, or coveys substantially all of its assets. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 11 13. Suspension of Services: If the Project is suspended for more than thirty (30) calendar days in the aggregate, WGI shall be compensated for Services performed and charges incurred prior to such suspension and, upon resumption of services, WGI shall be entitled to an equitable adjustment in fees to accommodate the resulting demobilization and re -mobilization costs. In addition, WGI shall be entitled to an equitable adjustment in the Project schedule based on the delay caused by the suspension. If the Project is suspended for more than ninety (90) calendar days in the aggregate, WGI may, at its option, terminate this Agreement upon giving notice in writing to Client. 14. Ownership of Instruments of Service: All plans, data, reports, drawings, specifications, maps, surveys, ideas, scripts, sketches, designs, CAD files, field data, notes, Digital Data files, and other documents and instruments prepared by WGI or its subconsultants, whether such work product is tangible or intangible ("Instruments of Service") shall remain the sole and exclusive property of WGI until such time as Client makes full and final payment to WGI pursuant to the terms set forth in this Agreement, and until such time, Client shall not use, deliver, solicit, transmit, or otherwise employ the Instruments of Service, whether directly or indirectly, by any means or manner. Client understands that changes or modifications to the documents made by anyone other than WGI may result in adverse consequences which WGI can neither predict nor control. Therefore, Client agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless WGI from and against all claims, liabilities, losses, damages, and costs (including reasonable attorney's fees) arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by Client or others of the documents provided by WGI under this Agreement. If documents are provided to Client, Client's contractor, or Client's other consultants by WGI in electronic media, such as CAD files or other native format, Client agrees that this is solely as a convenience, and may not be relied on in the same manner as the signed, sealed documents; nor are such electronic files represented to be accurate and faithful representations of the signed, sealed documents. WGI makes no representations or warranties regarding the accuracy, completeness, or readability of information contained in electronic media files. 15. Digital Data Files: It is expressly understood that CADD and BIM files, and other electronic files ("Digital Data files") are issued only as supplemental information for convenience to the Client, contractor, or other authorized user. Digital Data files, like any electronic data, transferred in any manner or translated from the system and format used by WGI to another system or format are subject to errors and modifications that may affect the accuracy and reliability of the data, and, in addition, such electronic data may be altered or corrupted, whether inadvertently or otherwise. As a result, WGI makes no representations or warranties, whether expressed or implied, as to the accuracy of any Digital Data files. The accuracy of Digital Data files cannot be warranted or guaranteed, and any such files provided by WGI to Client or any other party will be issued solely as a convenience and courtesy. Digital Data files are not contract documents, and shall not be relied upon, or used for construction or staking. Any use of the information obtained or derived from Digital Data files will be at Client's, or other receiving party's or user's sole risk, and Client hereby waives and releases any and all claims against WGI arising from or relating to the use of or reliance upon Digital Data files. To the extent any differences, discrepancies, or conflicts exist between the Digital Data files and the contract documents, the contract documents shall control. 16. Successors and Assigns: Client shall not assign, sublet, or transfer any rights under or interest in this Agreement without the prior written consent of WGI. Except where specifically stated otherwise in this Agreement, nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client or WGI. 17. Third Parties: Except as expressly provided herein, nothing in this Agreement shall confer any right, remedy, or claim upon any person or entity not a signatory to this Agreement. 18. Corporate Protection: WGI's performance of Services under this Agreement shall not subject WGI's individual employees, officers, or directors to any personal legal exposure for the risks associated with this Project. Therefore, and notwithstanding anything to the contrary contained herein, Client agrees that as Client's sole and exclusive remedy, any claim, demand, or suit shall be directed and/or asserted only against WGI, and not against any of WGI's employees, shareholders, officers, or directors. 19. Severability and Survival: If any term of this Agreement is to any extent held to be invalid or unenforceable, then such term shall be excluded to the extent of such invalidity or unenforceability, and all other terms hereof shall remain in full force and effect. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between Client and WGI shall survive the completion of WGI's Services hereunder and the termination of this Agreement. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 12 20. Merger and Amendment: This Agreement constitutes the entire agreement between WGI and Client, and all negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both WGI and Client. 21. Applicable Law and Venue: Unless otherwise specified, this Agreement shall be governed by the laws of the State of Florida. Venue for all disputes between the Parties arising from or relating to this Agreement shall lie exclusively in a court of competent jurisdiction in Palm Beach County, Florida. 22. Mediation: All disputes between the Parties arising out of or relating to this Agreement, with the exception of WGI seeking payment from Client for services rendered, shall be submitted to non -binding mediation as a condition precedent to litigation, unless the Parties mutually agree otherwise in writing. 23. Statute of Limitations and Repose: Any applicable statute of limitations or repose shall commence to run and any cause of action shall be deemed to have accrued on the date WGI's drawings are sealed, but in any event not later than the date of substantial completion of the project for which WGI's services are provided. 24. Force Majeure: WGI shall not be liable for any damages or delays in rendering its Services arising from acts of God, epidemics, pandemics, quarantine restrictions, strikes, labor disputes, civil unrest or disturbances, acts of terrorism or war, abnormal weather conditions, or any other cause beyond WGI's reasonable control. 25. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE. THE FOLLOWING TERMS AND CONDITIONS SHALL ALSO APPLY FOR ALL PROJECTS INVOLVING CONSTRUCTION -RELATED SERVICES 26. Construction Administration: WGI's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the initial Contract for Construction and terminates at the earlier of the issuance to the Client of the final Certificate for Payment or 60 days after the date of Substantial Completion of the Work. WGI will provide administration of the Contract for Construction as set forth below and in the General Conditions of the Contract for Construction. 27. Construction Observation: WGI, as a representative of the Client, will visit the site at intervals appropriate to the stage of the Contractor's operations, (1) to become generally familiar with and to keep the Client informed about the progress and quality of the portion of the work relating to WGI's scope, (2) to endeavor to advise Client of defects and deficiencies in such work, and (3) to determine in general if the work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, WGI shall not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the work. WGI shall not be responsible for inspecting the Contractor's work, does not have the right to stop Contractor's work, and shall not be liable for construction defects or deficiencies. WGI's construction observation services shall not relieve Contractor of its responsibility to comply with the contract documents. 28. General Contractor's Responsibilities for Construction and Jobsite Safety: Neither the professional activities of WGI, nor the presence of WGI or its employees and subconsultants at a construction/Project site, shall impose any duty on WGI, nor relieve the Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, supervising, and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. WGI and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. Client agrees that the Contractor shall remain solely and exclusively responsible for jobsite and worker safety and agrees that this intent shall be carried out in the Clients contract with the Contractor. Client also agrees that the Contractor shall defend and indemnify the Client, WGI and WGI's 114 iu vortnwest 2u'6treet, buite -iu'i, Ivi aml, i-L i.Yl /2 3U5.553.ubuu WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 13 subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or relating to construction and jobsite safety. Client also agrees that Client, WGI and WGI's subconsultants shall be made additional insureds under the Contractor's policies of general liability insurance. 29. Property Insurance: Client agrees to procure, or cause to be procured, property insurance written on a builder's risk "all- risk" or equivalent policy form in the amount of the construction costs, comprising total value for the entire project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained until final completion of the project, or until no person or entity other than Client has an insurable interest in the project, whichever is later. This policy shall name WGI as an additional insured. The Client further agrees to waive all rights against WGI for damages that are, or could have been, covered by property insurance and such waiver of subrogation shall be effective notwithstanding any duty of indemnity, contractual or otherwise. 30. Deviations from Contract Documents: WGI will report to the Client known and observable deviations from the Contract Documents by the Contractor. However, WGI shall not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. WGI shall not have control over or charge of and shall not be responsible for the acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons or entities performing portions of the Work. 31. Certificates for Payment: WGI will review and certify the amounts due to Contractor and will issue certificates for such amounts. Such certification for payment will constitute a statement to the Client, based on WGI's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of WGI's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing is subject (1) to an evaluation of the Work for conformance with the Contract documents upon Substantial Completion, (2) to results of subsequent tests and observations, (3) to correction of minor deviations from the Contract Documents prior to completion, and (4) to specific qualifications expressed by WGI. The issuance of a Certificate of Payment shall not be a representation that WGI has (1) made exhaustive or continuous on -site observations to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 32. Rejection of Work: WGI shall have authority to recommend to Client that it reject Work that does not conform to the Contract Documents. Whenever WGI considers it necessary or advisable, WGI shall have authority to recommend to Client that it require observation or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of WGI nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of WGI to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 33. Submittals: WGI will review and approve or take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for general conformance with the design concept of the project and information provided in the Contract Documents. Contractor is responsible for full compliance with the plans, specifications, and contract documents, dimensions, quantities, and performance requirements to be confirmed and correlated at the jobsite, the furnishing of all items whether or not shown on the submittal, means, methods, and sequence of construction, quantities, coordination of the work of all trades, and related jobsite safety precautions or programs. WGI's action will be taken with such reasonable promptness as to cause no unreasonable delay in the Work or in the activities of the Client, Contractor, or separate contractors, while allowing sufficient time in WGI's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the sole responsibility of the Contractor as required by the Contract Documents. WGI's review shall not constitute approval of safety precautions or, unless otherwise specifically stated in writing by WGI, of any construction means, methods, techniques, sequences, or procedures. WGI's approval of a specific item shall not indicate approval of an assembly of which the item is a component. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 14 34. Contractor's Design Professionals: If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, WGI will specify appropriate performance and design criteria that such services must satisfy. Shop drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to WGI. WGI shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 35. Change Orders: WGI will prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by WGI for the Client's approval and execution in accordance with the Contract Documents and may authorize minor changes in the Work not involving an adjustment in the Contract sum or an extension of the Contract Time which are consistent with the intent of the Contract Documents. 36. Submittals and Final Completion: WGI will conduct observations to determine the date or dates of Substantial Completion and the date of final completion, will receive from the Contractor and forward to the Client, for the Client's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor, and will issue a final Certificate for Payment based upon a final observation indicating that the Work generally complies with the requirements of the Contract Documents. 37. Interpretations and Decisions: Interpretations and decisions of WGI will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and initial decisions, WGI will endeavor to secure faithful performance by both Client and Contractor, will not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. LEFT BLANK INTENTIONALLY 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 15 Hourly Rate ENGINEERING SERV ICES Executive Engineer $370.00 Chief Engineer $360.00 Principal Engineer $335.00 Senior Project Manager $320.00 Project Manager $250.00 Senior Engineer 2 $295.00 Senior Engineer 1 $260.00 Engineer 2 $230.00 Engineer 1 $210.00 Senior Engineer Intern $160.00 Engineer Intern $145.00 Chief Designer $200.00 Senior Designer $170.00 Designer $140.00 Field Engineer $210.00 Field Inspector $155.00 BIM Designer $100.00 SURVEY SERVICES Chief Surveyor $310.00 Principal Surveyor $275.00 Senior Project Manager $225.00 Project Manager $195.00 Senior Professional Surveyor $190.00 Professional Surveyor $160.00 Certified Photogrammetrist $200.00 Senior Survey Technician $150.00 Survey Technician $125.00 SUE Technician $125.00 Field Technician $90.00 Chief Utility Coordinator $275.00 Senior Utility Coordinator $215.00 Utility Coordinator $170.00 WGI, INC. FEE SCHEDULE* EFFECTIVE DATE 10/28/2023 Hourly Rate SURVEY SERVICES CONTINUED 1 Person Field Survey Crew $125.00 2 Person Field Survey Crew $170.00 3 Person Field Survey Crew $220.00 4 Person Field Survey Crew $270.00 2 Person SUE Crew $180.00 3 Person SUE Crew $240.00 4 Person SUE Crew $290.00 5 Person SUE Crew $320.00 Laser Scan Crew $250.00 HydrographicBathymetric Crew $350.00 UAS Flight Crew $280.00 Fixed Wing Aerial Flight Crew $1,150.00 Geospatial Analyst $110.00 Geospatial Developer $150.00 PLANNING SERVICES Executive Planner $340.00 Chief Planner $280.00 Principal Planner $225.00 Senior Project Manager $215.00 Project Manager $190.00 Senior Planner $160.00 Planner $120.00 LANDSCAPE ARCHITECTURAL SERVICES Chief Landscape Architect $300.00 Principal Landscape Architect $280.00 Senior Project Manager $225.00 Project Manager $190.00 Senior Landscape Architect $235.00 Landscape Architect $200.00 Senior Designer $160.00 Designer $120.00 Entry Level Designer $110.00 Hourly Rate ENVIRONMENTAL SERVICES Executive Environmental Scientist $280.00 Principal Environmental Scientist $240.00 Senior Project Manager $215.00 Project Manager $180.00 Senior Environmental Scientist $215.00 Environmental Scientist $145.00 Environmental Technician $110.00 ARCHITECTURAL SERVICES Principal Architect $320.00 Senior Project Manager $280.00 Project Manager $230.00 Senior Architect $270.00 Project Architect $215.00 Architect $180.00 Senior Graduate Architect $160.00 Graduate Architect $130.00 OTHER PROFESSIONAL SERVICES Expert Witness $455.00 GIS Technician $120.00 Administrative Assistant $130.00 Intern $85.00 REIMBURSABLE EXPENSES Copies, Black & White (each) $0.50 Copies, Color (each) $1.00 Plots, Black & White (each) $2.00 Plots, Color (each) $16.00 Mylars (each) $74.00 Foam Core Presentation Boards (each) $8.00 All Third Party -Party Expenses Cost Plus 15% Expenses: In addition to labor, WGI, INC. bills for the following project related costs at a contractually agreed markup: printing; conference calling charges; document review, permit or recording fees paid on behalf of CLIENT; shipping; bid advertisement; specialty materials, software or equipment rental; sub -consultant fees; costs of project related employee travel including meals, lodging, airfare and miscellaneous travel costs such as tolls, parking, etc; mileage for all company -owned vehicles (trucks) will be charged at $0.85/mile; employee owned vehicles used for transportation related to the Project will be charged at the prevailing federal mileage rate allowed by the IRS at the time the travel occurs. WGI also bills for the cost of internal reproduction and the use of specialized equipment related to subsurface utility vacuum excavation, mobile scanning (LIDAR), andhydrographic surveying. .BE ADVISED THAT THIS FEE SCHEDULE IS SUBJECT TO CHANGE AS ADJUSTED BY WGI, INC. ANNUALLY. YOU WILL BE SUBJECT TO THE THEN CURRENT RATES APPLICABLE AT THE TIME OF SERVICE. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Estimator: City of Miami Allpatah Neigbohood Option 1 _Survey Proposal Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 14.1 Horizontal Project Control (HPC) Establish primary control at 1000 ft plus or minus. Time included for putting in place primary control monument on site, effort to perform ground traverse on Primary Control point. Establish horizontal location for a maximum of 30 points and 30 Secondary Control points as necessary with GPS RTK methods with double base occupancy or conventional survey if location is not suitable for GPS. 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 8.84 8.84 2.00 17.67 Interstate Mile 0.00 0.00 0.00 14.2 Vertical PC / Bench Line Establish Vertical value for primary and secondary Control points as necessary. Approximate Bench run length: 6 Miles, only for primary control 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 4.12 4.12 1.50 6.18 Interstate Mile 0.00 0.00 0.00 14.3 Alignment and Existing R/W Lines Mile 1.50 8.84 2.00 17.67 5.00 44.18 14.6 Topography/DTM (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data with sufficient density for the purpose of a digital terrain model (DTM) survey. Collect all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. Delivery of all appropriate electronic files. Mile 34.16 2.00 68.32 4.90 167.39 14.7 Planimetric (2D) Mile 0.00 0.00 0.00 14.8 Roadway Cross-Sections/Profiles Perform field survey check sections or profiles to verify the required accuracy of the digital terrain model and / or to determine existing cross slope. Includes analysis and processing of all field collected data for comparison with DTM. Includes delivery of all appropriate electronic files. Mile 0.23 1.35 0.68 2.00 2.71 14.9 Side Street Surveys Mile Units/Day 0.00 0.00 0.00 14.12 Drainage Survey Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 1 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments EA 330.00 16.00 20.63 0.50 10.31 2.00 41.25 14.19 Sectional / Grant Survey Corner 0.00 0.00 0.00 Mile 0.00 0.00 0.00 14.20 Subdivision Location Block 0.00 0.00 0.00 Mile 0.00 14.27 Work Zone Safety Provide work zone safety as required by the department on heavy urban setting 9.74 14.28 Vegetation Survey LS 0 14.29 Tree Survey LS 0 14.30 Miscellaneous Surveys 0.00 0.00 0.00 Survey Subtotal Crew Days 88 Field Support Hours 110 Office Support Hours 279 14.31 Supplemental Surveys THE % FOR SUPPLEMENTAL WILL BE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN WRITING BY THE DISTRICT SURVEYOR 88 0 0 0 14.32 Document Research Units 0 14.33 Field Reviews Units 0 14.34 Technical Meetings LS 1.00 1 14.35 Quality Assurance / Quality Control LS 5% 14 Supervision LS 114.36 5% 20 Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 2 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 14.37 Coordination LS 3% 8 27. Survey Total Crew Days 88 Field Support Hours 110 Office Support Hours 322 SPLS = PLS = Office Support = Total Hours = 432 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Comments Kickoff Meeting with FDOT EA 1 1 1 2 Baseline Approval Review EA 0 0 0 0 Network Control Review EA 0 0 0 0 Vertical Control Review EA 0 0 0 0 Local Governments (cities, counties) EA 0 0 0 0 Final Submittal Review EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 1 Subtotal PM Meetings 2 Progress Meetings (if required by FDOT) EA 0 0 0 - - Phase Review Meetings EA 0 0 0 ** - - Total Meetings 1 Total PM Mtgs (carries to Tab 3) 2 Canes to 27.34 ** Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3 Carries to Tab 3 Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 3 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: SPT BORINGS FOR ROADWAY, PAVEMENT CORES AND PERCOLATION TESTS ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) FINAL FIELD EXPLORATION a) HRES is planning to perform the following field exploration services: Pavement Cores - 30 pavement cores with 30 SPT borings to 2 feet deep to measure the existing base and subbase thicknesses. Roadway Borings - a total of 25 SPT borings, each to a depth of 6 feet to provide subsurface conditions along the streets, and 5 SPT borings to 20 feet to provide subsurface conditions for the excavation of the French drains. Percolation Tests - Perform 30 constant head percolation tests in 10 ft. deep boreholes. b) Permits: City of Miami. All the boreholes are located along the existing roads and may require lane closures. Based on an email sent by Ribbeck on June 11, 2024, permit fees are waived. Therefore, no permit fees are included in the proposal. c) Staff Engineer Time Require to Proceed Permit - A Staff Engineer will prepare the required permit package to be input in the city system. This permit will require a lot of coordination with the designer an the city project manager to be able to get it approved. HRES is assigning a minimum of 20 hours for this task. d) MOT Plans - To be provided by Ribbeck. The city requires an official set of plans for permit approval. e) HRES will contact One Call Sunshine FL 811. Reporting f) Provide one final roadway report that includes: percolation test results, and the information provided by the roadway borings. A second pavement cores report will provide tables showing the pavement thicknesses and photos of the pavement cores. In addition, we will provide a statement to be used for the Reasonable Assurance Report (RAR) in conjunction with the environmental laboratory testing and the performance of one deep well SPT boring to 100 feet in case the optional services are approved. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) UNITS # OF UNIT TOTAL UNITS RATE $ 1. FIELD EXPLORATION AN LABORATORY SERVICES: 25 SPT BORINGS TO 6 FEET, 5 SPT BORINGS TO 20 FEET (FRECH DRAINS) , 30 PAVEMENT CORES AND 30 PERCOLATION TESTS 1.1) 25 SPT Borings to 6 feet for roadway improvements 25x6'=150 feet feet 150 $15.50 $2,325.00 1.1 b) 5 SPT Borings to 20 feet for the French Drains=5x20'=100 feet feet 100 $15.50 $1,550.00 1.1 c) Temporary Casing: 0'-50': 5x20'=100 feet feet 100 $6.50 $650.00 1.2a) 30 pavement cores each 30 $110.00 $3,300.00 1.2b) 30 SPT Borings to 2 feet to measure the thicknesses of the existing base and subbase 30x2'=60 feet feet 60 $15.50 $930.00 1.3) Percolation Testing: performing a total of 30 tests to 10 feet each 30 $380.00 $11,400.00 1.4) Grouting Holes:150 feet (roadway borings) +100 feet (French Drains) + 60 feet (pavement Core SPT borings) + 300 feet (percolation tests)=610 feet feet 610 $5.50 $3,355.00 1.5) Rig Mobilizations each 2 $450.00 $900.00 1.6) Organic Content Tests each 5 $50.00 $250.00 1.7) Fines Content Tests each 10 $50.00 $500.00 1.8) Grain Size Tests each 5 $60.00 $300.00 1.9) Corrosion Testing: Resistivity, Chlorides, pH, Sulfates each 3 $130.00 $390.00 Subtotal Field Exploration $25,850.00 2. MOT SERVICES 2.1) MOT Services - Barricades. The percolation tests will take 30/3=10 day 19 $300.00 $5,700.00 days; the SPT borings will take 250'/70'=4 days; the pavement cores will take 30/6=5 days, for a total of 10+4+5= 19 days. The daily barricades use consists of: 75 cones, 8 traffic signs and one arrow target sign used for lane closures. 2.2) MOT Services - Engineering Technician Services. Minimum time hour 76 $72.04 $5,475.04 allocated for one Technician to set the barricades and remove them. Estimating 4 hours/day, 19 days, for a total of 76 hours. Subtotal MOT Services $11,175.04 40.9% 17.7% Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) 3. TECHNICIAN SERVICES AND ENGINEERING FOR REPORTING 3.1) Engineering Technician for boring layout, underground utilities (meeting FL 811 personnel): 30 percolation tests, 30 pavement cores and 30 SPT borings. A total of 90 boreholes, 30 hours. Edilso Marquez: $24.84x2.9=$72.04 hour 30 $72.04 $2,161.20 3.2) Staff Engineer for boring drafting: drilling 250 linear feet: 250/100x5= 12.5 hours. Abraham Oliveira, El: $32.89x2.9=$95.38 hour 15.0 $95.38 $1,430.70 3.3) Staff Engineer - Boring description, report preparation support. Chollada Soonyakanit, El: $36.35x2.9=$105.41 hour 80 $105.41 $8,432.80 3.4) Staff Engineer - permit hours (estimating 20 hours). Juan Valencia: $43.72x2.9=$126.78 hour 20 $126.78 $2,535.60 3.5) Professional Engineer - Report Preparation: David Ramos, PE: $42x2.9=$121.8 hour 60 $121.80 $7,308.00 3.6) Senior Engineer for report review, QA/QC: Chatuphat Savigamin, PE: $50.0x2.9=$145.0 each 30 $145.00 $4,350.00 TOTAL TECHNICIAN SERVICES AND ENGINEERING $26,218.30 TOTAL FOR GEOTECHNICAL SERVICES - BASIC SERVICES $63, 243.34 41.5% 100% Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) Permit Fees - Estimated amount - Optional. Based on the email sent by Ribbeck on 6/11/2024, the city will waived the permit fees. each 0 $0.00 $0.00 4. FIELD EXPLORATION FOR DEEP WELL BORING DRILLED TO 100 FEET - SALINITY TESTING NOT INCLUDED - OPTIONAL SERVICES 4.1) SPT Borings 0-50 feet: 1 SPT boring to 100 feet, drilling the first 50 feet feet 50 $15.00 $750.00 4.2) SPT Borings 5-100 feet: 1 SPT boring to 100 feet, drilling the second 50 feet feet 50 $17.00 $850.00 4.3) Temporary Casing 0'-50'= 50 feet feet 50 $7.00 $350.00 4.4) Temporary Casing 50'-100'= 50 feet feet 50 $7.50 $375.00 4.5) Borehole Closing after boring performance: 100 feet feet 100 $6.50 $650.00 4.6) Rig Mobilization: if not conducted with the other boreholes each 1 $450.00 $450.00 4.7) Drafting: 5 hours hour 5 $87.84 $439.20 4.8) Boring Report hour 5 $101.40 $507.00 4.9) Estimate budget for environmental laboratory testing, including salinity and Total Dissolved Solids and Chloride testing each 1 $6,000.00 $6,000.00 TOTAL FOR FIELD INVESTIGATION - OPTIONAL SERVICES $10,371.20 HR ENGINEERING SERVICES, INC. ffeJnam6 ail/tof Hernando R. Ramos, PE Senior Geotechnical Engineer/President Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 1: General Tasks Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Ribbeck Engineering NOTE: S"gnature Block is optional, per District preference Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 1.1 Public Involvement 1.1.1 Community Awareness Plan LS 1 0 0 Not anticipated - if needed to be handled by City of Miami PIO 1.1.2 Notifications LS 1 0 0 To be handled by City of Miami PIO 1.1.3 Preparing Mailing Lists LS 1 0 0 To be handled by City of Miami PIO 1.1.4 Median Modification Letters LS 1 0 0 Not anticipated 1.1.5 Driveway Modification Letters LS 1 0 0 Not anticipated 1.1.6 Newsletters LS 1 0 0 To be handled by City of Miami PIO 1.1.7 Renderings and Fly Throughs LS 1 0 0 Not anticpated. 1.1.8 PowerPoint Presentation LS 1 20 20 Technical portion for 1 PPT presentation x 20 hrs/presentation = 20 hrs. PIO to be handled by City of Miami. Otherwise, HML has provided hours as optional services. 1.1.9 Public Meeting Preparations LS 1 16 16 1 presentation x 16 hrs/presentation (3 ppl (PM, roadway EOR and Drainage EOR)) = 16 hrs PIO to be handled by City of Miami. Otherwise, HML has provided hours as optional services. 1.1.10 Public Meeting Attendance/Followup LS 1 12 12 4 hrs (2 hrs meeting and 2 x 1 hr travel time) x 3 ppl x 1 meeting = 12 hrs PIO to be handled by City of Miami. Otherwise, HML has provided hours as optional services. 1.1.11 Other Agency Meetings LS 1 40 40 Assuming 10 meetings @ 4 hrs/meetings (includes agenda and meeting minutes preparation) = 4 hrs x 10 meetings PIO to be handled by City of Miami. Otherwise, HML has provided hours as optional services. 1.1.12 Web Site LS 1 0 0 Not anticipated 3.1 Public Involvement Subtotal 88 1.2.1 Contract Maintenance and Project Documentation LS 1 120 120 24 hrs (initial set up) + 4 x 24 months = 120 hrs 1.2.2 Joint Project Agreements EA 1 12 12 WASD JPA 1.3 Specifications Package Preparation LS 1 24 24 Mid range 1.4 Other Project General Tasks LS 1 42 42 1) Update SLIP Study (12 hrs). 2) Assist with Grant Program Manager (30 hrs) 1.5 Prime Consultant Project Manager Meetings LS 1 188 188 See listing below 1.6 Value Engineering (Multi -Discipline Team) Review LS 1 0 0 Not applicable 1.7 Plans Update LS 1 0 0 Not anticipated Ri b beck En gi n ee ri n g_CityofMi am i_Al l ap attah _05062024_R edu ce d_rvsd.xl sx 3. Project General Tasks Page 1 of 22 5/6/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 1: General Tasks Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 1.8 Post Design Services LS 1 0 0 To be negotiated at a later time 1.9 Digital Delivery LS 1 16 16 For set up of the signature sheet and S&S - 16 hrs 1.10 Risk Assessment Workshop LS 1 0 0 Not applicable 1.11 Railroad, Transit, and/or Airport Coordination LS 1 0 0 Not anticipated 1.12 Aeronautical Evaluation LS 1 0 0 Not anticipated 1.13 Landscape and Existing Vegetation Coordination LS 1 0 0 Not anticipated 3. Project Common and Project General Tasks Total 490 3.6 - List of Project Manager Meetings Units No of Units Hours/ Unit Total Hours Comments Roadway Analysis EA 4 4 16 Meetings to discuss preliminary concept, typicals, access management, etc. Drainage EA 4 4 16 Meeting with DRER and City Utilities EA 4 7 28 Initial, 60%, 100% and 4 UAO indivual utility meetings Environmental EA 0 0 0 Structures EA 0 0 0 Signing & Pavement Marking EA 1 4 4 Assuming 1 meeting Signalization EA 2 4 8 Assuming 2 meetings Lighting EA 2 4 8 Assuming 2 meetings Landscape Architecture EA 2 4 8 Assuming 2 meetings Survey EA 1 0 0 Photogrammetry EA 1 0 0 ROW & Mapping EA 1 0 0 Terrestrial Mobile LiDAR EA 1 0 0 Architecture EA 1 0 0 Noise Barriers EA 1 0 0 ITS Analysis EA 1 0 0 Geotechnical EA 1 4 4 Assuming 1 meeting Progress Meetings EA 24 2 48 Assuming monthly progress meetings Phase Reviews EA 0 0 0 Field Reviews EA 6 8 48 Assuming 6 field reviews at 8 hrs each Total Project Manager Meetings 57 188 Total PM Meeting Hours carries to Task 3.6 above Notes: 1. If the hours per meeting vary in length (hours) enter the average in the hour/unit column. 2. Do not double count agency meetings between permitting agencies. 3. Project manager meetings are calculated in each discipline sheet and brought forward to Column D, except for Photogrammetry. Ri b beck En gi n ee ri n g_CityofMi am i_Al l ap attah _05062024_R edu ce d_rvsd.xl sx 3. Project General Tasks Page 2 of 22 5/6/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 2: Roadway Analysis Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Task No. Task Units No of Units Hours/ Unit Total Hours Comments 2.1 Typical Section Package LS 1 72 72 1 typical section @ 24 hrs for first typical, data sheet and location map + 6 additional typicals x 8 hrs each = 72 hrs •Proposed Typical Section 50-F •Proposed Typical Section 50-B •Proposed Modified Typical Section 50-F (40' Right -of -Way) •Proposed Typical Section 80-D •Proposed Typical Section 70-B •Proposed Typical Section 70-F •Proposed Typical Section 70-G 2.2 Pavement Design Package LS 1 0 0 Use City of Miami pavement design 2.3 Horizontal Nertical Master Design Files LS 1 1491.88 597 Project length: 31,439 LF = 5.954 miles. First mile @ 300 hrs (mid -range) + 4.954 miles x 220 hrs (mid -range) = 1390 hrs + 3 submittals x 2 hr/UAO x 17 UAOs = 1450 hrs (Reduced to 40% as per City request - assuming minimizing full reconstruction as feasible - -> 1492 * 0.4 = 597 hrs). 2.4 Cross Section Design Files LS 1 1309.88 524 110 hrs per mile (mid -range) x 2 (every 50 ft) x (5.954 miles)) = 1,310 hrs (Reduced to 40% as per City request - minimizing full reconstruction as feasible --> 1310 * 0.4 = 524 hrs). 2.5 Temporary Traffic Control Plan Analysis LS 1 200 200 Level II TCP. 2.6 Master TTCP Design Files LS 1 476.32 476 40 hrs/mile/phase x 2 phases x 5.954 miles = 476 hrs 2.7 Design Report LS 1 48 48 Design Report 2.8 Computation of Quantities LS 1 280 280 Includes initial, and all phase submittal modifications throughout the design life. 2.9 Cost Estimate LS 1 48 48 30%, 60% and Final (16 hrs/update x 3) = 48 hrs 2.10 Pavement Type Selection Report LS 1 0 0 Not anticipated. 2.15 Cross -Slope Correction LS 1 0 0 Not anticipated. Roads are damaged and will be reconstructed. 2.16 Access Management LS 1 0 0 Not applicable. 2.17 Roundabout Evaluation LS 1 0 0 Not applicable. RibbeckEngineeri ng_CityofM is m i_AI lapatta h_06212024_Reduced_rvsd.xlsx 4. Roadway Analysis Page 1 of 3 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 2: Roadway Analysis Task No. Task Units No of Units Hours/ Unit Total Hours Comments 2.18 Roundabout Final Design Analysis LS 1 is 0 Not applicable. 2.19a Selective Clearing and Grubbing of Existing VegetationField Assessment LS 1 0 0 Refer to subconsultant WGI 2.19b Selective Clearing and Grubbing Site Inventory of Existing Vegetation and Cross -Discipline Coordination (OPTIONAL SERVICES) LS 1 0 0 Refer to subconsultant WGI 2 20 Selective Clearing and Grubbing- Existing Vegetation Maintenance Report LS 1 0 0 Refer to subconsultant WGI 2.21 Tree Dispostion Plan LS 1 0 0 Refer to subconsultant WGI 2.22 Design Variations and Exceptions LS 1 0 0 Not anticipated. To be negotiated at a later time if needed. 2.23 Technical Special Provisions and Modified Special Provisions LS 1 0 0 Not anticipated. 2.24 Other Roadway Analyses LS 1 0 0 Not anticipated Roadway Analysis Technical Subtotal 2245 RibbeckEngineeri ng_CityofM is m i_AI lapatta h_06212024_Reduced_rvsd.xlsx 4. Roadway Analysis Page 2 of 3 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 2: Roadway Analysis Task No. Task Units No of Units Hours/ Unit Total Hours Comments 2.10 Field Reviews LS 1 64 64 4 field reviews x 2 ppl x 8 hrs/each (including travel time) = 64 hrs 2.25 Monitor Existing Structures LS 1 0 0 2.11 Technical Meetings LS 1 24 24 Meetings are listed below 2.12 Quality Assurance/Quality Control LS % 5% 112 2.26 Independent Peer Review LS % 0% 0 2.13 Supervision LS % 5% 112 Roadway Analysis Nontechnical Subtotal 312 2.14 Coordination LS % 77 4 Roadway Analysis Total 2634 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number Typical Section EA 2 4 8 0 Pavement EA 2 2 4 0 Access Management EA 0 0 0 0 15% Line and Grade EA 0 0 0 0 Driveways EA 0 0 0 0 Local Governments (cities, counties, MPO) EA 4 3 12 yes 0 Work Zone Traffic Control EA 0 0 0 0 30/60/90/100% Comment Review Meetings EA 0 0 0 0 Other Meetings EA 0 0 0 Subtotal Technical Meetings 24 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 24 Total Project Manager Meetings (carries to Tab 3) 0 Caff'iu to Tab 3 RibbeckEngineeri ng_CityofM is m i_AI lapatta h_06212024_Reduced_rvsd.xlsx 4. Roadway Analysis Page 3 of 3 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 3: Roadway Plans Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Task No. Task Scale Units No. of Units or Sheet Hours/ Unit or Sheet Total Hours Comments 3.1 Key Sheet Sheet 1 3 8 Low Range 3.2 Summary of Pay Items Including Quantity Input Sheet 3 24 72 Roadway, Drainage, S&PM, Signal, Lighting, Landscape 3.3 Typical Section Sheets 3.3.1 Typical Sections EA 7 10 70 7 typical sections •Proposed Typical Section 50-F •Proposed Typical Section 50-B •Proposed Modified Typical Section 50-F (40' Right -of -Way) •Proposed Typical Section 80-D •Proposed Typical Section 70-B •Proposed Typical Section 70-F •Proposed Typical Section 70-G 3.3.2 Typical Section Details EA 0 0 3.4 General Notes/Pay Item Notes Sheet 8 8 3.5 Summary of Quantities Sheets Sheet 5 250 Assuming 50 summary of quantity sheets. 3.6 Project Layout Sheet 8 32 4 project layout sheets to depict the Allappatah neigbhorhood (almost 6 miles of improvements) 3.7 Plan/Profile Sheet Sheet 0 3.8 Profile Sheet Sheet 0 0 0 Not anticipated. 3.9 Plan Sheet Sheet 60 4 240 Project length: 31,309 LF (5.929 miles) @40' scale = 60 sheets 3.10 Special Profile Sheet 60 4 240 Project length: 31,309 LF (5.929 miles) @ 40' scale = 60 sheets 3.11 Back -of -Sidewalk Profile Sheet Sheet 0 0 0 Not anticipated. 3.12 Interchange Layout Sheet Sheet 0 0 0 Not applicable. 3.13 Ramp Terminal Details (Plan View) Sheet 0 0 0 Not applicable. Ri bbeckEngi neering_CityofM iami_AI lapattah_06112024_Reduced_rvsd.xlsx 5. Roadway Plans Page 1 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 3: Roadway Plans Task No. Task Scale Units No. of Units or Sheet Hours/ Unit or Sheet Total Hours Comments 3.14 Intersection Layout Details Sheet 18 10 180 18 intersection details 3.15 Special Details EA 12 12 144 Assuming 12 special details. 3.16 Cross -Section Pattern Sheets Sheet 0 0 0 Not anticipated. 3.17 Roadway Soil Survey Sheets Sheet 10 10 Obtained from Geotechnical, incorporated in plans. Assuming 10 sheets 3.18 Cross Sections EA 627 251 Cross section every 50-ft @ 5.929 miles (31,309 ft) = 627 cross sections 3.19 Temporary Traffic Control Plan Sheets Sheet 33 4 132 For NW 29th Street (4-lane typical): 3 phases x 5,755 LF (1.09 miles) (NW 29 Street - 4-lane undivided road) / 540-LF/sheets = 3 phases x 11 sheets = 33 sheets x 4 hrs/sheet = 132 hrs 3.20 Temporary Traffic Control Cross Section Sheets EA 0 0 0 Not anicipated. 3.21 Temporary Traffic Control Detail Sheets Sheet 69 8 552 1 TCP general notes sheet + 4 sheets for phasing notes + 12 sheets for pedestrian detours + 54 details for road closure and vehicular detours (1 detour per block - 60 blocks total excluding 6 blocks along NW 29 Street which have 4 lanes and is accounted under Activity 5.19) = 69 details 3.22 Utility Adjustment Sheets Sheet 60 4 240 Project length: 31,309 LF (5.929 miles) @40' scale = 60 sheets 3.23 Selective Clearing and Grubbing Sheets 3.23.1 Selective Clearing and Grubbing Sheet 0 0 0 Not anticipated. 3.23.2 Selective Clearing and Grubbing Details Sheet 0 0 0 Not anticipated. 3.24 Tree Disposition Sheets 3.24.1 Tree Disposition Plan Sheets Sheet 0 0 0 Refer to subconsultant WGI 3.24.2 Tree Disposition Plan Tables and Schedules Sheet 0 0 0 Refer to subconsultant WGI 3.25 Project Control Sheets Sheet 10 1 10 Assuming 10 CTL and survey boundary sheets to be provided by Surveyor and inserted in Roadway Plans. 3.26 Environmental Detail Sheets Sheet 0 0 0 Not anticipated. 3.27 Utility Verification Sheets (SUE Data) Sheet 4 4 16 Assuming 4 utility verified sheets Roadway Plans Technical Subtotal 2455 3.28 Quality Assurance/Quality Control LS % 5% 123 3.29 Supervision LS % 5% 123 5. Roadway Plans Total 2701 Ri bbeckEngi neering_CityofM iami_AI lapattah_06112024_Reduced_rvsd.xlsx 5. Roadway Plans Page 2 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 4: Drainage Analysis Estimator: Carlos Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 rRepresenting Print Name Signature / Date City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Task No. Task Units No of Units Hours/ Unit Total Hours Comments . 4.1 Drainage Map Hydrology Per Map 51 16 816 Total of 51 drainage map sheets at scale= 1'=50' to cover project area. Assess drainage flow patterns, onsite and offsite drainage area, existing drainage infrastruture and new drainage interphase and system interconnectivity with others. 4.11 Base Clearance Calculations Per Location 0 0 0 4.12 Pond Siting Analysis and Report Per Basin 0 0 0 4.13 Design of Cross Drains EA 0 0 0 4.14 Design of Ditches Per Ditch Mile 0 0 0 4.15 Design of Stormwater Management Facility (Offsite or Infield Pond) EA 0 0 0 4.16 Design of Stormwater Management Facility (Roadside Treatment Swales and Linear Ponds) Per Cell 0 0 0 4.17 Design of Floodplain Compensation Per Floodplain Basin 0 0 0 4.2 Design of Storm Drains EA 400 2 800 Total estimated 800 drainage structures (DS) to be analyzed/designed. Total existing 650-DS within project (as per GIS DB) to be replaced/relocated/updated plus 50-DS new additonal along segment of roads without any drainage infrastructure (NVV 29 Te, NVV 30 St, NVV 31 St, NVV 13 Ave & NVV 10 Ave) plus 100 existing DS along existing PSMS (NVV 12 Ave & NVV 7 Ave) for integral analysis purposes. 4.18 Optional Culvert Material EA 0 0 0 4.3 French Drain Systems Per Cell 45 8 360 Total estimated 90 French drain cells throghout project area. 4.19 Existing French Drain Systems Per Cell 0 0 0 4.4 Drainage Wells EA 20 8 160 Total estimated 32 drainage gravity wells to provide additional runoff disposal capacity to FD systems. 4.5 Drainage Design Documentation Report LS 1 100 100 Drainage design report. 4.20 Bridge Hydraulic Report EA 0 0 0 RibbeckEngin eerin g_CityofMiami_Allapattah_06112024_Reduced_rvsd.xlsx 6a. Drainage Analysis 1 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 4: Drainage Analysis Task No. Task Units No of Units Hours/ Unit Total Hours Comments 4.21 Temporary Drainage Analysis LS 1 0 0 4.22 Cost Estimate LS 1 0 0 4 23 Technical Special Provisions / Modified Special Provisions LS 1 0 0 4.24 Hydroplaning Analysis LS 1 0 0 4.25 Existing Permit Analysis LS 1 0 0 4.26 Other Drainage Analysis LS 1 0 0 4.27 Noise Barrier Evaluation LS 1 0 0 Drainage Analysis Technical Subtotal 2236 4.6 Field Reviews LS 1 64 64 8 hrs x 2 ppl x 4 field reviews = 64 hrs 4.7 Technical Meetings LS 1 24 24 Meetings are listed below 4.28 Environmental Look -Around (ELA) Meeting LS 1 0 0 Not anticipated 4.8 Quality Assurance/Quality Control LS % 5% 112 4.29 Independent Peer Review LS % 0% 0 4.9 Supervision LS % 5% 112 Drainage Analysis Nontechnical Subtotal 312 4.10 Coordination LS % 396 76 6a. Drainage Analysis Total 2624 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number Base Clearance Water Elevation EA 0 0 0 0 Pond Siting EA 0 0 0 0 Agency EA 2 4 8 SFWMD 0 Local Governments (cities, counties) EA 2 4 8 DRER 0 City of Miami EA 2 4 8 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 24 0 Progress Meetings (if required by FDOT) EA 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 24 Total Project Manager Meetings (carries to Tab 3) I 0 Comes to 6.19 RibbeckEngin eerin g_CityofMiami_Allapattah_06112024_Reduced_rvsd.xlsx 6a. Drainage Analysis 2 of 2 Caxxies to Tab 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 5. Drainage Plans Estimator: Carlos Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name • Signature / Date City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Task No. Task Scale Units No. of Units or Sheet Hours/ Unit or Sheet Total Hours Comments _ 5.1 Drainage Map (Including Interchanges) Sheet 51 12 612 Total of 51 drainage map sheets (scale: 1"=50') to cover project drainage area. 5.2 Bridge Hydraulics Recommendation Sheets Sheet 0 0 0 Not applicable 5.3 Summary of Drainage Structures Sheet 16 12 192 16 DS per sheet 5.4 Optional Pipe/Culvert Material Sheet 0 0 0 5.5 Drainage, Paving and Grading Plan Sheet 59 4 236 Project length: 31,309 LF (5.929 miles) @40' scale = 60 sheets 5.6 Drainage Structure Sheets (Per Structure) EA 300 2.5 750 Estimated 700 new drainage structures. Includes work for developing the draiange structure cross sections. 5.7 Miscellaneous Drainage Detail Sheets Sheet 12 12 144 Estimated total of 12 drainage detail sheets needed based on anticipated 16 overflow weir control structures, French drain details and data tabulation, drainage well detail and data tabulation, special drainage structures (required for utilitiy conflicts and existing drainage infrastructure interphase). 5.8 Lateral Ditch Plan/Profile Sheet 0 0 0 Not applicable 5.9 Lateral Ditch Cross Sections EA 0 0 0 Not applicable 5.10 Retention/Detention Ponds Detail Sheets Sheet 0 0 0 Not applicable 5.11 Retention Pond Cross Sections EA 0 0 0 Not applicable 5.12 Erosion Control Plan Sheets Sheet 2 4 8 2 notes. 5.13 SWPPP Sheets Sheet 51 4 204 51 SWPPP (scale 1"=50'). Drainage Plans Technical Subtotal 2146 5.14 Quality Assurance/Quality Control LS % 5% 107 5.15 Supervision LS % 5% 107 6. Drainage Plans Total 2360 RibbeckEngineering_CityofM iam i_Allapatta h_06112024_Reduced_rvsd.xlsx 5. Drainage Plans Page 1 of 1 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Protect Activity 6: Utilities Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Consultant Name NOTE: Signature Block is optional, per District preference Nok Tas Task Units No of Units Hours/ Unit Hours Total Comments 6.1.1 Utility Kickoff Meeting LS 1 4 4 Meeting is listed below 6.1 Identify Existing Utility Agency Owner(s) LS 1 24 24 6.2 Make Utility Contacts LS 17 3 51 1 hr/UAO x 3 contacts x # of UAOs (17 UAOs as per 811 Design Ticket 123407427). 6.11 Exception Processing LS 1 0 0 N/A 6.1.2 Preliminary Utility Meeting LS 1 12 12 Meeting is listed below 6.3 Individual/Field Meetings LS 1 67 67 Meetings are listed below 6.4 Collect and Review Plans and Data from UAO(s) LS 1 12 12 6.12 Subordination of Easements Coordination LS 1 0 0 6.5 Utility Design Meeting LS 1 8 8 Meeting is listed below 6.6 Review Utility Markups & Work Schedules, and Processing of Schedules & Agreements LS 17 4 68 2 documents X # of UAOs X 2 hr each for review and sending comments back to UAOs for correction (17 UAOs as per 811 Design Ticket 123407427). 6.7 Utility Coordination/Followup LS 17 4 68 UAO followup to spur for responses X 3 submittals + 1 hr per UAO for UWS corrections back to City of Miami (17 UAOs as per 811 Design Ticket 123407427). 6.8 Utility Constructability Review LS 1 17 17 6.13 Additional Utility Services LS 1 0 0 6.14 Processing Utility Work by Highway Contractor (UWHC) LS 1 0 0 6.9 Contract Plans to UAO(s) LS 1 17 17 6.10 Certification/Close-Out LS 1 17 17 1 hr per UAO for utility certification memo (17 UAOs as per 811 Design Ticket 123407427). Ri bbeckEng i neeri ng_CityofM iam i_Al lapattah_06112024_Red uced_rvsd.x lsx 6. Utilities Page 1 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Protect Activity 6: Utilities 6.15 Other Utilities LS 1 0 0 7. Utilities Total 365 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number Kickoff (see 7.1) EA 1 4 4 0 Preliminary Meeting (see 7.5) EA 12 1 12 0 Individual UAO Meetings (see 7.6) EA 17 3 51 0 Field Meetings (see 7.6) EA 4 4 16 0 Design Meeting (see 7.9) EA 2 4 8 0 Other Meetings (this is automatically added into Utilities Total (cell F27)) EA 0 0 0 0 Total Meetings 91 Total Project Manager Meetings (carries to Tab 3) 0 c art, Ri bbeckEng i neeri ng_CityofM iam i_Al lapattah_06112024_Red uced_rvsd.x lsx 6. Utilities Page 2 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Proiect Activity 7: Environmental Permits Estimator: Carlos Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Consultant Name NOTE: Signature Block is optional, per District preference Nok Tas Task Units No. of Units HUn ts/ Total Hours Comments Environmental Permits and Environmental Clearances 7.1 Preliminary Project Research LS 1 _ 16 Perm its 7.3 Field Work 7.3.1 Pond Site Altematives per pond site 0 0 0 7.3.2 Establish Wetland Jurisdictional Lines and Assessments LS 1 0 0 7.3.3 Species Surveys LS 1 0 0 7.3.4 Agency Verification of Wetland Data LS 1 0 0 7.4 Complete And Submit All Required Permit Applications 7 41 Complete and Submit All Required Wetland Permit Applications LS 1 0 0 7 4 2 Complete and Submit All Required Species Permit Applications LS 1 0 0 7.4.3 Coordinate and Review Dredge and Fill Sketches LS 1 0 0 7.4.4 Prepare USCG Permit Application LS 1 0 0 7 4 5 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application LS 1 0 0 7 4 6 Prepare Coastal Construction Control Line (CCCL) Permit Application LS 1 0 0 7 4 7 Prepare USACE Section 408 Application to Alter a Civil Works Project LS 1 0 0 7.4.8 Compensatory Mitigation Plan LS 1 0 0 7.4.9 Mitigation Coordination and Meetings LS 1 0 0 7.2 Other Environmental Permits LS 3 40 120 SFWMD ERP, DRER Class II & FDEP Class V Environmental Clearances/Reevaluations 7.5.1 Technical support to Department for Environmental Clearances and Reevaluations use when consultant provides technical support only) 7.5.2 NEPA or SEIR Reevaluation LS 1 0 0 7.5.3 Archaeological and Historical Resources LS 1 0 0 7.5.4 Wetland Impact Analysis LS 1 0 0 RibbeckEngineering_CityofMiam i_Allapattah_06112024_Reduced_rvsd.xlsx 8. Env. Permits and Clearances Page 1 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 7: Environmental Permits Nok Tas Task Units No. of Units HUn ts/ Total Hours Comments 7.5.5 Essential Fish Habitat Impact Analysis LS 1 0 0 7.5.6 Protected Speices and Habitat Impact Analysis LS 1 0 0 7.6 Preparation of Environmental Clearances and Reevaluations (use when consultant prepares all documents associated with reevaluation) 7.6.1 NEPA or SEIR Reevaluation LS 1 0 0 7.6.2 Archaeological and Historical Resources LS 1 0 0 7.6.3 Wetland Impact Analysis LS 1 0 0 7.6.4 Essential Fish Habitat Impact Analysis LS 1 0 0 7.6.5 Protected Species and Habitat Impact Analysis LS 1 0 0 7.7 Contamination Impact Analysis LS 1 0 0 7.8 Asbestos Survey LS 1 0 0 Environmental Permits and Environmental Clearances/Reevaluations Technical Subtotal 136 7.9 Technical Meetings LS 1 0 0 Meetings are listed below 7.10 Quality Assurance/Quality Control LS % 5% 7 7.11 Supervision LS % 5% 7 Environmental Permits and Environmental Clearances Nontechnical Subtotal 14 7.12 Coordination LS % 5 8. Environmental Permits and Environmental Clearances Total 155 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number VVMD EA 0 0 0 0 NMFS EA 0 0 0 0 USACE EA 0 0 0 0 USCG EA 0 0 0 0 USFVVS EA 0 0 0 0 FFVVCC EA 0 0 0 0 FDOT EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 0 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 -- Phase Review Meetings EA 0 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 -- Total Meetings 0 Total Project Manager Meetings (carries to Tab 3) 0 RibbeckEngineering_CityofMiam i_Allapattah_06112024_Reduced_rvsd.xlsx 8. Env. Permits and Clearances Carrlesto 8.18 Carries to Tab 3 Page 2 of 2 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 8: Signing and Pavement Marking Analysis Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Task No. Task , Units No. of Units Hours/ Units Total Hours Comments 8.8 Traffic Data Analysis LS 1 0 Not anticipated 8.9 No Passing Zone Study LS 1 0 0 Not anticipated 8.1 Signing and Pavement Marking Master Design File LS 1 220 220 45 hrs for set up + 60 hrs per 5.954 miles = 402 hrs + 6 hrs x 6 signalized intersections (1) NW 29 Street and NW 7 Ave., 2) NW 29 St. and NW 10 Ave., 3) NW 29 St. and NW 12 Ave , 4) NW 29 St. and NW 14 Ave., 5) NW 28 St. and NW 10 Ave., 6) NW 28 St. and NW 12 Ave.) = 402 + 36 = 440 hrs. (Reduced to 50% as per City request - -> 440 * 0.5 = 220 hrs). 8.10 Multi -Post Sign Support Calculations EA 0 0 0 8.2 Sign Panel Design Analysis EA 20 2 40 Assuming 20 special guide signs (including street name signs) 8.11 Sign Lighting/Electrical Calculations EA 1 0 0 Not anticipated 8.3 Signing and Pavement Marking Quantities LS 1 120 120 2 hrs/plan sheet x 60 plan sheets 8.12 Cost Estimate LS 1 0 0 Included under task 4.17 8.13 Technical Special Provisions and Modified Special Provisions LS 1 0 0 8.14 Other Signing and Pavement Marking LS 1 0 0 Signing and Pavement Marking Analysis Technical Subtotal 380 8.4 Field Reviews LS 1 24 24 2 ppl x 2 visits x 6 hrs = 24 hrs 8.15 Technical Meetings LS 1 0 0 Meetings are listed below 8.5 Quality Assurance/Quality Control LS % 5°4o 19 8.16 Independent Peer Review LS % O% 0 8.6 Supervision LS % 5% 19 Signing and Pavement Marking Analysis Nontechnical Subtotal 62 8.7 Coordination LS % 13 19. Signing and Pavement Marking Analysis Total 455 RibbeckEngi neeri ng_CityofM iami_Allapattah_06212024_Reduced_rvsd.xlsx 19. Signing & Marking Analysis Page 1 of 2 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 8: Signing and Pavement Marking Analysis Task No. Task Units No. of Units Hours/ Units Total Hours Comments Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number Sign Panel Design EA 0 0 0 Queue Length Analysis EA 0 0 0 0 Local Governments (cities, counties) EA 0 0 0 -' Other Meetings EA ^ 0 0 0 Subtotal Technical Meetings 0 Subtota Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 0 Total Project Manager Meetings (carries to Tab 3) 0 Carries to 19.12 Carries to Tab 3 RibbeckEngi neeri ng_CityofM iami_Allapattah_06212024_Reduced_rvsd.xlsx 19. Signing & Marking Analysis Page 2 of 2 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 9: Signing and Pavement Marking Plans Estimator: Hans Ribbeck, PE City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 Representing Print Name Signature / Date City of Miami Ribbeck Engineering NOTE: Signature Block is optional, per District preference Tas Nok Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 9.1 Key Sheet Sheet 4 1 4 9.2 Summary of Pay Items Including Input LS 1 0 0 9.3 Tabulation of Quantities Sheet 7 8.5 7 60 12 hrs for first tab + 8 hrs x 6 additional tabs = 12 hrs + 48 hrs = 60 hrs 9.4 General Notes/Pay Item Notes Sheet 1 4 1 4 9.5 Project Layout Sheet 0 0 0 0 9.6 Plan Sheet Sheet 60 4 60 240 Project length: 31,309 LF (5.929 miles) @40' scale = 60 sheets 9.7 Typical Details EA 0 0 0 9.8 Guide Sign Worksheets EA 20 2 40 Assuming 20 special guide signs (including street name signs) 9.9 Traffic Monitoring Site EA 0 0 0 9.10 Cross Sections EA 0 0 0 9.11 Special Service Point Details EA 0 0 0 9.12 Special Details LS 0 0 0 9.13 Interim Standards LS 0 0 0 Signing and Pavement Marking Plans Technical Subtotal 69 348 9.14 Quality Assurance/Quality Control LS % 5% 17 9.15 Supervision LS % 5% 17 20. Signing and Pavement Marking Plans Total 69 382 Ri b b e ck E n g i n ee n n g_Ci ty of M i a m i_AI I ap attah_06112024_ Re d u ce d_rvs d. x l sx 20. Signing & Marking Plans Page 1 of 1 6/13/2024 Docusign Envelope ID: F1 1 CF241-0BD4-4274-B1 24-26413D472764 Project Activity 10: Signalization Analysis Estimator: City of Miami Allapatah Neighborhood Improvements RFQ 23-24-004 FDOT District Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No. of Units Hours/ Units Total Hours Comments 10.70 Traffic Data Collection LS 1 0 0 10.80 Traffic Data Analysis PI 0 0 0 10.90 Signal Warrant Study LS 1 0 0 10.10 System Timings LS 1 0 0 10.11 Reference and Master Signalization Design File PI 0 0 0 10.12 Reference and Master Interconnect Communication Design File LS 1 0 0 10.13 Overhead Street Name Sign Design EA 0 0 0 10.14 Pole Elevation Analysis LS 1 0 0 10.15 Traffic Signal Operation Report LS 1 0 0 10.10 Quantities LS 1 12 12 2 hrs/intersection x 6 intersections = 12 hrs. As per pre -negotiation meeting, signal analysis only includes incidental loop replacement due to pavement reconstruction at 6 signalized intersections (1) NW 29 Street and NW 7 Ave., 2) NW 29 St. and NW 10 Ave., 3) NW 29 St. and NW 12 Ave., 4) NW 29 St. and NW 14 Ave., 5) NW 28 St. and NW 10 Ave., 6) NW 28 St. and NW 12 Ave.) x 12 hrs/signalized intersection. 10.16 Cost Estimate LS 1 0 0 10.17 Technical Special Provisions and Modified Special Provisions LS 1 0 0 10.2 Other Signalization Analysis LS 6 12 72 As per pre -negotiation meeting, signal analysis only includes incidental loop replacement due to pavement reconstruction at 6 signalized intersections (1) NW 29 Street and NW 7 Ave., 2) NW 29 St. and NW 10 Ave., 3) NW 29 St. and NW 12 Ave., 4) NW 29 St. and NW 14 Ave., 5) NW 28 St. and NW 10 Ave., 6) NW 28 St. and NW 12 Ave.) x 12 hrs/signalized intersection. This will be shown in the S&PM plans. If County or TS&S requires signal plan sheets and additional signal improvements, then this will negotiated at a later time. Signalization Analysis Technical Subtotal 84 Ri bbeckEng ineeri ng_CityofMiami_Allapattah_05062024_Red uced_rvsd.xlsx 21. Signalization Analysis Page 20 of 22 5/6/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 10: Signalization Analysis 10.3 Field Reviews LS 1 12 12 1 field review x 2 ppl x 6 hrs (includes travel time) = 12 hrs 10.18 Technical Meetings LS 1 0 0 Meetings are listed below 10.4 Quality Assurance/Quality Control LS % 5% 4 10.19 Independent Peer Review LS % 0% 0 10.5 Supervision LS % 5% 4 Signalization Analysis Nontechnical Subtotal 20 Ri bbeckEng ineeri ng_CityofMiami_Allapattah_05062024_Red uced_rvsd.xlsx 21. Signalization Analysis Page 21 of 22 5/6/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 10: Signalization Analysis 10.6 Coordination LS % 39/o 3 21. Signalization Analysis Total 107 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number FDOT Traffic Operations EA 0 0 0 0 FDOT Traffic Design EA 0 0 0 0 Power Company (service point coordination) EA 0 0 0 0 Maintaining Agency (cities, counties) EA 0 0 0 0 Railroads EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 0 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 0 Total Project Manager Meetings (carries to Tab 3) 0 Canms ro 21.15 Carries to Tab 3 Ri bbeckEng ineeri ng_CityofMiami_Allapattah_05062024_Red uced_rvsd.xlsx 21. Signalization Analysis Page 22 of 22 5/6/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12a. Landscape Analysis Estimator: Enter project name & description 999999-1-32-01 FDOT District Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No. of Units Hours/ Units Total Hours Comments 12.1 Data Collection LS 1 i 12 Base file coordination and compiling for plan production 12.2 Site Inventory and Analysis 12.2a Selective Clearing and Grubbing Site Inventory LS 1 0 0 12.2b Inventory and Analysis LS 1 150 150 Inventory and arborist assessment of 268 trees as shown in the survey file provided by others (30 mins a trees which includes travel, photo documentation, and obtaining tree measurements and condition) = 30 min x 268 = 134 hours: Tree inventory creation = 16 hours: (Total: 134 hours + 16 hours = 150 hours) 12.2c Vegetation Disposition Plan 12.2c1 Vegetation Disposition Plan- Mainline Per mainline mile 1 100 100 Tree Disposition Table/List (20 hours). Does not include Tree disposition Plans. Replacement Tree calculation (80 hours) (Includes calculations for tree mitigation) (60/90/100 submittals and addressing comments) 12.2c2 Vegetation Disposition Plan- Interchange er inte change 0 0 0 12.3 Planting Design 12.3a Conceptual Planting Design 12.3a1 Report Preparation LS 1 40 40 Certified Arborist Report 12.3a2 Mainline Per mainline mile 0 0 0 12.3a Interchanges, Intersections, and Rest Areas EA 0 0 0 12.3a4 Toll Plazas EA 0 0 0 12.3b Final Planting Design 12.3b1 Master Design File Creation LS 1 0 0 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 1 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12a. Landscape Analysis 12.3b2 Mainline Per mainline mile 0 0 0 12.3b3 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.3b4 Toll Plazas EA 0 0 0 12.4 Irrigation Design 12.4a Conceptual Irrigation Design 12.4a1 Feasibility Report LS 1 0 0 12.4a2 Mainline Per mainline mile 0 0 0 12.4a3 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.4a4 Toll Plazas EA 0 0 0 12.4b Final irrigation Design 12.4b1 Mainline Per mainline mile 0 0 0 12.4b2 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.4b3 Toll Plazas EA 0 0 0 12.5 Hardscape Design 12.5a Conceptual Hardscape Design Per mainline mile 0 0 0 12.5b Final Hardscape Design Per mainline mile 0 0 0 12.6 Roll Plots EA 0 0 0 12.7 Quantites for EQ Report Project Complexity Calculated Hours 0 0 Phase 2 Submittal 12.8 Cost Estimates LS 1 16 16 12 9 Technical Special Provisions and Modified Special Provisions LS 1 0 0 12.10 Inspection Services LS 1 0 0 12.11 Other Landscape Services LS 1 0 0 12.12 Outdoor Advertising EA 0 0 0 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 2 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12a. Landscape Analysis Landscape Analysis Technical Subtotal 318 12.13 Field Reviews LS 1 0 0 12.14 Technical Meetings / Public Meetings LS 1 16 16 Meetings are listed below 12.15 Quality Assurance/Quality Control LS % 5% 16 12.16 Independent Peer Review LS % 0% 0 12.17 Supervision LS % 0% 0 Landscape Analysis Nontechnical Subtotal 32 12.18 Project Coordination LS % 0% 0 12.19 Interdisciplinary Coordination LS % 0% 0 25. Landscape Analysis Total 350 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number FDOT (kickoff, concept review) EA 2 4 8 0 Maintaining Agency (cities, counties) EA 0 0 0 0 Utility Owners EA 0 0 0 0 Local Agency for Tree Removal EA 0 0 0 0 Local Citizen Group(s) EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 8 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 2 8 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 16 Total Project Manager Meetings (carries to Tab 3)1 0 Carries to Tab 3 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 3 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12b. Landscape Plans Estimator: 26. Landscape Plans Staff Hours Enter project name & description 999999-1-32-01 Representing Print Name Signature / Date FDOT District Consultant Name NOTE Signature Block is optional, per District preference Task No. Task Project Parameter Staff Hours Documentation Description Units Complexity Calculated Department Consultant Negotiated Provide documentation when negotiated hours differ from the calculated hours. 26.1 Key Sheet Yes 4 0 0 4 Cover sheet Signature Sheet 26.2 Plant Schedule 0 0 0 6 Tree Inventory / Tree Diposition = 3 sheets, 3 sheets x 2 hours a sheet = 6 hours 26.3 General Notes/Pay Item Notes Notes 0 0 0 0 4 Details and notes = 2 sheets x 2 hours = 4 hours 26.4 Planting Plans For Linear Areas Length (Miles) 0.00 0 0 0 120 Au aucc, ea w malt kA, n �u,. iu viapualauu 1 lala !Ica icylat.,mucia iicc� u a — 120 hours. Tree disposition and Replacements will be shown within the same plan sheets. Separate Plans are not N ` 26.5 Planting Plans for Non -Linear Areas (Stormwater Facilities, Rest Areas, Interchanges, & Toll Plazas) area (Acre) 0.00 0 0 0 0 26.6 Planting Details and Notes Details 0 0 0 0 0 26.7 Irrigation Plans for Linear Areas Length (Miles) 0.00 0 0 0 0 26 8 Irrigation Plans for Non -Linear Areas (Stormwater Facilities, Rest Areas, Interchanges, & Toll Plazas) area (Acre) 0.00 0 0 0 0 26.9 Irrigation Details and Notes Details 0 0 0 0 0 26.10 Hardscape Plans 0 0 0 0 26.11 Hardscape Details and Notes 0 0 0 0 26.12 Maintenance Plan Yes Mid Range 16 0 0 16 Landscape Plans Technical Hours Subtotal 20 0 0 150 26.13 Quality Assurance/Quality Control % 7% 10 0 0 11 26.14 Supervision % 5% 1 0 0 8 26. Landscape Plans Total 31 0 0 169 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 26. Landscape Plans Page 1 of 1 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment City of Miami Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No. of Units Hours/ Units Total Hours Comments Environmental Permits and Environmental Clearances 13.1 Preliminary Project Research LS 1 f} 0 Permits 13.2 Field Work 13.2.1 Pond Site Alternatives per pond site 0 0 0 13.2.2 Establish Wetland Jurisdictional Lines and Assessments LS 1 0 0 13.2.3 Species Surveys LS 1 0 0 13.3 Agency Verification of Wetland Data LS 1 0 0 13.4 Complete And Submit All Required Permit Applications 13.4.1 Complete and Submit All Required Wetland Permit Applications LS 1 0 0 13.4.2 Complete and Submit All Required Species Permit Applications LS 1 0 0 13.5 Coordinate and Review Dredge and Fill Sketches LS 1 0 0 13.6 Complete and Submit Documentation for Coordination and/or USCG Permit Application 13.6.1 Prepare and submit required documents for USCG coordination LS 1 0 0 13.6.2 Complete and submit USCG Bridge Application LS 1 0 0 13.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application LS 1 0 0 13.8 Prepare Coastal Construction Control Line (CCCL) Permit Application LS 1 0 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Page 1 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment Task No. Task Units No. of Units Hours/ Units Total Hours Comments 13.9 Prepare USACE Section 408 Application to Alter a Civil Works Project LS 1 0 0 13.10 Compensatory Mitigation Plan LS 1 0 0 13.11 Mitigation Coordination and Meetings LS 1 0 0 13.12 Regulatory Agency Support LS 1 0 0 Environmental Clearances/Reevaluations 13.13 Technical support to Department for Environmental Clearances and Reevaluations (use when consultant provides technical support only) 13.13.1 NEPA or SEIR Reevaluation LS 1 0 0 13.13.2 Archaeological and Historical Resources LS 1 0 0 13.13.3 Wetland Impact Analysis LS 1 0 0 13.13.4 Essential Fish Habitat Impact Analysis LS 1 0 0 13.13.5 Protected Speices and Habitat Impact Analysis LS 1 0 0 13.14 Preparation of Environmental Clearances and Reevaluations (use when consultant prepares all documents associated with reevaluation) 13.14.1 NEPA or SEIR Reevaluation LS 1 0 0 13.14.2 Archaeological and Historical Resources LS 1 0 0 13.14.3 Wetland Impact Analysis LS 1 0 0 13.14.4 Essential Fish Habitat Impact Analysis LS 1 0 0 13.14.5 Protected Species and Habitat Impact Analysis LS 1 0 0 13.15 Other Environmental Permits LS 1 0 0 13.16 Contamination Impact Analysis LS 1 168 168 Conduct a desktop review of the 7 known contamination sites in the Miami -Dade County Environmental Considerations Map and FDEP Contamination Locator Map databases that are within 500 feet of the proposed drainage improvements. Review the existing DERM and FDEP contamination assessment files to depict the exten of known soil and groundwater contamination. Prepare a summary memorandum and request concurrence of the nature and extent of soil contamination from DERM. Coordinate with drainage engineers to avoid contamination to the extent practicable. Review databases again prior to final design to confirm no new contamination sites. Collection of soil or groundwater samples is not anticipated to be required and is therefore not included in the base scope of service. 13.17 Asbestos Survey LS 1 0 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Page 2 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment Task No. Task Units No. of Units Hours/ Units Total Hours Comments Environmental Permits and Environmental Clearances/Reevaluations Technical Subtotal 168 13.18 Technical Meetings LS 1 0 0 Meetings are listed below 13.19 Quality Assurance/Quality Control LS % 0% 0 13.20 Supervision LS % 0% 0 Environmental Permits and Environmental Clearances Nontechnical Subtotal 0 13.21 Coordination LS % Oa:, 0 8. Environmental Permits and Environmental Clearances Total 168 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number WMD EA 0 0 0 0 NMFS EA 0 0 0 0 USACE EA 0 0 0 0 USCG EA 0 0 0 0 USFWS EA 0 0 0 0 FFWCC EA 0 0 0 0 FDOT EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 0 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 0 Total Project Manager Meetings (carries to Tab 3) 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Carries to 8.18 Page 3 of 3 Carries to Tab 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Estimator: Project Activity 17: General Tasks (PIO Optional Services) Project No. 1 (NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31 st Street, Allapattah, District 1) RFQ No. 23-24-004 Representing Print Name Signature / Date City of Miami HML - Subs to Ribbeck Engineering NOTE: S"gnature Block is optional, per District preference Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 3.1 Public Involvement 3.1.1 Community Awareness Plan LS 1 0 0 3.1.2 Notifications LS 1 45 45 Develop project fact sheet, develop project notification letter, develop project notification flyer and email notification, participate in city review/approvals process, perform door to door distribution of flyer to project 3.1.3 Preparing Mailing Lists LS 1 12 12 Gather property owner and tenant physical and mailing address in database, develop elected official/appointed official database for project notification, update the list based on questions received by the public 3.1.4 Median Modification Letters LS 1 0 0 3.1.5 Driveway Modification Letters LS 1 0 0 3.1.6 Newsletters LS 1 0 0 3.1.7 Renderings and Fly Throughs LS 1 0 0 3.1.8 PowerPoint Presentation LS 1 5 5 Develop draft presentation for public meeting and participate in review process 3.1.9 Public Meeting Preparations LS 1 35 35 Secure meeting location, coordinate public meeting advertisements based on city requirements, perform public meeting notification mailer, develop meeting materials (siqn-in and comment sheets, name badges, etc) 3.1.10 Public Meeting Attendance/Followup LS 1 35 35 Participate in public meeting to facilitate, document public meeting and provide summary, respond to pending stakeholder questions, develop comprehensive archive of public meeting outreach activities and provide team 3.1.11 Other Agency Meetings LS 1 30 30 Participate in key stakeholder meetings, participate in stakeholder coordination 3.1.12 Web Site LS 1 0 0 3.1 Public Involvement Subtotal 162 3.2 Joint Project Agreements EA 0 0 0 3.3 Specifications & Estimates 3.3.1 Specifications Package Preparation LS 1 0 0 3.3.2 Estimated Quantites Report Preparation LS 1 0 0 3.4 Contract Maintenance and Project Documentation LS 1 0 0 3.5 Value Engineering (Multi -Discipline Team) Review LS 1 0 0 3.6 Prime Consultant Project Manager Meetings LS 1 0 0 See listing below 3.7 Plans Update LS 1 0 0 3.8 Post Design Services LS 1 0 0 3.9 Digital Delivery LS 1 0 0 designsheforms-v-2022-01_HM L.xlsx 3. Project General Tasks Page 1 of 2 5/4/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 17: General Tasks (PIO Optional Services) Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 3.10 Risk Assessment Workshop LS 1 0 0 3.11 Railroad, Transit, and/or Airport Coordination LS 1 0 0 3.11.1 Aeronautical Evaluation LS 1 0 0 3.12 Landscape and Existing Vegetation Coordination LS 1 0 0 3.13 Other Project General Tasks LS 1 0 3. Project Common and Project General Tasks Total 162 3.6 - List of Project Manager Meetings Units No of Units Hours/ Unit Total Hours Comments Roadway Analysis EA 0 0 0 Drainage EA 0 0 0 Utilities EA 0 0 0 Environmental EA 0 0 0 Structures EA 0 0 0 Signing & Pavement Marking EA 0 0 0 Signalization EA 0 0 0 Lighting EA 0 0 0 Landscape Architecture EA 0 0 0 Survey EA 0 0 0 Photogrammetry EA 0 0 0 ROW & Mapping EA 0 0 0 Terrestrial Mobile LiDAR EA 0 0 0 Architecture EA 0 0 0 Noise Barriers EA 0 0 0 ITS Analysis EA 0 0 0 Geotechnical EA 0 0 0 Progress Meetings EA 0 0 0 Phase Reviews EA 0 0 0 Field Reviews EA 0 0 0 Total Project Manager Meetings 0 0 Total PM Meeting Hours carries to Task 3.6 above Notes: 1. If the hours per meeting vary in length (hours) enter the average in the hour/unit column. 2. Do not double count agency meetings between permitting agencies. 3. Project manager meetings are calculated in each discipline sheet and brought forward to Column D, except for Photogrammetry. designsheforms-v-2022-01_HM L.xlsx 3. Project General Tasks Page 2 of 2 5/4/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-1 — Landscape and Contamination Impact Assessment Scope (WGI) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-2 Proposed Landscape and Contamination Impact Assessment Scope and fee I. GENERAL WGI will provide the following services: - Contamination Impact Assessment. - Landscape related services including Tree inventory and Assessment. 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. A. Task 1 — Pre -Design Services & Testing 1. Contamination Impact Assessment. Conduct a desktop review of the 7 known contamination sites in the Miami -Dade County Environmental Considerations Map and FDEP Contamination Locator Map databases that are within 500 feet of the proposed drainage improvements. Review the existing DERM and FDEP contamination assessment files to depict the extent of known soil and groundwater contamination. Prepare a summary memorandum and request concurrence of the nature and extent of soil contamination from DERM. Coordinate with drainage engineers to avoid contamination to the extent practicable. Review databases again prior to final design to confirm no new contamination sites. Collection of soil or groundwater samples is not anticipated to be required and is therefore not included in the base scope of service. 2. Tree Inventory and Assessment: Perform a tree inventory documenting the DBH, Height, Spread and condition of approximately 286 known trees. Prepare an arborist report documenting each tree and assessing viability for relocation. B. Task 2 — Design Services 1. Prepare tree disposition plans identifying proposed disposition of existing trees, including those for protection, relocation and removal. Plans will include notes and details for tree protection measures and root pruning requirements. Plans will be sized at 24 x 36 at 50 scale. 2. Prepare tree replacement plans identifying tree receptor sites for relocation and proposed sites for tree mitigation of removed trees as required. Plans will be sized at 24 x 36 at 50 scale. Plans will include calculations for tree removal and mitigation required per City of Miami code. Coordination with individual homeowners and construction phase services are not included within this scope and fee. III. COMPENSATION Refer to the attached fee estimates. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description Consultant Name: WGI, Inc. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: insert name Job Classification Certified Arborist Staff Marisol Ortega, ISA Applicable Rate Rate: $53.85 STAFF CLASSIFICATION Sr Land Architect Landscape Designer Cheryl Calender, RLA Daniela Cifelli Rate: $60.10 Rate: $37.26 Position 4 Rate: name Position 5 Rate: name Position 6 name Rate: Rate: Position 7 name Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 12.a 12.b 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 Landscape Analysis Landscape Plans 168 60 $9,047 $3,231 32 29 $1,923 $1,743 150 80 $5,589 $2,981 350 169 $16,559 $7,955 $47.31 $47.07 Total Staff Hours 228 61 230 519 Total Staff Cost $12,277.80 $3,666.10 $8,569.80 $24,513.70 $47.23 Total % of Work by Position 43.9% 11.8% 44.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $71,089.73 $71,089.73 $71,089.73 $71,089.73 $ -1 $71,089.73 $71,089.73 $71,089.73 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, Inc. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: insert name STAFF CLASSIFICATION Job Classification Staff Applicable Rate 'rofessional Geologistemediation Specielis Leroy Feeney Rate: $40.87 Position 3 name Rate: Position 4 name Rate: Position name Rate: 5 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task John Abbott, PG Rate: $79.00 Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 13. Contamination Impact Assessment 40 $3,160 128 $5,231 168 $8,391 $49.95 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 40 $3,160.00 128 $5,231.36 168 $8,391.36 $49.95 Total Staff Cost Total % of Work by Position 23.8% 76.2% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $24,334.94 $24,334.94 $24,334.94 $24,334.94 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12.a. Landscape Analysis Estimator: Enter project name & description 999999-1-32-01 FDOT District Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No. of Units Hours/ Units Total Hours Comments 12.1 Data Collection LS 1 i 12 Base file coordination and compiling for plan production 12.2 Site Inventory and Analysis 12.2a Selective Clearing and Grubbing Site Inventory LS 1 0 0 12.2b Inventory and Analysis LS 1 150 150 Inventory and arborist assessment of 268 trees as shown in the survey file provided by others (30 mins a trees which includes travel, photo documentation, and obtaining tree measurements and condition) = 30 min x 268 = 134 hours: Tree inventory creation = 16 hours: (Total: 134 hours + 16 hours = 150 hours) 12.2c Vegetation Disposition Plan 12.2c1 Vegetation Disposition Plan- Mainline Per mainline mile 1 100 100 Tree Disposition Table/List (20 hours). Does not include Tree disposition Plans. Replacement Tree calculation (80 hours) (Includes calculations for tree mitigation) (60/90/100 submittals and addressing comments) 12.2c2 Vegetation Disposition Plan- Interchange er inte change 0 0 0 12.3 Planting Design 12.3a Conceptual Planting Design 12.3a1 Report Preparation LS 1 40 40 Certified Arborist Report 12.3a2 Mainline Per mainline mile 0 0 0 12.3a Interchanges, Intersections, and Rest Areas EA 0 0 0 12.3a4 Toll Plazas EA 0 0 0 12.3b Final Planting Design 12.3b1 Master Design File Creation LS 1 0 0 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 1 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12.a. Landscape Analysis 12.3b2 Mainline Per mainline mile 0 0 0 12.3b3 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.3b4 Toll Plazas EA 0 0 0 12.4 Irrigation Design 12.4a Conceptual Irrigation Design 12.4a1 Feasibility Report LS 1 0 0 12.4a2 Mainline Per mainline mile 0 0 0 12.4a3 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.4a4 Toll Plazas EA 0 0 0 12.4b Final irrigation Design 12.4b1 Mainline Per mainline mile 0 0 0 12.4b2 Interchanges, Intersections, and Rest Areas EA 0 0 0 12.4b3 Toll Plazas EA 0 0 0 12.5 Hardscape Design 12.5a Conceptual Hardscape Design Per mainline mile 0 0 0 12.5b Final Hardscape Design Per mainline mile 0 0 0 12.6 Roll Plots EA 0 0 0 12.7 Quantites for EQ Report Project Complexity Calculated Hours 0 0 Phase 2 Submittal 12.8 Cost Estimates LS 1 16 16 12 9 Technical Special Provisions and Modified Special Provisions LS 1 0 0 12.10 Inspection Services LS 1 0 0 12.11 Other Landscape Services LS 1 0 0 12.12 Outdoor Advertising EA 0 0 0 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 2 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12.a. Landscape Analysis Landscape Analysis Technical Subtotal 318 12.13 Field Reviews LS 1 0 0 12.14 Technical Meetings / Public Meetings LS 1 16 16 Meetings are listed below 12.15 Quality Assurance/Quality Control LS % 5% 16 12.16 Independent Peer Review LS % 0% 0 12.17 Supervision LS % 0% 0 Landscape Analysis Nontechnical Subtotal 32 12.18 Project Coordination LS % 0% 0 12.19 Interdisciplinary Coordination LS % 0% 0 25. Landscape Analysis Total 350 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number FDOT (kickoff, concept review) EA 2 4 8 0 Maintaining Agency (cities, counties) EA 0 0 0 0 Utility Owners EA 0 0 0 0 Local Agency for Tree Removal EA 0 0 0 0 Local Citizen Group(s) EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 8 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 2 8 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 16 Total Project Manager Meetings (carries to Tab 3)1 0 Carries to Tab 3 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 25. Landscape Analysis Page 3 of 3 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 12.b. Landscape Plans Estimator: 26. Landscape Plans Staff Hours Enter project name & description 999999-1-32-01 Representing Print Name Signature / Date FDOT District Consultant Name NOTE Signature Block is optional, per District preference Task No. Task Project Parameter Staff Hours Documentation Description Units Complexity Calculated Department Consultant Negotiated Provide documentation when negotiated hours differ from the calculated hours. 26.1 Key Sheet Yes 4 0 0 4 Cover sheet Signature Sheet 26.2 Plant Schedule 0 0 0 6 Tree Inventory / Tree Diposition = 3 sheets, 3 sheets x 2 hours a sheet = 6 hours 26.3 General Notes/Pay Item Notes Notes 0 0 0 0 4 Details and notes = 2 sheets x 2 hours = 4 hours 26.4 Planting Plans For Linear Areas Length (Miles) 0.00 0 0 0 120 Au aucc, ea w malt kA, n �u,. iu viapualauu 1 lala !Ica icylat.,mucia iicc� u a — 120 hours. Tree disposition and Replacements will be shown within the same plan sheets. Separate Plans are not N ` 26.5 Planting Plans for Non -Linear Areas (Stormwater Facilities, Rest Areas, Interchanges, & Toll Plazas) area (Acre) 0.00 0 0 0 0 26.6 Planting Details and Notes Details 0 0 0 0 0 26.7 Irrigation Plans for Linear Areas Length (Miles) 0.00 0 0 0 0 26 8 Irrigation Plans for Non -Linear Areas (Stormwater Facilities, Rest Areas, Interchanges, & Toll Plazas) area (Acre) 0.00 0 0 0 0 26.9 Irrigation Details and Notes Details 0 0 0 0 0 26.10 Hardscape Plans 0 0 0 0 26.11 Hardscape Details and Notes 0 0 0 0 26.12 Maintenance Plan Yes Mid Range 16 0 0 16 Landscape Plans Technical Hours Subtotal 20 0 0 150 26.13 Quality Assurance/Quality Control % 7% 10 0 0 11 26.14 Supervision % 5% 1 0 0 8 26. Landscape Plans Total 31 0 0 169 designsheforms-v-2022-01 WGI Landscape_06.12.24.xlsx 26. Landscape Plans Page 1 of 1 6/12/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment City of Miami Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No. of Units Hours/ Units Total Hours Comments Environmental Permits and Environmental Clearances 13.1 Preliminary Project Research LS 1 f} 0 Permits 13.2 Field Work 13.2.1 Pond Site Alternatives per pond site 0 0 0 13.2.2 Establish Wetland Jurisdictional Lines and Assessments LS 1 0 0 13.2.3 Species Surveys LS 1 0 0 13.3 Agency Verification of Wetland Data LS 1 0 0 13.4 Complete And Submit All Required Permit Applications 13.4.1 Complete and Submit All Required Wetland Permit Applications LS 1 0 0 13.4.2 Complete and Submit All Required Species Permit Applications LS 1 0 0 13.5 Coordinate and Review Dredge and Fill Sketches LS 1 0 0 13.6 Complete and Submit Documentation for Coordination and/or USCG Permit Application 13.6.1 Prepare and submit required documents for USCG coordination LS 1 0 0 13.6.2 Complete and submit USCG Bridge Application LS 1 0 0 13.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application LS 1 0 0 13.8 Prepare Coastal Construction Control Line (CCCL) Permit Application LS 1 0 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Page 1 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment Task No. Task Units No. of Units Hours/ Units Total Hours Comments 13.9 Prepare USACE Section 408 Application to Alter a Civil Works Project LS 1 0 0 13.10 Compensatory Mitigation Plan LS 1 0 0 13.11 Mitigation Coordination and Meetings LS 1 0 0 13.12 Regulatory Agency Support LS 1 0 0 Environmental Clearances/Reevaluations 13.13 Technical support to Department for Environmental Clearances and Reevaluations (use when consultant provides technical support only) 13.13.1 NEPA or SEIR Reevaluation LS 1 0 0 13.13.2 Archaeological and Historical Resources LS 1 0 0 13.13.3 Wetland Impact Analysis LS 1 0 0 13.13.4 Essential Fish Habitat Impact Analysis LS 1 0 0 13.13.5 Protected Speices and Habitat Impact Analysis LS 1 0 0 13.14 Preparation of Environmental Clearances and Reevaluations (use when consultant prepares all documents associated with reevaluation) 13.14.1 NEPA or SEIR Reevaluation LS 1 0 0 13.14.2 Archaeological and Historical Resources LS 1 0 0 13.14.3 Wetland Impact Analysis LS 1 0 0 13.14.4 Essential Fish Habitat Impact Analysis LS 1 0 0 13.14.5 Protected Species and Habitat Impact Analysis LS 1 0 0 13.15 Other Environmental Permits LS 1 0 0 13.16 Contamination Impact Analysis LS 1 168 168 Conduct a desktop review of the 7 known contamination sites in the Miami -Dade County Environmental Considerations Map and FDEP Contamination Locator Map databases that are within 500 feet of the proposed drainage improvements. Review the existing DERM and FDEP contamination assessment files to depict the exten of known soil and groundwater contamination. Prepare a summary memorandum and request concurrence of the nature and extent of soil contamination from DERM. Coordinate with drainage engineers to avoid contamination to the extent practicable. Review databases again prior to final design to confirm no new contamination sites. Collection of soil or groundwater samples is not anticipated to be required and is therefore not included in the base scope of service. 13.17 Asbestos Survey LS 1 0 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Page 2 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 13: Contamination Impact Assessment Task No. Task Units No. of Units Hours/ Units Total Hours Comments Environmental Permits and Environmental Clearances/Reevaluations Technical Subtotal 168 13.18 Technical Meetings LS 1 0 0 Meetings are listed below 13.19 Quality Assurance/Quality Control LS % 0% 0 13.20 Supervision LS % 0% 0 Environmental Permits and Environmental Clearances Nontechnical Subtotal 0 13.21 Coordination LS % Oa:, 0 8. Environmental Permits and Environmental Clearances Total 168 Technical Meetings Units No of Units Hours/ Unit Total Hours Comments PM Attendance at Meeting Required? Number WMD EA 0 0 0 0 NMFS EA 0 0 0 0 USACE EA 0 0 0 0 USCG EA 0 0 0 0 USFWS EA 0 0 0 0 FFWCC EA 0 0 0 0 FDOT EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 0 Subtotal Project Manager Meetings 0 Progress Meetings (if required by FDOT) EA 0 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 - - Phase Review Meetings EA 0 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 - - Total Meetings 0 Total Project Manager Meetings (carries to Tab 3) 0 designsheforms-v-2022-01 WGI contam 2024-06-11.xlsx 8. Env. Permits and Clearances Carries to 8.18 Page 3 of 3 Carries to Tab 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-2: Topographic Survey and Mapping & Subsurface Utility Engineering (SUE) - Scope (WGI) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: Roberto Mantecon STAFF CLASSIFICATION Job Classificatiorl Staff Applicable RatE Principal Surveyor Roberto Mantecon Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 Project Surveyor Pablo Dominguez Rate: $44.00 Survey/GIS/SUE Analyst 3 Edgardo Azabache Rate: $41.84 4-person crew Survey crew Rate: $270.00 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity 14 Topographic Survey & Mapping 2 22 $1,738 65 $4,458 86 $3,784 259 $10,837 432 $20,816 $48.19 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 22 $1,738.00 65 $4,457.70 86 $3,784.00 259 $10,836.56 432 $20,816.26 $48.19 Total Staff Cost Total % of Work by Position 5.1 % 15.0% 19.9% ESTIMATE OF SURVEY CREW COSTS 1 3 - man Survey Crew: 88 crew days at $2,160.00 / day = $ 190,080.00 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 Miami, C. I. P. Form 117 Created 8/24/09- Revised 11/20/12 60.0% 1 - SUBTOTAL ESTIMATED FEE: (multiplier2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $60 367.15 $60,367.15 $ 190,080.00 $250,447.15 $250,447.15 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/13/2024 Estimator: Roberto Mantecon STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Surveyor Roberto Mantecon Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 Project Surveyor Pablo Dominguez Rate: $44.00 Survey/GIS/SUE Analyst 3 Edgardo Azabache Rate: $41.84 4-person crew Survey crew Rate: $270.00 Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/Activity Man hours Cost/ Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/ Activity Man hours Cost/ Activity 16 SUE QLA 20 $1,580 12 $ $823 80 $3,520 112 $5,923 $52.88 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 20 $1,580.00 12 $822.96 80 $3,520.00 112 $5,922.96 $52.88 Total Staff Cost Total % of Work by Position 17.9% 10.7% 71.4% ESTIMATE OF SURVEY CREW COSTS 1 5 - man SUE Crew: 21 crew days at $2,560.00 / day = $ 53,760.00 1 3 - man GPR Crew: 8 crew days at $1,920.00 / day = $ 15,360.00 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. ,Vacuum Excavation (ASCE 38-22 Quality Level A) Cost per test hole $1078.71 City of Miami, C.I.P. Form 117. Created 8/24/09 -Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $17 176.58 $17,176.58 $ 69,120.00 $86,296.58 $86,296.58 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Estimator: City of Miami Allpatah Neigbohood Option 1 _Survey Proposal Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 14.1 Horizontal Project Control (HPC) Establish primary control at 1000 ft plus or minus. Time included for putting in place primary control monument on site, effort to perform ground traverse on Primary Control point. Establish horizontal location for a maximum of 30 points and 30 Secondary Control points as necessary with GPS RTK methods with double base occupancy or conventional survey if location is not suitable for GPS. 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 8.84 8.84 2.00 17.67 Interstate Mile 0.00 0.00 0.00 14.2 Vertical PC / Bench Line Establish Vertical value for primary and secondary Control points as necessary. Approximate Bench run length: 6 Miles, only for primary control 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 4.12 4.12 1.50 6.18 Interstate Mile 0.00 0.00 0.00 14.3 Alignment and Existing R/W Lines Mile 1.50 8.84 2.00 17.67 5.00 44.18 14.6 Topography/DTM (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data with sufficient density for the purpose of a digital terrain model (DTM) survey. Collect all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. Delivery of all appropriate electronic files. Mile 34.16 2.00 68.32 4.90 167.39 14.7 Planimetric (2D) Mile 0.00 0.00 0.00 14.8 Roadway Cross-Sections/Profiles Perform field survey check sections or profiles to verify the required accuracy of the digital terrain model and / or to determine existing cross slope. Includes analysis and processing of all field collected data for comparison with DTM. Includes delivery of all appropriate electronic files. Mile 0.23 1.35 0.68 2.00 2.71 14.9 Side Street Surveys Mile Units/Day 0.00 0.00 0.00 14.12 Drainage Survey Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 1 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments EA 330.00 16.00 20.63 0.50 10.31 2.00 41.25 14.19 Sectional / Grant Survey Corner 0.00 0.00 0.00 Mile 0.00 0.00 0.00 14.20 Subdivision Location Block 0.00 0.00 0.00 Mile 0.00 14.27 Work Zone Safety Provide work zone safety as required by the department on heavy urban setting 9.74 14.28 Vegetation Survey LS 0 14.29 Tree Survey LS 0 14.30 Miscellaneous Surveys 0.00 0.00 0.00 Survey Subtotal Crew Days 88 Field Support Hours 110 Office Support Hours 279 14.31 Supplemental Surveys THE % FOR SUPPLEMENTAL WILL BE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN WRITING BY THE DISTRICT SURVEYOR 88 0 0 0 14.32 Document Research Units 0 14.33 Field Reviews Units 0 14.34 Technical Meetings LS 1.00 1 14.35 Quality Assurance / Quality Control LS 5% 14 Supervision LS 114.36 5% 20 Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 2 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 14. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 14.37 Coordination LS 3% 8 27. Survey Total Crew Days 88 Field Support Hours 110 Office Support Hours 322 SPLS = PLS = Office Support = Total Hours = 432 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Comments Kickoff Meeting with FDOT EA 1 1 1 2 Baseline Approval Review EA 0 0 0 0 Network Control Review EA 0 0 0 0 Vertical Control Review EA 0 0 0 0 Local Governments (cities, counties) EA 0 0 0 0 Final Submittal Review EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 1 Subtotal PM Meetings 2 Progress Meetings (if required by FDOT) EA 0 0 0 - - Phase Review Meetings EA 0 0 0 ** - - Total Meetings 1 Total PM Mtgs (carries to Tab 3) 2 Canes to 27.34 ** Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3 Carries to Tab 3 Copy of Staff Hours Option 1_rev4.xlsx 27. Survey Page 3 of 3 6/13/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI® June 13, 2024 Hans Ribbeck, PE Ribbeck Engineering, Inc. 14335 S.W. 120 Street, Suite 205 Miami, FL 33186 hr@ribbeck.com Subject: City of Miami Allapattah Neighborhood Option 1 - Survey Proposal Dear Mr. Ribbeck, WGI, Inc. (WGI) is pleased to provide this proposal to Ribbeck Engineering, Inc. for professional services on the above -referenced project. We understand that the purpose of this survey will be to support planning and engineering design services. Our scope of services and corresponding fees are detailed below. In addition, it is agreed that WGI's services will be performed pursuant to WGI's "Contract Terms and Conditions," which are enclosed and incorporated into this proposal. I. Project Understanding WGI will perform a topographic survey for 31,138 feet (5.89 Miles) plus or minus for drainage and improvements all within the Allapattah Neighborhood, as shown in the Survey Limits, Figure 1 depicted below. In addition, this proposal includes a contingency fee for SUE investigations of 80 test holes, the location will be provided by the Client. Survey Limits, Figure 1: - —.c3v�iJFi7--- Mom f;J:l `L§FL1�Q a ❑❑6 11410 NW 20th St., Suite 101, Miami, FL 33172 t: 305.553.0500 f: 305.553.0501 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 2 of 15 II. Topographic Survey Lump Sum Fee $250,447.15 1. Prepare a topographic survey of the limits as shown above in accordance with Rule 5J-17, Florida Administrative Code, pursuant to Chapter 472.027 of the Florida Statutes. 2. Perform field recovery of horizontal and vertical survey control as required to meet the project objective. 3. Review underlying plats, right of way maps, City Atlas sheets, deeds, and other documents of record to determine the location of blocks and right of ways. 4. The survey will consist of general ground elevation shots and grade breaks with intervals not to exceed twenty-five feet within project limits. Cross-section information shall be shown at twenty- five feet intervals along the roadways, including the width of the sidewalks, sod swales, etc. 5. The topographic survey project limits will include: a. Visible and attainable fixed improvements and utilities unless otherwise noted. The survey must also include information on any overhead utility. b. Lot boundaries and dimensions, property addresses, survey and plat book references, easements, corner radii, curve information (radius, point of curvature, point of tangency, arch length) c. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and type, if attainable within the limits of survey. (i.e. manholes, inlets, pipe materials, diameters, and cardinal orientation of pipe (N/S/E/W/NW/NE/SW/SE); size/diameter of drainage structures, location of baffles and/or tidal backflow prevention valves. d. Locate existing driveways within the limits of the survey and identify type of driveway pavement (i.e. asphalt, concrete, pavers, etc.). Pavement markings, specialty crosswalks and material (stamped, painted, etc.),edge of pavement, pavement width and material (i.e. asphalt, concrete, etc.), sidewalks and driveways, sidewalk width and materials (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), driveway approaches width and material (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), pedestrian ramps, fences, walls, curb and gutter, landscape materials (i.e. shade tree, palm, shrub, sod, misc. ground cover, etc.), swales and swale surface material (i.e. grass, gravel, sod, asphalt, concrete, etc.), above ground utilities (poles, lights, cabinets, fire hydrants, valves, meters, handholes, wires, etc.), type and height of walls, fences overhead wires (horizontal and vertical location). e. Isolated trees with four inches and larger caliper measured at breast height. f. Survey station to be set from south to north and from west to east. g. Stationing shall be tied to monument lines. h. The survey shall include the entire right-of-way width and five feet beyond the right-of-way, when possible. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 3 of 15 i. Survey shall be prepared and provided in accordance with City of Miami Survey Standards Title Block per RPW Template and including Drawing Creation Date, Date of Survey Field Data Collection, PLS Information (Name, License No., Date of Signature), Survey Company/Consultant Company/Business Information (Company Name, Address, Phone Number, FL Certification No.) k. Cross-section elevations at approximately one hundred (100') foot stations of the applicable above -ground features, such as: • The centerline of the roadway • Edge of pavement • Top of shoulder • Bottom of shoulder • The centerline of swale • Gutter • Top of the curb • Front/back of the sidewalk. • Right-of-way line • Low and high points • Median openings • Any abrupt changes in grades immediately beyond the limits of the project. III. The topographic survey will not include: 1. Subsurface foundations of structures or subsurface utility designations. 2. Storm and Sanitary Sewer inverts of recessed or debris filled structures.( The consultant will notify the City's Project Manager to clean the structure so inverts can be obtained.) 3. Inverts from structures outside of the survey boundary limits. 4. Tree tagging and tree inventory. 5. Location of Geotech borings. 6. Temporary features such as a trailer, movable barriers/fences, solar lighting, etc. 7. Inverts from sanitary structures. IV. Deliverables Deliverable will be a complete Topographic Survey of the delimited area, in one (1) single CAD file. One (1) 24" x 36" digitally signed and sealed pdf copy. All deliverables will be in accordance with CITY OF MIAMI STANDARDS & REQUIREMENTS FOR TOPOGRAPHIC SURVEY. To be completed in 24 working weeks from Notice to Proceed, weather permitting and excluding holidays. Other deliverables will include: • Survey in MicroStation format • DTM WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 4 of 15 QUALIFICATIONS 1. ELEVATIONS. CONTROL AND ACCURACY: Elevations will be acquired and will be based on the North American Vertical Datum of 88 (NAVD88). Accuracies will be to 1/10 foot for natural ground and 1/100 foot for hardscape surfaces. 2. HORIZONTAL CONTROL: Horizontal locations of boundaries and topographic features will be referenced to the North American Datum of 1983 (NAD83) 2011 adjustment, State Plane Coordinate System for the East Zone of Florida. 3. Access to the subject project shall be granted upon prior notice if restricted, gated, and/or locked. If the surveyor is not allowed on site to perform the above survey services after access has been coordinated, the CLIENT shall be invoiced at the hourly rates quoted on WASD current fee schedule. 4. Utility records research and the evaluation of is not included in this proposal. 5. Research and/or abstracting for title or encumbrances will not be performed by WGI. 6. The CLIENT will be responsible for the excavation to expose inverts of discharge pipes. 7. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 8. Inverts will not be measured if lane closures are required to perform work due to permits and/or safety. 9. Off duty police are not included. CONTINGENCY SCOPE OF SUE SERVICES Vacuum Excavation (ASCE 38-22 Quality Level A) Limited Amount Fee $86,296.58 Unit Cost per test hole $1,078.71 WGI will provide an ASCE 38-22 Quality Level A (QLA) field investigation within the project limits, anticipating up to eighty (80) vacuum excavation test holes as requested. BASIS OF SCOPE 1. WGI proposes to provide an ASCE 38-22 QLB utility investigation (designates) in order to determine the horizontal alignment of the existing utilities within the project limits as indicated by EOR. 2. WGI proposes to provide ASCE 38-22 Quality Level A investigation, up to fifty (80) vacuum excavation test holes are anticipated on the existing utilities for facility material verification and depth confirmation within the project limits and as directed by the EOR. 3. WGI will vacuum excavate utility facilities at the proposed locations, as directed by the EOR, and provide a depth, size, and material of the facility, and then backfill the test hole with native soil, compact with a pneumatic tamper to existing grade. 4. Generally, utility facilities found by vacuum excavation can be visually exposed to a depth equal to the water table. An air lance probe will be used for deeper facilities; however, visual confirmation will WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 5 of 15 not be possible for facilities lying below the water table or utilities within directional bores. Note that the absence of identified utilities does not guarantee "no utility conflict". Approximate horizontal location of the utility will be provided where applicable. 5. Geophysical designating techniques, although highly reliable, are subject to outside interference, which are beyond the control of WGI, and may impede the effectiveness of subsurface utility investigations. Soil conditions, utility materials, size, depth, salt water and conductivity may prevent the location of some subsurface utilities. WGI utilizes state of the art equipment and methodology during all phases of utility investigations, but no guarantee is hereby expressed that all facilities will be detected. 6. This includes exploratory (attempted) test holes, where a potential design conflict is investigated, and utility is deemed too deep for visual confirmation. A note will be provided stating that occurrence. 7. Drafting and/or other CADD services are included. 8. CLIENT shall facilitate access for WGI field staff. 9. Basic work zone safety includes safety road signs and traffic cones. 10. Traffic control lane closures, if needed, are included. 11. Minimum of four test holes per mobilization EXCLUSIONS 1. Investigation of irrigation is not included. 2. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 3. Select backfill material, flowable fill or other material is not included. 4. Mapping of irrigation lines and sprinkler heads is not included. 5. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and types are not included in the SUE scope. 6. Street lighting and traffic control are not included. 7. Off duty police are not included. DELIVERABLES 1. WGI will provide a CADD deliverable with the QLB and QLA investigations drafted. 2. WGI will provide test -hole data inventory sheets with the obtainable data, digital photos, utility description, depth, size, type, direction, and material of the facility. Any additional optional services requested by CLIENT will be provided in accordance with WGI's. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 6 of 15 WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 7 of 15 PROPOSAL ACCEPTANCE We appreciate the opportunity to be of service to Ribbeck Engineering Inc. Upon acceptance of this proposal, along with the attached Contract Terms and Conditions and our current Fee Schedule, please sign and return an executed copy to this office. Please note that the Contract Terms and Conditions are an integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties expressly waive them in writing prior to commencement of work. By executing this Proposal, CLIENT expressly agrees to be bound by the Contract Terms and Conditions and the enclosed Fee Schedule. Whether this proposal is executed or not, the ordering of, acceptance of, or reliance on services performed by WGI constitutes acceptance of the attached Contract Terms and Conditions. Respectfully submitted, WGI, Inc. Roberto Mantecon, PSM Senior Operations Manager Eric Matthew, PSM Senior Operations Manager CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above, and is legally valid, active, and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. AUTHORIZATION FOR CREDIT CHECK: By signing this Proposal, I hereby authorize WGI to conduct a credit check or obtain a credit report with respect to CLIENT (as identified in this Proposal) for purposes of WGI providing services to CLIENT. Corporate Representative: Name (Printed) This Proposal accepted this day of , 2024 By Name (Signature) Ribbeck Engineering, Inc. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 13, 2024 Page 8 of 15 Please provide the following billing information: Name / Company Name Billing Address City State Zip Contact Name Email Address Phone Number Fax Number Enc.: WGI, Inc. Contract Terms and Conditions, Fee Schedule LEFT BLANK INTENTIONALLY WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI, WGI, INC. CONTRACT TERMS AND CONDITIONS JUNE 2020 1. Performance: WGI, Inc.'s ("WGI") services pursuant to this Agreement ("Services")will be performed in a manner consistent with that degree of skill and care ordinarily exercised by members of the same profession currently practicing under similar circumstances in the same geographic area. No other warranties, expressed or implied, are made with respect to WGI's performance of Services. WGI is not a guarantor of the Project for which its Services are directed, and its responsibility is limited to work performed for the Client. WGI is not responsible for the acts or omissions of the Client, nor third parties not under its direct control. The Client's acceptance of WGI's services constitutes acceptance of these Terms and Conditions. 2. Billing/Payments: Invoices for WGI's Services and reimbursable expenses shall be submitted on a monthly basis. Payment shall be due on the date each invoice is received and shall be deemed delinquent 30 calendar days after issuance. Delinquent invoices shall accrue interest on the balance due at a rate of 18% per annum, or the highest interest rate allowable by law. Outstanding invoices delinquent beyond 45 calendar days may at WGI's election be deemed a notice to stop performance under this contract, and WGI may in that event suspend its Services until the invoice is paid, with no liability to WGI. Client shall make payment in full at or before delivery to Client of any reports, plans, record drawing, or certifications prepared under this Agreement. All attorneys' fees, court costs and/or expenses associated with collection of past due invoices will be paid by Client, whether or not suit is filed. The Client's failure to timely pay any WGI invoice within 45 calendar days of issuance shall constitute a waiver of any and all claims against WGI. Retainers shall be credited on WGI's final invoice. 3. Fees: WGI's fees for its Services are set forth in WGI's Fee Schedule, which is attached as a separate exhibit to this Agreement or has otherwise been provided to Client. WGI's fees reflected in this Agreement exclude testing, permit fees, reproduction costs, and any service not reflected in this Agreement. All fees for Services are based on a one-time performance only. Additional Services and/or changes in service, whether field or office, shall be performed only after authorization by Client. Fees for changes and/or additional services are not included in this Agreement and shall be invoiced at the hourly rates quoted on WGI's then -current Fee Schedule. 4. Reimbursable Expenses: Direct costs including, without limitation, prints, copies, long distance phone calls, mileage, airfare, per diem, delivery service, etc., are not included in the above fees but shall be billed as Reimbursable Expenses at the rates set forth in WGI's then -current Fee Schedule. 5. Cost Estimates: Client hereby acknowledges that WGI has no control over the cost of labor or materials, contractors' methods of determining bid prices, or control over competitive bidding, market, or negotiating conditions. Thus, WGI cannot and does not warrant that estimates of probable construction or operating costs prepared or provided by WGI will not vary from actual costs incurred by Client. Client expressly agrees that WGI shall have no liability for any failure of bids or actual construction or operating costs to comply with Client's budget or WGI's cost estimates. 6. Storage: Material samples not consumed in the performance of WGI's Services may be discarded 30 days after submission of the test report unless Client requests other disposition. After notification to Client, WGI may charge Client for extended storage of materials, records, or equipment. 7. Indemnification: Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the Services, except to the extent that any such claim, damage, loss, or expense is caused by the negligent act, omission, and/or strict liability of WGI. 8. Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor WGI, their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected in any way to the Project, WGI's Services, or this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of financing, loss of business, loss of income, loss of reputation, interest expenses, and any other consequential damages that either party may have incurred from any cause of action including 11410 Nurtiivvest 20th Street, Suite il'i, rvu rt�i, t 33i /2 30b.j63.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 10 negligence, strict liability, breach of contract and breach of strict or implied warranty. Both Client and WGI shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this Project. 9. Hazardous Materials: Unless specifically and expressly set forth in WGI's scope of services under this Agreement, and only to the extent set forth therein, WGI shall have no responsibility for the discovery, presence, handling, removal, or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. WGI's Services expressly exclude any Services for Client involving or related in any manner to hazardous substances, and Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or in any way related to the presence, discharge, release, or escape or contaminants or hazardous substance of any kind, or environmental liability of any nature, in any manner related to WGI's Services under this Agreement. 10. LIMITATION OF LIABILITY: In recognition of the relative risks and benefits of the project to both Client and WGI, the risks have been allocated such that Client agrees, to the fullest extent permitted by law, to limit the liability of WGI and its officers, directors, partners, employees, shareholders, owners, and subconsultants for any and all claims, losses, costs, and damages of any nature whatsoever whether arising from breach of contract, negligence, or other common law or statutory theory of recovery, or claims expenses from any cause or causes, including attorney's fees and costs, so that the total aggregate liability of WGI and its officers, directors, partners, employees, shareholders, owners and subconsultants shall not exceed $50,000.00, or the total amount of the fee actually paid to WGI for its Services performed under this Agreement, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law, including but not limited to negligence, breach of contract, or any other claim whether in tort, contract, or equity. In the event Client is unwilling or unable to limit liability in accordance with the provisions set forth in this section, Client may, upon written request of Client and received by WGI within five days of Client's acceptance hereof, increase the limit of liability to a maximum of $1,000,000.00 by agreeing to pay WGI a sum equivalent to an additional amount of 10% of the total fee, or $10,000.00, whichever is greater, to be charged for WGI's Services. In the event professional fees increase during the Project, Client agrees to pay an additional 10% of said increase for the aforementioned higher limits on liability. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. In any event, attorney's fees and costs expended by WGI in connection with any claim shall reduce the amount available, and only one such amount will apply to any Project. If any of the above provisions of this section is/are deemed invalid or unenforceable for any reason, the limit of liability shall not exceed the available policy limits of any insurance policy providing coverage for WGI's Services on the Project. The provisions of this section shall inure to the benefit of WGI's officers, directors, partners, employees, shareholders, owners, and subconsultants, which shall be considered third -party beneficiaries for the purposes of this section. The provisions of this section shall survive the termination of this Agreement. 11. Termination of Services: Except in situations involving default for non-payment by Client to WGI, in the event of any default arising under this Agreement, the defaulting party shall be entitled to receive written notice specifying the default and the actions to be taken to cure the default. The party receiving the notice of default shall have 7 business days from the date of receipt of the notice to cure the specified default. In the event that the party fails to cure the specified default, the adverse party may declare a breach of this Agreement and terminate this Agreement upon serving a written notice of termination. In the event of such termination, Client shall pay WGI in full for all Services rendered up to the time of termination. 12. Events of Default: Client shall be in default under this Agreement if it (i) fails to pay in full any invoice from WGI on the due date or fails to make any other payment due to WGI under this Agreement, (ii) fails to observe or perform any other term, condition or covenant under this Agreement, (iii) breaches any warranty or representation made under this Agreement, (iv) dissolves, terminates or liquidates its business, or its business fails or its legal existence is terminated or suspected, (v) commences any voluntary or involuntary bankruptcy, reorganization, insolvency receivership, or other similar proceeding is commenced by or against Client, (vi) fails to work with WGI in good faith and fair dealing under this Agreement, or (vii) becomes insolvent, makes an assignment for the benefit of creditors, or coveys substantially all of its assets. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 11 13. Suspension of Services: If the Project is suspended for more than thirty (30) calendar days in the aggregate, WGI shall be compensated for Services performed and charges incurred prior to such suspension and, upon resumption of services, WGI shall be entitled to an equitable adjustment in fees to accommodate the resulting demobilization and re -mobilization costs. In addition, WGI shall be entitled to an equitable adjustment in the Project schedule based on the delay caused by the suspension. If the Project is suspended for more than ninety (90) calendar days in the aggregate, WGI may, at its option, terminate this Agreement upon giving notice in writing to Client. 14. Ownership of Instruments of Service: All plans, data, reports, drawings, specifications, maps, surveys, ideas, scripts, sketches, designs, CAD files, field data, notes, Digital Data files, and other documents and instruments prepared by WGI or its subconsultants, whether such work product is tangible or intangible ("Instruments of Service") shall remain the sole and exclusive property of WGI until such time as Client makes full and final payment to WGI pursuant to the terms set forth in this Agreement, and until such time, Client shall not use, deliver, solicit, transmit, or otherwise employ the Instruments of Service, whether directly or indirectly, by any means or manner. Client understands that changes or modifications to the documents made by anyone other than WGI may result in adverse consequences which WGI can neither predict nor control. Therefore, Client agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless WGI from and against all claims, liabilities, losses, damages, and costs (including reasonable attorney's fees) arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by Client or others of the documents provided by WGI under this Agreement. If documents are provided to Client, Client's contractor, or Client's other consultants by WGI in electronic media, such as CAD files or other native format, Client agrees that this is solely as a convenience, and may not be relied on in the same manner as the signed, sealed documents; nor are such electronic files represented to be accurate and faithful representations of the signed, sealed documents. WGI makes no representations or warranties regarding the accuracy, completeness, or readability of information contained in electronic media files. 15. Digital Data Files: It is expressly understood that CADD and BIM files, and other electronic files ("Digital Data files") are issued only as supplemental information for convenience to the Client, contractor, or other authorized user. Digital Data files, like any electronic data, transferred in any manner or translated from the system and format used by WGI to another system or format are subject to errors and modifications that may affect the accuracy and reliability of the data, and, in addition, such electronic data may be altered or corrupted, whether inadvertently or otherwise. As a result, WGI makes no representations or warranties, whether expressed or implied, as to the accuracy of any Digital Data files. The accuracy of Digital Data files cannot be warranted or guaranteed, and any such files provided by WGI to Client or any other party will be issued solely as a convenience and courtesy. Digital Data files are not contract documents, and shall not be relied upon, or used for construction or staking. Any use of the information obtained or derived from Digital Data files will be at Client's, or other receiving party's or user's sole risk, and Client hereby waives and releases any and all claims against WGI arising from or relating to the use of or reliance upon Digital Data files. To the extent any differences, discrepancies, or conflicts exist between the Digital Data files and the contract documents, the contract documents shall control. 16. Successors and Assigns: Client shall not assign, sublet, or transfer any rights under or interest in this Agreement without the prior written consent of WGI. Except where specifically stated otherwise in this Agreement, nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client or WGI. 17. Third Parties: Except as expressly provided herein, nothing in this Agreement shall confer any right, remedy, or claim upon any person or entity not a signatory to this Agreement. 18. Corporate Protection: WGI's performance of Services under this Agreement shall not subject WGI's individual employees, officers, or directors to any personal legal exposure for the risks associated with this Project. Therefore, and notwithstanding anything to the contrary contained herein, Client agrees that as Client's sole and exclusive remedy, any claim, demand, or suit shall be directed and/or asserted only against WGI, and not against any of WGI's employees, shareholders, officers, or directors. 19. Severability and Survival: If any term of this Agreement is to any extent held to be invalid or unenforceable, then such term shall be excluded to the extent of such invalidity or unenforceability, and all other terms hereof shall remain in full force and effect. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between Client and WGI shall survive the completion of WGI's Services hereunder and the termination of this Agreement. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 12 20. Merger and Amendment: This Agreement constitutes the entire agreement between WGI and Client, and all negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both WGI and Client. 21. Applicable Law and Venue: Unless otherwise specified, this Agreement shall be governed by the laws of the State of Florida. Venue for all disputes between the Parties arising from or relating to this Agreement shall lie exclusively in a court of competent jurisdiction in Palm Beach County, Florida. 22. Mediation: All disputes between the Parties arising out of or relating to this Agreement, with the exception of WGI seeking payment from Client for services rendered, shall be submitted to non -binding mediation as a condition precedent to litigation, unless the Parties mutually agree otherwise in writing. 23. Statute of Limitations and Repose: Any applicable statute of limitations or repose shall commence to run and any cause of action shall be deemed to have accrued on the date WGI's drawings are sealed, but in any event not later than the date of substantial completion of the project for which WGI's services are provided. 24. Force Majeure: WGI shall not be liable for any damages or delays in rendering its Services arising from acts of God, epidemics, pandemics, quarantine restrictions, strikes, labor disputes, civil unrest or disturbances, acts of terrorism or war, abnormal weather conditions, or any other cause beyond WGI's reasonable control. 25. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE. THE FOLLOWING TERMS AND CONDITIONS SHALL ALSO APPLY FOR ALL PROJECTS INVOLVING CONSTRUCTION -RELATED SERVICES 26. Construction Administration: WGI's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the initial Contract for Construction and terminates at the earlier of the issuance to the Client of the final Certificate for Payment or 60 days after the date of Substantial Completion of the Work. WGI will provide administration of the Contract for Construction as set forth below and in the General Conditions of the Contract for Construction. 27. Construction Observation: WGI, as a representative of the Client, will visit the site at intervals appropriate to the stage of the Contractor's operations, (1) to become generally familiar with and to keep the Client informed about the progress and quality of the portion of the work relating to WGI's scope, (2) to endeavor to advise Client of defects and deficiencies in such work, and (3) to determine in general if the work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, WGI shall not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the work. WGI shall not be responsible for inspecting the Contractor's work, does not have the right to stop Contractor's work, and shall not be liable for construction defects or deficiencies. WGI's construction observation services shall not relieve Contractor of its responsibility to comply with the contract documents. 28. General Contractor's Responsibilities for Construction and Jobsite Safety: Neither the professional activities of WGI, nor the presence of WGI or its employees and subconsultants at a construction/Project site, shall impose any duty on WGI, nor relieve the Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, supervising, and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. WGI and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. Client agrees that the Contractor shall remain solely and exclusively responsible for jobsite and worker safety and agrees that this intent shall be carried out in the Clients contract with the Contractor. Client also agrees that the Contractor shall defend and indemnify the Client, WGI and WGI's 114 iu vortnwest 2u'6treet, buite -iu'i, Ivi aml, i-L i.Yl /2 3U5.553.ubuu WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 13 subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or relating to construction and jobsite safety. Client also agrees that Client, WGI and WGI's subconsultants shall be made additional insureds under the Contractor's policies of general liability insurance. 29. Property Insurance: Client agrees to procure, or cause to be procured, property insurance written on a builder's risk "all- risk" or equivalent policy form in the amount of the construction costs, comprising total value for the entire project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained until final completion of the project, or until no person or entity other than Client has an insurable interest in the project, whichever is later. This policy shall name WGI as an additional insured. The Client further agrees to waive all rights against WGI for damages that are, or could have been, covered by property insurance and such waiver of subrogation shall be effective notwithstanding any duty of indemnity, contractual or otherwise. 30. Deviations from Contract Documents: WGI will report to the Client known and observable deviations from the Contract Documents by the Contractor. However, WGI shall not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. WGI shall not have control over or charge of and shall not be responsible for the acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons or entities performing portions of the Work. 31. Certificates for Payment: WGI will review and certify the amounts due to Contractor and will issue certificates for such amounts. Such certification for payment will constitute a statement to the Client, based on WGI's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of WGI's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing is subject (1) to an evaluation of the Work for conformance with the Contract documents upon Substantial Completion, (2) to results of subsequent tests and observations, (3) to correction of minor deviations from the Contract Documents prior to completion, and (4) to specific qualifications expressed by WGI. The issuance of a Certificate of Payment shall not be a representation that WGI has (1) made exhaustive or continuous on -site observations to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 32. Rejection of Work: WGI shall have authority to recommend to Client that it reject Work that does not conform to the Contract Documents. Whenever WGI considers it necessary or advisable, WGI shall have authority to recommend to Client that it require observation or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of WGI nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of WGI to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 33. Submittals: WGI will review and approve or take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for general conformance with the design concept of the project and information provided in the Contract Documents. Contractor is responsible for full compliance with the plans, specifications, and contract documents, dimensions, quantities, and performance requirements to be confirmed and correlated at the jobsite, the furnishing of all items whether or not shown on the submittal, means, methods, and sequence of construction, quantities, coordination of the work of all trades, and related jobsite safety precautions or programs. WGI's action will be taken with such reasonable promptness as to cause no unreasonable delay in the Work or in the activities of the Client, Contractor, or separate contractors, while allowing sufficient time in WGI's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the sole responsibility of the Contractor as required by the Contract Documents. WGI's review shall not constitute approval of safety precautions or, unless otherwise specifically stated in writing by WGI, of any construction means, methods, techniques, sequences, or procedures. WGI's approval of a specific item shall not indicate approval of an assembly of which the item is a component. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 14 34. Contractor's Design Professionals: If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, WGI will specify appropriate performance and design criteria that such services must satisfy. Shop drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to WGI. WGI shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 35. Change Orders: WGI will prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by WGI for the Client's approval and execution in accordance with the Contract Documents and may authorize minor changes in the Work not involving an adjustment in the Contract sum or an extension of the Contract Time which are consistent with the intent of the Contract Documents. 36. Submittals and Final Completion: WGI will conduct observations to determine the date or dates of Substantial Completion and the date of final completion, will receive from the Contractor and forward to the Client, for the Client's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor, and will issue a final Certificate for Payment based upon a final observation indicating that the Work generally complies with the requirements of the Contract Documents. 37. Interpretations and Decisions: Interpretations and decisions of WGI will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and initial decisions, WGI will endeavor to secure faithful performance by both Client and Contractor, will not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. LEFT BLANK INTENTIONALLY 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 15 Hourly Rate ENGINEERING SERV ICES Executive Engineer $370.00 Chief Engineer $360.00 Principal Engineer $335.00 Senior Project Manager $320.00 Project Manager $250.00 Senior Engineer 2 $295.00 Senior Engineer 1 $260.00 Engineer 2 $230.00 Engineer 1 $210.00 Senior Engineer Intern $160.00 Engineer Intern $145.00 Chief Designer $200.00 Senior Designer $170.00 Designer $140.00 Field Engineer $210.00 Field Inspector $155.00 BIM Designer $100.00 SURVEY SERVICES Chief Surveyor $310.00 Principal Surveyor $275.00 Senior Project Manager $225.00 Project Manager $195.00 Senior Professional Surveyor $190.00 Professional Surveyor $160.00 Certified Photogrammetrist $200.00 Senior Survey Technician $150.00 Survey Technician $125.00 SUE Technician $125.00 Field Technician $90.00 Chief Utility Coordinator $275.00 Senior Utility Coordinator $215.00 Utility Coordinator $170.00 WGI, INC. FEE SCHEDULE* EFFECTIVE DATE 10/28/2023 Hourly Rate SURVEY SERVICES CONTINUED 1 Person Field Survey Crew $125.00 2 Person Field Survey Crew $170.00 3 Person Field Survey Crew $220.00 4 Person Field Survey Crew $270.00 2 Person SUE Crew $180.00 3 Person SUE Crew $240.00 4 Person SUE Crew $290.00 5 Person SUE Crew $320.00 Laser Scan Crew $250.00 HydrographicBathymetric Crew $350.00 UAS Flight Crew $280.00 Fixed Wing Aerial Flight Crew $1,150.00 Geospatial Analyst $110.00 Geospatial Developer $150.00 PLANNING SERVICES Executive Planner $340.00 Chief Planner $280.00 Principal Planner $225.00 Senior Project Manager $215.00 Project Manager $190.00 Senior Planner $160.00 Planner $120.00 LANDSCAPE ARCHITECTURAL SERVICES Chief Landscape Architect $300.00 Principal Landscape Architect $280.00 Senior Project Manager $225.00 Project Manager $190.00 Senior Landscape Architect $235.00 Landscape Architect $200.00 Senior Designer $160.00 Designer $120.00 Entry Level Designer $110.00 Hourly Rate ENVIRONMENTAL SERVICES Executive Environmental Scientist $280.00 Principal Environmental Scientist $240.00 Senior Project Manager $215.00 Project Manager $180.00 Senior Environmental Scientist $215.00 Environmental Scientist $145.00 Environmental Technician $110.00 ARCHITECTURAL SERVICES Principal Architect $320.00 Senior Project Manager $280.00 Project Manager $230.00 Senior Architect $270.00 Project Architect $215.00 Architect $180.00 Senior Graduate Architect $160.00 Graduate Architect $130.00 OTHER PROFESSIONAL SERVICES Expert Witness $455.00 GIS Technician $120.00 Administrative Assistant $130.00 Intern $85.00 REIMBURSABLE EXPENSES Copies, Black & White (each) $0.50 Copies, Color (each) $1.00 Plots, Black & White (each) $2.00 Plots, Color (each) $16.00 Mylars (each) $74.00 Foam Core Presentation Boards (each) $8.00 All Third Party -Party Expenses Cost Plus 15% Expenses: In addition to labor, WGI, INC. bills for the following project related costs at a contractually agreed markup: printing; conference calling charges; document review, permit or recording fees paid on behalf of CLIENT; shipping; bid advertisement; specialty materials, software or equipment rental; sub -consultant fees; costs of project related employee travel including meals, lodging, airfare and miscellaneous travel costs such as tolls, parking, etc; mileage for all company -owned vehicles (trucks) will be charged at $0.85/mile; employee owned vehicles used for transportation related to the Project will be charged at the prevailing federal mileage rate allowed by the IRS at the time the travel occurs. WGI also bills for the cost of internal reproduction and the use of specialized equipment related to subsurface utility vacuum excavation, mobile scanning (LIDAR), andhydrographic surveying. .BE ADVISED THAT THIS FEE SCHEDULE IS SUBJECT TO CHANGE AS ADJUSTED BY WGI, INC. ANNUALLY. YOU WILL BE SUBJECT TO THE THEN CURRENT RATES APPLICABLE AT THE TIME OF SERVICE. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-3: Geotechnical Scope (HRES) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: SPT BORINGS FOR ROADWAY, PAVEMENT CORES AND PERCOLATION TESTS ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) FINAL FIELD EXPLORATION a) HRES is planning to perform the following field exploration services: Pavement Cores - 30 pavement cores with 30 SPT borings to 2 feet deep to measure the existing base and subbase thicknesses. Roadway Borings - a total of 25 SPT borings, each to a depth of 6 feet to provide subsurface conditions along the streets, and 5 SPT borings to 20 feet to provide subsurface conditions for the excavation of the French drains. Percolation Tests - Perform 30 constant head percolation tests in 10 ft. deep boreholes. b) Permits: City of Miami . All the boreholes are located along the existing roads and may require lane closures. Based on an email sent by Ribbeck on June 11, 2024, permit fees are waived. Therefore, no permit fees are included in the proposal. c) Staff Engineer Time Require to Proceed Permit - A Staff Engineer will prepare the required permit package to be input in the city system. This permit will require a lot of coordination with the designer an the city project manager to be able to get it approved. HRES is assigning a minimum of 20 hours for this task. d) MOT Plans - To be provided by Ribbeck. The city requires an official set of plans for permit approval. e) HRES will contact One Call Sunshine FL 811. Reporting f) Provide one final roadway report that includes: percolation test results, and the information provided by the roadway borings. A second pavement cores report will provide tables showing the pavement thicknesses and photos of the pavement cores. In addition, we will provide a statement to be used for the Reasonable Assurance Report (RAR) in conjunction with the environmental laboratory testing and the performance of one deep well SPT boring to 100 feet in case the optional services are approved. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) UNITS # OF UNIT TOTAL UNITS RATE $ 1. FIELD EXPLORATION AN LABORATORY SERVICES: 25 SPT BORINGS TO 6 FEET, 5 SPT BORINGS TO 20 FEET (FRECH DRAINS) , 30 PAVEMENT CORES AND 30 PERCOLATION TESTS 1.1) 25 SPT Borings to 6 feet for roadway improvements 25x6'=150 feet feet 150 $15.50 $2,325.00 1.1 b) 5 SPT Borings to 20 feet for the French Drains=5x20'=100 feet feet 100 $15.50 $1,550.00 1.1 c) Temporary Casing: 0'-50': 5x20'=100 feet feet 100 $6.50 $650.00 1.2a) 30 pavement cores each 30 $110.00 $3,300.00 1.2b) 30 SPT Borings to 2 feet to measure the thicknesses of the existing base and subbase 30x2'=60 feet feet 60 $15.50 $930.00 1.3) Percolation Testing: performing a total of 30 tests to 10 feet each 30 $380.00 $11,400.00 1.4) Grouting Holes:150 feet (roadway borings) +100 feet (French Drains) + 60 feet (pavement Core SPT borings) + 300 feet (percolation tests)=610 feet feet 610 $5.50 $3,355.00 1.5) Rig Mobilizations each 2 $450.00 $900.00 1.6) Organic Content Tests each 5 $50.00 $250.00 1.7) Fines Content Tests each 10 $50.00 $500.00 1.8) Grain Size Tests each 5 $60.00 $300.00 1.9) Corrosion Testing: Resistivity, Chlorides, pH, Sulfates each 3 $130.00 $390.00 Subtotal Field Exploration $25,850.00 2. MOT SERVICES 2.1) MOT Services - Barricades. The percolation tests will take 30/3=10 day 19 $300.00 $5,700.00 days; the SPT borings will take 250'/70'=4 days; the pavement cores will take 30/6=5 days, for a total of 10+4+5= 19 days. The daily barricades use consists of: 75 cones, 8 traffic signs and one arrow target sign used for lane closures. 2.2) MOT Services - Engineering Technician Services. Minimum time hour 76 $72.04 $5,475.04 allocated for one Technician to set the barricades and remove them. Estimating 4 hours/day, 19 days, for a total of 76 hours. Subtotal MOT Services $11,175.04 40.9% 17.7% Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) 3. TECHNICIAN SERVICES AND ENGINEERING FOR REPORTING 3.1) Engineering Technician for boring layout, underground utilities (meeting FL 811 personnel): 30 percolation tests, 30 pavement cores and 30 SPT borings. A total of 90 boreholes, 30 hours. Edilso Marquez: $24.84x2.9=$72.04 hour 30 $72.04 $2,161.20 3.2) Staff Engineer for boring drafting: drilling 250 linear feet: 250/100x5= 12.5 hours. Abraham Oliveira, El: $32.89x2.9=$95.38 hour 15.0 $95.38 $1,430.70 3.3) Staff Engineer - Boring description, report preparation support. Chollada Soonyakanit, El: $36.35x2.9=$105.41 hour 80 $105.41 $8,432.80 3.4) Staff Engineer - permit hours (estimating 20 hours). Juan Valencia: $43.72x2.9=$126.78 hour 20 $126.78 $2,535.60 3.5) Professional Engineer - Report Preparation: David Ramos, PE: $42x2.9=$121.8 hour 60 $121.80 $7,308.00 3.6) Senior Engineer for report review, QA/QC: Chatuphat Savigamin, PE: $50.0x2.9=$145.0 each 30 $145.00 $4,350.00 TOTAL TECHNICIAN SERVICES AND ENGINEERING $26,218.30 TOTAL FOR GEOTECHNICAL SERVICES - BASIC SERVICES $63, 243.34 41.5% 100% Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ALLAPATTAH FLOOD IMPROVEMENT PROJECT - SOLICITATION # 23-24-004 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) 7815 NW 72nd AVENUE - MEDLEY, FLORIDA 33166 HRES PROJECT No.: HR24-1879R JUNE 11, 2024 (Revised) Permit Fees - Estimated amount - Optional. Based on the email sent by Ribbeck on 6/11/2024, the city will waived the permit fees. each 0 $0.00 $0.00 4. FIELD EXPLORATION FOR DEEP WELL BORING DRILLED TO 100 FEET - SALINITY TESTING NOT INCLUDED - OPTIONAL SERVICES 4.1) SPT Borings 0-50 feet: 1 SPT boring to 100 feet, drilling the first 50 feet feet 50 $15.00 $750.00 4.2) SPT Borings 5-100 feet: 1 SPT boring to 100 feet, drilling the second 50 feet feet 50 $17.00 $850.00 4.3) Temporary Casing 0'-50'= 50 feet feet 50 $7.00 $350.00 4.4) Temporary Casing 50'-100'= 50 feet feet 50 $7.50 $375.00 4.5) Borehole Closing after boring performance: 100 feet feet 100 $6.50 $650.00 4.6) Rig Mobilization: if not conducted with the other boreholes each 1 $450.00 $450.00 4.7) Drafting: 5 hours hour 5 $87.84 $439.20 4.8) Boring Report hour 5 $101.40 $507.00 4.9) Estimate budget for environmental laboratory testing, including salinity and Total Dissolved Solids and Chloride testing each 1 $6,000.00 $6,000.00 TOTAL FOR FIELD INVESTIGATION - OPTIONAL SERVICES $10,371.20 HR ENGINEERING SERVICES, INC. ffeJnam6 ail/tof Hernando R. Ramos, PE Senior Geotechnical Engineer/President Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-4: Public Information Support — Optional Services (HML Public Outreach) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Appendix B-5 Proposed Public Information Support — Optional Services I. GENERAL HML Public Outreach LLC will provide the following services: - Public Information support services. II. SCOPE OF WORK To provide public outreach assistance for 60 percent plans development public meeting for Project No. 1 (NW Th Avenue to NW 14th Avenue/NW 23rd Street to 31 st Street, Allapattah, District 1). A. Task 1 — Notifications 1. Develop project fact sheet 2. Develop project notification letter 3. Develop project notification flyer and email notification 4. Participate in city review/approvals process 5. Perform door to door distribution of flyer to project corridor 6. Reach out to major stakeholders within the corridor and community 7. Maintain issues log 8. Participate in stakeholder meetings as approved by the city team B. Task 2 — Preparing Mailing Lists 1. Gather property owner and tenant physical and mailing address in database 2. Develop elected official/appointed official database for project notification 3. Update the list based on questions received by the public C. TASK 3 — Preparing PowerPoint Presentation 1. Develop draft presentation for public meeting and participate in review process D. TASK 4 — Public Meeting Preparations 1. Secure meeting location 2. Coordinate public meeting advertisements based on city requirements 3. Perform public meeting notification mailer 4. Develop meeting materials (sign -in and comment sheets, name badges, etc) E. TASK 5 — Public Meeting Attendance/Follow up 1. Participate in public meeting to facilitate 2. Document public meeting and provide summary 3. Respond to pending stakeholder questions 4. Develop comprehensive archive of public meeting outreach activities and provide team F. TASK 6 — Other Agency Meetings 1. Participate in key stakeholder meetings 2. Participate in stakeholder coordination III. COMPENSATION Refer to the attached fee estimates. IV. ADDITIONAL SERVICES Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: This fee estimate does not include the price of the notification mailer, which would require the use of a mail house to process and send the letters. As well as additional printing costs for public meeting materials. V. DATA PROVIDED BY CITY The following information or documents are to be provided by the City: Fact sheet, notification letters, emails, databases, issues log, presentation, meeting materials, archive files. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project: Project No.: B- Description: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Consultant Name: Enter name of prime or subconsultant Contract No.: RFQ No. 23-24-004 Date: 6/13/2024 Estimator: HML Public Outreach STAFF CLASSIFICATION Job Classification Staff Applicable Rate Senior Community Oureach Specialist Heather M. Leslie Rate: $42.00 Outreach Support Specialist Aurora Gonzalez Rate: $32.00 Position 3 name Rate: Position 4 name Rate: Position 5 name Rate: Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 17.1 Notifications 15 $630 30 $960 45 $1,590 $35.33 17.2 Preparing Mailing Lists 2 $84 10 $320 12 $404 $33.67 17.3 PowerPoint Presentation 2 $84 3 $96 5 $180 $36.00 17.4 Public Meeting Preparations 10 $420 25 $800 35 $1,220 $34.86 17.5 Public Meeting Attendance/Follow up 10 $420 25 $800 35 $1,220 $34.86 17.6 Other Agency Meetings 20 $840 10 $320 30 $1,160 $38.67 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 59 103 162 Total Staff Cost $2,478.00 $3,296.00 $5,774.00 $35.64 Total % of Work by Position 36.4% 63.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $16,744.60 $16,744.60 $16,744.60 $2,500.00 $19,244.60 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Estimator: Project Activity 17: General Tasks (PIO Optional Services) Project No. 1 (NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31 st Street, Allapattah, District 1) RFQ No. 23-24-004 Representing Print Name Signature / Date City of Miami HML - Subs to Ribbeck Engineering NOTE: S"gnature Block is optional, per District preference Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 3.1 Public Involvement 3.1.1 Community Awareness Plan LS 1 0 0 3.1.2 Notifications LS 1 45 45 Develop project fact sheet, develop project notification letter, develop project notification flyer and email notification, participate in city review/approvals process, perform door to door distribution of flyer to project 3.1.3 Preparing Mailing Lists LS 1 12 12 Gather property owner and tenant physical and mailing address in database, develop elected official/appointed official database for project notification, update the list based on questions received by the public 3.1.4 Median Modification Letters LS 1 0 0 3.1.5 Driveway Modification Letters LS 1 0 0 3.1.6 Newsletters LS 1 0 0 3.1.7 Renderings and Fly Throughs LS 1 0 0 3.1.8 PowerPoint Presentation LS 1 5 5 Develop draft presentation for public meeting and participate in review process 3.1.9 Public Meeting Preparations LS 1 35 35 Secure meeting location, coordinate public meeting advertisements based on city requirements, perform public meeting notification mailer, develop meeting materials (siqn-in and comment sheets, name badges, etc) 3.1.10 Public Meeting Attendance/Followup LS 1 35 35 Participate in public meeting to facilitate, document public meeting and provide summary, respond to pending stakeholder questions, develop comprehensive archive of public meeting outreach activities and provide team 3.1.11 Other Agency Meetings LS 1 30 30 Participate in key stakeholder meetings, participate in stakeholder coordination 3.1.12 Web Site LS 1 0 0 3.1 Public Involvement Subtotal 162 3.2 Joint Project Agreements EA 0 0 0 3.3 Specifications & Estimates 3.3.1 Specifications Package Preparation LS 1 0 0 3.3.2 Estimated Quantites Report Preparation LS 1 0 0 3.4 Contract Maintenance and Project Documentation LS 1 0 0 3.5 Value Engineering (Multi -Discipline Team) Review LS 1 0 0 3.6 Prime Consultant Project Manager Meetings LS 1 0 0 See listing below 3.7 Plans Update LS 1 0 0 3.8 Post Design Services LS 1 0 0 3.9 Digital Delivery LS 1 0 0 designsheforms-v-2022-01_HM L.xlsx 3. Project General Tasks Page 1 of 2 5/4/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Project Activity 17: General Tasks (PIO Optional Services) Tas Nok Task Units No of Units Hours/ Unit Total Hours Comments 3.10 Risk Assessment Workshop LS 1 0 0 3.11 Railroad, Transit, and/or Airport Coordination LS 1 0 0 3.11.1 Aeronautical Evaluation LS 1 0 0 3.12 Landscape and Existing Vegetation Coordination LS 1 0 0 3.13 Other Project General Tasks LS 1 0 3. Project Common and Project General Tasks Total 162 3.6 - List of Project Manager Meetings Units No of Units Hours/ Unit Total Hours Comments Roadway Analysis EA 0 0 0 Drainage EA 0 0 0 Utilities EA 0 0 0 Environmental EA 0 0 0 Structures EA 0 0 0 Signing & Pavement Marking EA 0 0 0 Signalization EA 0 0 0 Lighting EA 0 0 0 Landscape Architecture EA 0 0 0 Survey EA 0 0 0 Photogrammetry EA 0 0 0 ROW & Mapping EA 0 0 0 Terrestrial Mobile LiDAR EA 0 0 0 Architecture EA 0 0 0 Noise Barriers EA 0 0 0 ITS Analysis EA 0 0 0 Geotechnical EA 0 0 0 Progress Meetings EA 0 0 0 Phase Reviews EA 0 0 0 Field Reviews EA 0 0 0 Total Project Manager Meetings 0 0 Total PM Meeting Hours carries to Task 3.6 above Notes: 1. If the hours per meeting vary in length (hours) enter the average in the hour/unit column. 2. Do not double count agency meetings between permitting agencies. 3. Project manager meetings are calculated in each discipline sheet and brought forward to Column D, except for Photogrammetry. designsheforms-v-2022-01_HM L.xlsx 3. Project General Tasks Page 2 of 2 5/4/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. CONSULTANT WORK ORDER PROPOSAL Date: July 2nd, 2024 Dear Mr. Anthony Hansen and Ms. Clara Sidan, P.E.: Ribbeck Engineering, Inc proposes to provide the water betterment services identified below for the project entitled Project No. 1 (NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31 st Street, Allapattah, District 1) pursuant to its Professional Service Agreement with the City of Miami for Civil Engineering Services for Citywide Flood Mitigation Improvements (RFQ 23- 24-004). This Scope of Work will be added to the original contract for professional engineering services as part of a JPA between M-D WASD and the City of Miami for: Design the installation of approximately 6300 LF of new 2-inch, 4-inch and 6-inch DIP WM with new services and fire hydrants within the Allapattah Neighborhood as depicted on the layout under Exhibit A in adherence with WASD standards and specs. The project also requires coordination between Miami -Dade Water and Sewer Department (M- D WASD) and the City of Miami to install the proposed 2-inch, 4-inch and 6-inch Water Mains during the proposed improvements in that area. The services proposed under this scope includes design, construction documents, permitting, procurement support, and limited construction support services, which include the Final Certification for placement the new water main into operation. SCOPE OF SERVICES: TASK 1 — Design Engineering Services Task 1.1 Survey Services Survey will be provided as part of the NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31 st Street, Allapattah, District 1, with the exception of the segment along NW 14t" Avenue between NW 27t" Street and NW 28t" Street, which is outside of the City of Miami project limits. Soft Digs Coordination: Ribbeck Engineering, Inc. will coordinate the survey services scope and will review that the survey services were completed. 30 soft digs will be included as optional services. Task 1.2 Geotechnical Investigation (NIC) The geotechnical investigation and report is provided as part of the NW 7th Avenue to NW 14th Avenue/NW 23rd Street to 31st Street, Allapattah, District 1. Investigation along NW 14t" Avenue between NE 27t" Street and NW 28t" Street, which is outside the City of Miami project limits was omitted, since soil borings are being gathered under the City of Miami project nearby the segment's proximity. Task 1.3 Engineering Design Services • General Project Management related activities for Design • Attendance to Kickoff meeting and preparation of draft and final Meeting Minutes. • Site/Field visits Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. • Utility Coordination as this project will impact the Public Right of Way • Coordination with recent and future projects that share this Public Right of Way to avoid conflicts and repetitious construction. • Gather and review background information and as-builts pertinent to existing utilities in the Public Right- of -Way • Review and verification of all information provided by the Department such as Geotechnical Report • Identification of Utility Conflicts and Documented Information on the Monthly Utility / Agency / Municipality Tracking Sheet with corresponding backup Information. Sunshine 811 Design Ticket should be provided as backup. • Identification of Pavement Repair or Pavement Reconstruction Requirements as this design shall impact the Public Right of Way • Identification of Municipal Jurisdiction's Special Requirements. • Gather and review background information and as-built's. • Investigate and develop index and mapping of potential contamination sites. • Maintenance of Traffic (MOT) will be provided by the City of Miami Roadway Improvement Project B- 183610. However minor adjustment to the MOT may be necessary for the installation of the water main. • Project Schedule Update in Microsoft Project • Development of Complete Engineering Plans • Preliminary Opinion of Probable Construction Cost • Contract and Bid Documents (Front -End Documents and Construction Specifications) Prepare and submit progress drawings and documents for the City of Miami and M-D WASD review and approval as follows: a) 30% submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as requested Ribbeck Engineering, Inc. will provide: • Two (2) copies of 11" x 17" Design Plans (Scale 1":40') • Two (2) copy of technical specification's table of content, • Two (2) copies of preliminary Opinion of Probable Construction Cost • CD or Memory Stick with design drawings in Auto Cad and pdf format, specs in word, excel and pdf format, and draft and final meeting minutes. • Ribbeck Engineering, Inc. will schedule a Design Review Workshop with MD WASD PM and Stakeholders to discuss all review comments of the 30% Submittal. b) 60% submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as requested Ribbeck Engineering, Inc. will provide: Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. • Two (2) copies of 11" x 17" Design Plans (Scale 1":40') • Two (2) copy of technical specification's table of content, • Two (2) copies of preliminary Opinion of Probable Construction Cost, • CD or Memory Stick with design drawings in Auto Cad and pdf format, specs in word, excel and pdf format, and draft and final meeting minutes. • Ribbeck Engineering, Inc. will schedule a Design Review Workshop with MD WASD PM and Stakeholders to discuss all review comments of the 60% Submittal. c) Permit submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as required by the permitting agencies Ribbeck Engineering, Inc. will provide: • Eight (8) copies of 11" x 17" Design Plans (Scale 1":40'), signed and sealed • Two (2) copies of technical specifications, signed and sealed • Completed permit applications for each agency signed and sealed by Ribbeck Engineering, Inc.'s Engineer of Record (EOR) • Tracking sheet with dates of submittal of each application and approval or comments from the corresponding agency • CD or Memory Stick with design drawings in Auto Cad and pdf format, specs in word, excel and pdf format, and draft and final meeting minutes. d) 100% Submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as requested Ribbeck Engineering, Inc. will provide: • Five (5) copies of 11" x 17" Approved Design Plans (Scale 1":40') • Five (5) copies of technical specifications, one original (not bound) • Two (2) copies of the Final Opinion of Probable Construction Cost. TASK 2 — Limited Procurement Support Services a) Coordinate and respond to questions and issue addenda b) Prepare for and attend a Pre -bid project briefing c) Provide technical support to WASD PM during preparation of recommendation for apparent low bidder d) Provide input and assistance during contract award process. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. TASK 3 — Limited Construction Support Services a) Attend pre -construction meeting b) Periodic site inspections c) Shop drawing review d) Attend construction meetings e) Respond to RFI's f) Assist in field changes. Review and recommend approval to change order requests. Request and review WASD CM/Inspector Construction progress reports with pictures and any relevant information pertaining to the project to certify the project. h) Conduct site visits to certify the project to observe on -going construction and any test that are necessary for pipe certification. As the Engineer of record, provide sign and seal permit applications for Project's Certification of Construction forms per Florida Department of health requirements for acceptance to placement of water main in operation. i) Review project record drawings (As -Built) j) Final Certification of the Project. g) GENERAL REQUIREMENTS • The guidelines are mainly for Design -Bid -Build method. Design -Build projects, JPA, MOU/MAU projects and In-house construction projects may have different requirements. • All submittal documents shall be in PDF and original electronic file formats, such as Microsoft Word, Excel and Microsoft Project, AutoCAD Drawing. All electronic files shall have meaningful names and saved on one (1) CD or USB drive. • Tasks may be various by names or numbers, but Tasks should be associated to Project Schedules and be measurable. • The TA total fee should be within a reasonable range for similar project costs. • Design consultants shall follow the current WASD Standards and Details posted on the internet: http://www.miamidade.gov/water/design-construction-standards.asp ASSUMPTIONS/CLARIFICATIONS The following assumptions/exclusions were made during preparation of the proposed Scope of Work and Fee Proposal and are included below for clarification: 1. Topographic survey will be completed on FL State Plane Coordinate System, East Zone, NAD83 and provided in electronic format compatible with AutoCAD 2017. (Topographic Survey will comply with MD- WASD requirements) 2. All drawings will be prepared using AutoCAD 2017. 3. City of Miami Project B-183610 will provide the Geotechnical Report Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. 4. WASD and/or the City of Miami will prepare and provide to Design Consultant complete front-end General Specifications, specifically project Bidding and Contracting Requirements. 5. Public involvement services are not required to be provided by the Design Consultant. 6. Permit fees shall be paid by WASD. 7. Attendance of the Design Consultant at regularly scheduled construction meetings will be limited. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant shall submit the Deliverables and perform the Work as depicted in the tables below Task or Activity ID # Task Name and/or Activity Description Duration (weeks) Projected Start Date Projected Finish Date* 1.1 Topographical Survey 6 NTP NTP + 6 weeks 1.1a Soft Digs Coordination (30 soft digs) 6 NTP NTP + 6 weeks 1.2 Geotechnical Investigation 4 NTP + 6 weeks NTP + 10 weeks la 30% Design Submittal. 16 NTP + 4 weeks NTP + 20 weeks 1b 60% Design Submittal 16 NTP + 20 weeks NTP + 32 weeks lc Permit Package 24 NTP + 32 weeks NTP + 56 weeks ld 100% Design Submittal 12 NTP + 56 weeks NTP + 60 weeks 2 Limited Procurement Support Services TBD TBD TBD 3 Limited Construction Support Services TBD TBD During Construction An updated schedule, indicating actual delivery dates, based on the listed durations, will be provided to the City upon receipt of NTP. The above durations include 3 weeks duration for review time by the City between each submittal. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of Two hundred ninety-eight thousand twenty-eight dollars and ninety-three cents ($298,028.93). 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 $0.00. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 RIBBECK `Engineering, Inc. SUMMARY OF COMPENSATION Task or Activity ID # Task Name and/or Activity Description Fee Amount Fee Basis 1.1 Topographical Survey (WGI) $5,930.08 Lump Sum 1.1a Soft Dig Coordination $3,364.00 Lump Sum 30 Soft Digs (WGI) $32,324.10 Lump Sum 1.2 Geotechnical Investigation $0.00 Lump Sum 1.3a 30% Design Submittal. $50,027.90 Lump Sum 1.3b 60% Design Submittal $100, 572.00 Lump Sum 1.3c Permit Submittal $44,552.70 Lump Sum 1.3d 100% Design Submittal $33,524.00 Lump Sum 2 Limited Procurement Support Services $6,419.15 Lump Sum 3 Limited Construction Support Services $21,315.00 Lump Sum TOTAL AMOUNT $298,028.93 Lump Sum Note: Compensation should match the Task, Activities, and/or Deliverables identified. ALLOWANCE FOR ADDITIONAL SERVICES VI. ALLOWANCE FOR 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. VII. PERMIT FEES Permit fees have not been included under this estimate. Once the permits have been submitted, the CONSULTANT will provide the amounts that need to be paid for the permitting processing and fee. The CITY will issue checks for the required amounts. VIII. DATA PROVIDED BY CITY CITY shall provide the CONSULTANT if available: • City of Miami Storm Atlas Maps • City of Miami Underground Maps • City of Miami Municipal Maps • Resident complaints within project area • NPDES complaints within project area • Environmental Contamination Reports, it available. Ribbeck Engineering, Inc. 1 14335 SW 120th ST, Suite 205 Miami, Florida 33186 1 (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 VIIII. PROJECT MANAGER CONSULTANT'S Project Manager for this contract will be Carlos Ribbeck, PE. Submitted by: Carlos R. beck, Ribbeck Engineering, Inc. Reviewed and approval in concept recommended by: Achmed Valdes, Project Manager Capital Improvements and Transportation Department. RIBBECK `Engineering, Inc. Ribbeck Engineering, Inc. 114335 SW 120th ST, Suite 205 Miami, Florida 33186 I (305) 383-5909 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit A — WASD Water Betterments Docusion Envelope ID: F11 CF241-OBD4-4274-B124-26413D472764 GM RED OU 1342 LF 2"CIAge 86 �nn ffal 1405 LF 2" Age 86 Gal 07 GI7xxa:ao)c5u 5K7E0@UOU O 1530 LF I 2"CIAge 86 G0 7 a3U11 13E1 M71107 13371.40g7 GT27 KM 07 MIEnma 1/41 iti pAgT 680 LF 2"CIAge 68 O CUED (50 r C1 231tD 01 330 LF 4" Tyton Age 59 1117@TM 07 GM Mai QV G7 'emu g4 GM WEN Og GM Mal c57 O PROPOSED GRAVITY WELL — PROPOSED EXFILTRATION PROPOSED DRAINAGE/ROADWAY IMPROVEMENT PROJECT BOUNDARY Allapattah Flood Improvements 0 250 500 1,000 Feet CITY COMMISSION DISTRICT 1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit B — Fee Proposal Prime Consultant Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: City of Miami Allapatah Neighborhood Improvements Project No.: RFQ-23-24-004 Description: Consultant Name: Ribbeck Engineering, Inc. Contract No.: Date: 7/2/2024 Estimator: Hans Ribbeck, P.E. Engineer Ribbeck, PE $79.00 Senior Maher Rate: STAFF CLASSIFICATION Engineering Intern Javier Veliz, El Rate: $40.00 Designer Luis Rate: Job Classification Staff Applicable Rate Project Manager Carlos Ribbeck, PE Rate: $70.00 Chief Hans Rate: Engineer Maaliki, PE $78.00 Senior Engineer Francis Mitchell, PE Rate: $70.00 Project Engineer Johanna Ribbeck, PE Rate: $76.50 Rodriguez $44.00 Designer Martin Arteaga Rate: $39.00 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 hours Cost/Activity Man hours Cost/Activity 1 Design Engineering Services 1.1 Survey Services 1.2 Soft Dig Coordination 5 $390 5 $350 5 $200 5 $220 20 $1,160 $58.00 1.2 Geotechnical Investigation a. 30% Submittal 30 $2,100 30 $2,370 30 $2,340 30 $2,100 30 $2,295 64 $2,560 42 $1,848 42 $1,638 298 $17,251 $57.89 b. 60% Submittal 60 $4,200 60 $4,740 60 $4,680 60 $4,200 60 $4,590 120 $4,800 90 $3,960 90 $3,510 600 $34,680 $57.80 c. Permitting Pakage Submittal 28 $1,960 28 $2,212 28 $2,184 28 $1,960 28 $2,142 50 $2,000 35 $1,540 35 $1,365 260 $15,363 $59.09 d. 100% Submittal 20 $1,400 20 $1,580 20 $1,560 20 $1,400 20 $1,530 40 $1,600 30 $1,320 30 $1,170 200 $11,560 $57.80 2 Limited Procurement Support Services 4 $280 4 $316 3 $234 3 $210 3 $230 7 $280 8 $352 8 $312 40 $2,214 $55.34 3 Limited Construction Support Services 14 $980 14 $1,106 14 $1,092 14 $980 12 $918 30 $1,200 24 $1,056 24 $936 134 $7,350 $54.85 Total Staff Hours 156 156 160 160 153 316 234 229 1,552 Total Staff Cost $10,920.00 $12,324.00 $12,480.00 $11,200.00 $11,704.50 $12,640.00 $10,296.00 $8,931.00 $89,577.50 $57.72 Total % of Work by Position 10.1% 10.1% 10.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 10.3% 9.9% 20.4% 15.1% 14.8% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): WGI Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Additional Services (Allowance) Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: WGI (SUE - 30 test holes - cost per test hole $1,077.47) $259,774.75 $259,774.75 $5,930.08 $265,704.83 $32,324.10 $298,028.93 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit C — Fee Proposal WGI (Survey) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/24/2024 Estimator: Roberto Mantecon Job Classification Principal Surveyor Staff Roberto Mantecon Applicable Rate Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 STAFF CLASSIFICATION Project Surveyor irvey/GIS/SUE Analys 4-person crew Pablo Dominguez Edgardo Azabache Survey crew Rate: $44.00 Rate: $41.84 Rate: $270.00 Position 6 Rate: name Rate: Position 7 name Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 1 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 Survey 1 $79 2 $137 2 $88 6 $251 11 $555 $50.47 Total Staff Hours 1 2 2 6 11 Total Staff Cost $79.00 $137.16 $88.00 $251.04 $555.20 $50.47 Total % of Work by Position 9.1% 18.2% 18.2% ESTIMATE OF SURVEY CREW COSTS 1 3 - man Survey Crew: 2 crew days at $2,160.00 / day = $ 4,320.00 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 Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 54.5% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $1,610.08 $1,610.08 $ 4,320.00 $5,930.08 $5,930.08 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 27. Survey Estimator: Allpatah Neigbohood NW 14th Ave 999999-1-32-01 Representing Print Name Signature / Date FDOT District Consultant Name NOTE: Signature Block is optional, per District preference Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 27.1 Horizontal Project Control (HPC) Establish primary control at 1000 ft plus or minus. Time included for putting in place primary control monument on site, effort to perform ground traverse on Primary Control point. Establish horizontal location for a maximum of 30 points and 30 Secondary Control points as necessary with GPS RTK methods with double base occupancy or conventional survey if location is not suitable for GPS. 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 0.18 0.18 2.00 0.36 Interstate Mile 0.00 0.00 0.00 27.2 Vertical PC / Bench Line Establish Vertical value for primary and secondary Control points as necessary. Approximate Bench run length: 6 Miles, only for primary control 2-Lane Roadway Mile 0.00 0.00 0.00 Multi -lane Roadway Mile 0.08 0.08 2.00 0.16 Interstate Mile 0.00 0.00 0.00 27.3 Alignment and Existing R/W Lines Mile 0.18 1.00 0.18 5.00 0.90 27.6 Topography/DTM (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data with sufficient density for the purpose of a digital terrain model (DTM) survey. Collect all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. Delivery of all appropriate electronic files. Mile 0.69 1.38 6.00 4.14 27.7 Planimetric (2D) Mile 0.00 0.00 0.00 27.8 Roadway Cross-Sections/Profiles Perform field survey check sections or profiles to verify the required accuracy of the digital terrain model and / or to determine existing cross slope. Includes analysis and processing of all field collected data for comparison with DTM. Includes delivery of all appropriate electronic files. Mile 0.30 0.04 0.04 2.00 0.07 27.9 Side Street Surveys Mile Units/Day 0.00 0.00 0.00 27.12 Drainage Survey Allpatah NW 14th Ave _Survey Proposal 6-22-24.xlsx 27. Survey Page 1 of 3 6/24/2024 Docusign Envelope ID: F11CF241-OBD4-4274-B124-26413D472764 27. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments EA 16.00 0.50 0.25 1.00 27.19 Sectional / Grant Survey Corner 0.00 0.00 0.00 Mile 0.00 0.00 0.00 27.20 Subdivision Location Block 0.00 0.00 0.00 Mile 0.00 27.27 Work Zone Safety Provide work zone safety as required by the department on heavy urban setting 0.125 0.21 27.28 Vegetation Survey LS 0 27.29 Tree Survey LS 0 27.30 Miscellaneous Surveys 0.00 0.00 0.00 Survey Subtotal Crew Days 2 Field Support Hours 2 Office Support Hours 7 27.31 Supplemental Surveys THE % FOR SUPPLEMENTAL WILL BE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN WRITING BY THE DISTRICT SURVEYOR 2 0 0 0 27.32 Document Research Units 0 27.33 Field Reviews Units 0 27.34 Technical Meetings LS 1.00 1 27.35 Quality Assurance / Quality Control LS 5% 0 Supervision LS 127.36 5% 0 Allpatah NW 14th Ave _Survey Proposal 6-22-24.xlsx 27. Survey Page 2 of 3 6/24/2024 Docusign Envelope ID: F11CF241-OBD4-4274-B124-26413D472764 27. Survey Task No. Task Units No of Units Field Crew Days/Unit Crew Days Field Support Hours / Crew Days Field Support Hours Office Support Hours / Crew Days Office Support Hours Comments 27.37 Coordination LS 3% 0 27. Survey Total Crew Days 2 Field Support Hours 2 Office Support Hours 8 SPLS = PLS = Office Support = Total Hours = 11 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Comments Kickoff Meeting with FDOT EA 1 1 1 2 Baseline Approval Review EA 0 0 0 0 Network Control Review EA 0 0 0 0 Vertical Control Review EA 0 0 0 0 Local Governments (cities, counties) EA 0 0 0 0 Final Submittal Review EA 0 0 0 0 Other Meetings EA 0 0 0 0 Subtotal Technical Meetings 1 Subtotal PM Meetings 2 Progress Meetings (if required by FDOT) EA 0 0 0 ** - - Phase Review Meetings EA 0 0 0 ** - - Total Meetings 1 Total PM Mtgs (carries to Tab 3) 2 Canes to 27.34 ** Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3 Carries to Tab 3 Allpatah NW 14th Ave _Survey Proposal 6-22-24.xlsx 27. Survey Page 3 of 3 6/24/2024 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI® June 22, 2024 Hans Ribbeck, PE Ribbeck Engineering, Inc. 14335 S.W. 120 Street, Suite 205 Miami, FL 33186 hr@ribbeck.com Subject: Allapattah NW 14th ave - Survey Proposal Dear Mr. Ribbeck, WGI, Inc. (WGI) is pleased to provide this proposal to Ribbeck Engineering, Inc. for professional services on the above -referenced project. We understand that the purpose of this survey will be to support planning and engineering design services. Our scope of services and corresponding fees are detailed below. In addition, it is agreed that WGI's services will be performed pursuant to WGI's "Contract Terms and Conditions," which are enclosed and incorporated into this proposal. I. Project Understanding WGI will perform a topographic survey for NW 14th Avenue for 610 Linear feet (0.12 Miles) plus or minus for water line improvements all within the Allapattah Neighborhood, as shown in the Survey Limits, Figure 1 depicted below. Survey Limits, Figure 1: Limits of survey for NW 14th St 11410 NW 20th St., Suite 101, Miami, FL 33172 t: 305.553.0500 f: 305.553.0501 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 22, 2024 Page 2 of 13 II. Topographic Survey Lump Sum Fee $5,930.08 1. Prepare a topographic survey of the limits as shown above in accordance with Rule 5J-17, Florida Administrative Code, pursuant to Chapter 472.027 of the Florida Statutes. 2. Perform field recovery of horizontal and vertical survey control as required to meet the project objective. Review underlying plats, right of way maps, City Atlas sheets, deeds, and other documents of record to determine the location of blocks and right of ways. 4. The survey will consist of general ground elevation shots and grade breaks with intervals not to exceed twenty-five feet within project limits. Cross-section information shall be shown at twenty- five feet intervals along the roadways, including the width of the sidewalks, sod swales, etc. 5. The topographic survey project limits will include: a. Visible and attainable fixed improvements and utilities unless otherwise noted. The survey must also include information on any overhead utility. b. Lot boundaries and dimensions, property addresses, survey and plat book references, easements, corner radii, curve information (radius, point of curvature, point of tangency, arch length) c. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and type, if attainable within the limits of survey. (i.e. manholes, inlets, pipe materials, diameters, and cardinal orientation of pipe (N/S/E/W/NW/NE/SW/SE); size/diameter of drainage structures, location of baffles and/or tidal backflow prevention valves. d. Locate existing driveways within the limits of the survey and identify type of driveway pavement (i.e. asphalt, concrete, pavers, etc.). Pavement markings, specialty crosswalks and material (stamped, painted, etc.),edge of pavement, pavement width and material (i.e. asphalt, concrete, etc.), sidewalks and driveways, sidewalk width and materials (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), driveway approaches width and material (i.e. concrete, pavers, stamped concrete, stamped asphalt, etc.), pedestrian ramps, fences, walls, curb and gutter, landscape materials (i.e. shade tree, palm, shrub, sod, misc. ground cover, etc.), swales and swale surface material (i.e. grass, gravel, sod, asphalt, concrete, etc.), above ground utilities (poles, lights, cabinets, fire hydrants, valves, meters, handholes, wires, etc.), type and height of walls, fences overhead wires (horizontal and vertical location). e. Isolated trees with four inches and larger caliper measured at breast height. f. Survey station to be set from south to north and from west to east. g. Stationing shall be tied to monument lines. h. The survey shall include the entire right-of-way width and five feet beyond the right-of-way, when possible. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 22, 2024 Page 3 of 13 i. Survey shall be prepared and provided in accordance with City of Miami Survey Standards Title Block per RPW Template and including Drawing Creation Date, Date of Survey Field Data Collection, PLS Information (Name, License No., Date of Signature), Survey Company/Consultant Company/Business Information (Company Name, Address, Phone Number, FL Certification No.) k. Cross-section elevations at approximately one hundred (100') foot stations of the applicable above -ground features, such as: • The centerline of the roadway • Edge of pavement • Top of shoulder • Bottom of shoulder • The centerline of swale • Gutter • Top of the curb • Front/back of the sidewalk. • Right-of-way line • Low and high points • Median openings • Any abrupt changes in grades are immediately beyond the limits of the project. III. The topographic survey will not include: 1. Subsurface foundations of structures or subsurface utility designations. 2. Storm and Sanitary Sewer inverts of recessed or debris filled structures. 3. Inverts from structures outside of the survey boundary limits. 4. Tree tagging and tree inventory. 5. Location of Geotech borings. 6. Temporary features such as a trailer, movable barriers/fences, solar lighting, etc. 7. Inverts from sanitary structures. IV. Deliverables Deliverable will be a complete Topographic Survey of the delimited area, in one (1) single CAD file. One (1) 24" x 36" digitally signed and sealed pdf copy. All deliverables will be in accordance with CITY OF MIAMI STANDARDS & REQUIREMENTS FOR TOPOGRAPHIC SURVEY. To be completed in 24 working weeks from Notice to Proceed, weather permitting and excluding holidays. Other deliverables will include: • Survey in MicroStation format • DTM WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 22, 2024 Page 4 of 13 QUALIFICATIONS 1. ELEVATIONS. CONTROL AND ACCURACY: Elevations will be acquired and will be based on the North American Vertical Datum of 88 (NAVD88). Accuracies will be to 1/10 foot for natural ground and 1/100 foot for hardscape surfaces. 2. HORIZONTAL CONTROL: Horizontal locations of boundaries and topographic features will be referenced to the North American Datum of 1983 (NAD83) 2011 adjustment, State Plane Coordinate System for the East Zone of Florida. 3. Access to the subject project shall be granted upon prior notice if restricted, gated, and/or locked. If the surveyor is not allowed on site to perform the above survey services after access has been coordinated, the CLIENT shall be invoiced at the hourly rates quoted on WASD current fee schedule. 4. Utility records research and the evaluation of is not included in this proposal. 5. Research and/or abstracting for title or encumbrances will not be performed by WGI. 6. The CLIENT will be responsible for the excavation to expose inverts of discharge pipes. 7. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 8. Inverts will not be measured if lane closures are required to perform work due to permits and/or safety. 9. Off duty police are not included. LEFT BLANK INTENTIONALLY WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 22, 2024 Page 5 of 13 PROPOSAL ACCEPTANCE We appreciate the opportunity to be of service to Ribbeck Engineering Inc. Upon acceptance of this proposal, along with the attached Contract Terms and Conditions and our current Fee Schedule, please sign and return an executed copy to this office. Please note that the Contract Terms and Conditions are an integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties expressly waive them in writing prior to commencement of work. By executing this Proposal, CLIENT expressly agrees to be bound by the Contract Terms and Conditions and the enclosed Fee Schedule. Whether this proposal is executed or not, the ordering of, acceptance of, or reliance on services performed by WGI constitutes acceptance of the attached Contract Terms and Conditions. Respectfully submitted, WGI, Inc. Roberto Mantecon, PSM Senior Operations Manager Eric Matthew, PSM Senior Operations Manager CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above, and is legally valid, active, and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. AUTHORIZATION FOR CREDIT CHECK: By signing this Proposal, I hereby authorize WGI to conduct a credit check or obtain a credit report with respect to CLIENT (as identified in this Proposal) for purposes of WGI providing services to CLIENT. Corporate Representative: Name (Printed) This Proposal accepted this day of , 2024 By Name (Signature) Ribbeck Engineering, Inc. WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Hans Ribbeck, PE June 22, 2024 Page 6 of 13 Please provide the following billing information: Name / Company Name Billing Address City State Zip Contact Name Email Address Phone Number Fax Number Enc.: WGI, Inc. Contract Terms and Conditions, Fee Schedule LEFT BLANK INTENTIONALLY WGI. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI, WGI, INC. CONTRACT TERMS AND CONDITIONS JUNE 2020 1. Performance: WGI, Inc.'s ("WGI") services pursuant to this Agreement ("Services")will be performed in a manner consistent with that degree of skill and care ordinarily exercised by members of the same profession currently practicing under similar circumstances in the same geographic area. No other warranties, expressed or implied, are made with respect to WGI's performance of Services. WGI is not a guarantor of the Project for which its Services are directed, and its responsibility is limited to work performed for the Client. WGI is not responsible for the acts or omissions of the Client, nor third parties not under its direct control. The Client's acceptance of WGI's services constitutes acceptance of these Terms and Conditions. 2. Billing/Payments: Invoices for WGI's Services and reimbursable expenses shall be submitted on a monthly basis. Payment shall be due on the date each invoice is received and shall be deemed delinquent 30 calendar days after issuance. Delinquent invoices shall accrue interest on the balance due at a rate of 18% per annum, or the highest interest rate allowable by law. Outstanding invoices delinquent beyond 45 calendar days may at WGI's election be deemed a notice to stop performance under this contract, and WGI may in that event suspend its Services until the invoice is paid, with no liability to WGI. Client shall make payment in full at or before delivery to Client of any reports, plans, record drawing, or certifications prepared under this Agreement. All attorneys' fees, court costs and/or expenses associated with collection of past due invoices will be paid by Client, whether or not suit is filed. The Client's failure to timely pay any WGI invoice within 45 calendar days of issuance shall constitute a waiver of any and all claims against WGI. Retainers shall be credited on WGI's final invoice. 3. Fees: WGI's fees for its Services are set forth in WGI's Fee Schedule, which is attached as a separate exhibit to this Agreement or has otherwise been provided to Client. WGI's fees reflected in this Agreement exclude testing, permit fees, reproduction costs, and any service not reflected in this Agreement. All fees for Services are based on a one-time performance only. Additional Services and/or changes in service, whether field or office, shall be performed only after authorization by Client. Fees for changes and/or additional services are not included in this Agreement and shall be invoiced at the hourly rates quoted on WGI's then -current Fee Schedule. 4. Reimbursable Expenses: Direct costs including, without limitation, prints, copies, long distance phone calls, mileage, airfare, per diem, delivery service, etc., are not included in the above fees but shall be billed as Reimbursable Expenses at the rates set forth in WGI's then -current Fee Schedule. 5. Cost Estimates: Client hereby acknowledges that WGI has no control over the cost of labor or materials, contractors' methods of determining bid prices, or control over competitive bidding, market, or negotiating conditions. Thus, WGI cannot and does not warrant that estimates of probable construction or operating costs prepared or provided by WGI will not vary from actual costs incurred by Client. Client expressly agrees that WGI shall have no liability for any failure of bids or actual construction or operating costs to comply with Client's budget or WGI's cost estimates. 6. Storage: Material samples not consumed in the performance of WGI's Services may be discarded 30 days after submission of the test report unless Client requests other disposition. After notification to Client, WGI may charge Client for extended storage of materials, records, or equipment. 7. Indemnification: Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the Services, except to the extent that any such claim, damage, loss, or expense is caused by the negligent act, omission, and/or strict liability of WGI. 8. Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor WGI, their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected in any way to the Project, WGI's Services, or this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of financing, loss of business, loss of income, loss of reputation, interest expenses, and any other consequential damages that either party may have incurred from any cause of action including 11410 Nurtiivvest 20th Street, Suite il'i, rvu rt�i, t 33i /2 30b.j63.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 8 negligence, strict liability, breach of contract and breach of strict or implied warranty. Both Client and WGI shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this Project. 9. Hazardous Materials: Unless specifically and expressly set forth in WGI's scope of services under this Agreement, and only to the extent set forth therein, WGI shall have no responsibility for the discovery, presence, handling, removal, or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. WGI's Services expressly exclude any Services for Client involving or related in any manner to hazardous substances, and Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or in any way related to the presence, discharge, release, or escape or contaminants or hazardous substance of any kind, or environmental liability of any nature, in any manner related to WGI's Services under this Agreement. 10. LIMITATION OF LIABILITY: In recognition of the relative risks and benefits of the project to both Client and WGI, the risks have been allocated such that Client agrees, to the fullest extent permitted by law, to limit the liability of WGI and its officers, directors, partners, employees, shareholders, owners, and subconsultants for any and all claims, losses, costs, and damages of any nature whatsoever whether arising from breach of contract, negligence, or other common law or statutory theory of recovery, or claims expenses from any cause or causes, including attorney's fees and costs, so that the total aggregate liability of WGI and its officers, directors, partners, employees, shareholders, owners and subconsultants shall not exceed $50,000.00, or the total amount of the fee actually paid to WGI for its Services performed under this Agreement, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law, including but not limited to negligence, breach of contract, or any other claim whether in tort, contract, or equity. In the event Client is unwilling or unable to limit liability in accordance with the provisions set forth in this section, Client may, upon written request of Client and received by WGI within five days of Client's acceptance hereof, increase the limit of liability to a maximum of $1,000,000.00 by agreeing to pay WGI a sum equivalent to an additional amount of 10% of the total fee, or $10,000.00, whichever is greater, to be charged for WGI's Services. In the event professional fees increase during the Project, Client agrees to pay an additional 10% of said increase for the aforementioned higher limits on liability. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. In any event, attorney's fees and costs expended by WGI in connection with any claim shall reduce the amount available, and only one such amount will apply to any Project. If any of the above provisions of this section is/are deemed invalid or unenforceable for any reason, the limit of liability shall not exceed the available policy limits of any insurance policy providing coverage for WGI's Services on the Project. The provisions of this section shall inure to the benefit of WGI's officers, directors, partners, employees, shareholders, owners, and subconsultants, which shall be considered third -party beneficiaries for the purposes of this section. The provisions of this section shall survive the termination of this Agreement. 11. Termination of Services: Except in situations involving default for non-payment by Client to WGI, in the event of any default arising under this Agreement, the defaulting party shall be entitled to receive written notice specifying the default and the actions to be taken to cure the default. The party receiving the notice of default shall have 7 business days from the date of receipt of the notice to cure the specified default. In the event that the party fails to cure the specified default, the adverse party may declare a breach of this Agreement and terminate this Agreement upon serving a written notice of termination. In the event of such termination, Client shall pay WGI in full for all Services rendered up to the time of termination. 12. Events of Default: Client shall be in default under this Agreement if it (i) fails to pay in full any invoice from WGI on the due date or fails to make any other payment due to WGI under this Agreement, (ii) fails to observe or perform any other term, condition or covenant under this Agreement, (iii) breaches any warranty or representation made under this Agreement, (iv) dissolves, terminates or liquidates its business, or its business fails or its legal existence is terminated or suspected, (v) commences any voluntary or involuntary bankruptcy, reorganization, insolvency receivership, or other similar proceeding is commenced by or against Client, (vi) fails to work with WGI in good faith and fair dealing under this Agreement, or (vii) becomes insolvent, makes an assignment for the benefit of creditors, or coveys substantially all of its assets. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 9 13. Suspension of Services: If the Project is suspended for more than thirty (30) calendar days in the aggregate, WGI shall be compensated for Services performed and charges incurred prior to such suspension and, upon resumption of services, WGI shall be entitled to an equitable adjustment in fees to accommodate the resulting demobilization and re -mobilization costs. In addition, WGI shall be entitled to an equitable adjustment in the Project schedule based on the delay caused by the suspension. If the Project is suspended for more than ninety (90) calendar days in the aggregate, WGI may, at its option, terminate this Agreement upon giving notice in writing to Client. 14. Ownership of Instruments of Service: All plans, data, reports, drawings, specifications, maps, surveys, ideas, scripts, sketches, designs, CAD files, field data, notes, Digital Data files, and other documents and instruments prepared by WGI or its subconsultants, whether such work product is tangible or intangible ("Instruments of Service") shall remain the sole and exclusive property of WGI until such time as Client makes full and final payment to WGI pursuant to the terms set forth in this Agreement, and until such time, Client shall not use, deliver, solicit, transmit, or otherwise employ the Instruments of Service, whether directly or indirectly, by any means or manner. Client understands that changes or modifications to the documents made by anyone other than WGI may result in adverse consequences which WGI can neither predict nor control. Therefore, Client agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless WGI from and against all claims, liabilities, losses, damages, and costs (including reasonable attorney's fees) arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by Client or others of the documents provided by WGI under this Agreement. If documents are provided to Client, Client's contractor, or Client's other consultants by WGI in electronic media, such as CAD files or other native format, Client agrees that this is solely as a convenience, and may not be relied on in the same manner as the signed, sealed documents; nor are such electronic files represented to be accurate and faithful representations of the signed, sealed documents. WGI makes no representations or warranties regarding the accuracy, completeness, or readability of information contained in electronic media files. 15. Digital Data Files: It is expressly understood that CADD and BIM files, and other electronic files ("Digital Data files") are issued only as supplemental information for convenience to the Client, contractor, or other authorized user. Digital Data files, like any electronic data, transferred in any manner or translated from the system and format used by WGI to another system or format are subject to errors and modifications that may affect the accuracy and reliability of the data, and, in addition, such electronic data may be altered or corrupted, whether inadvertently or otherwise. As a result, WGI makes no representations or warranties, whether expressed or implied, as to the accuracy of any Digital Data files. The accuracy of Digital Data files cannot be warranted or guaranteed, and any such files provided by WGI to Client or any other party will be issued solely as a convenience and courtesy. Digital Data files are not contract documents, and shall not be relied upon, or used for construction or staking. Any use of the information obtained or derived from Digital Data files will be at Client's, or other receiving party's or user's sole risk, and Client hereby waives and releases any and all claims against WGI arising from or relating to the use of or reliance upon Digital Data files. To the extent any differences, discrepancies, or conflicts exist between the Digital Data files and the contract documents, the contract documents shall control. 16. Successors and Assigns: Client shall not assign, sublet, or transfer any rights under or interest in this Agreement without the prior written consent of WGI. Except where specifically stated otherwise in this Agreement, nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client or WGI. 17. Third Parties: Except as expressly provided herein, nothing in this Agreement shall confer any right, remedy, or claim upon any person or entity not a signatory to this Agreement. 18. Corporate Protection: WGI's performance of Services under this Agreement shall not subject WGI's individual employees, officers, or directors to any personal legal exposure for the risks associated with this Project. Therefore, and notwithstanding anything to the contrary contained herein, Client agrees that as Client's sole and exclusive remedy, any claim, demand, or suit shall be directed and/or asserted only against WGI, and not against any of WGI's employees, shareholders, officers, or directors. 19. Severability and Survival: If any term of this Agreement is to any extent held to be invalid or unenforceable, then such term shall be excluded to the extent of such invalidity or unenforceability, and all other terms hereof shall remain in full force and effect. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between Client and WGI shall survive the completion of WGI's Services hereunder and the termination of this Agreement. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 10 20. Merger and Amendment: This Agreement constitutes the entire agreement between WGI and Client, and all negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both WGI and Client. 21. Applicable Law and Venue: Unless otherwise specified, this Agreement shall be governed by the laws of the State of Florida. Venue for all disputes between the Parties arising from or relating to this Agreement shall lie exclusively in a court of competent jurisdiction in Palm Beach County, Florida. 22. Mediation: All disputes between the Parties arising out of or relating to this Agreement, with the exception of WGI seeking payment from Client for services rendered, shall be submitted to non -binding mediation as a condition precedent to litigation, unless the Parties mutually agree otherwise in writing. 23. Statute of Limitations and Repose: Any applicable statute of limitations or repose shall commence to run and any cause of action shall be deemed to have accrued on the date WGI's drawings are sealed, but in any event not later than the date of substantial completion of the project for which WGI's services are provided. 24. Force Majeure: WGI shall not be liable for any damages or delays in rendering its Services arising from acts of God, epidemics, pandemics, quarantine restrictions, strikes, labor disputes, civil unrest or disturbances, acts of terrorism or war, abnormal weather conditions, or any other cause beyond WGI's reasonable control. 25. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE. THE FOLLOWING TERMS AND CONDITIONS SHALL ALSO APPLY FOR ALL PROJECTS INVOLVING CONSTRUCTION -RELATED SERVICES 26. Construction Administration: WGI's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the initial Contract for Construction and terminates at the earlier of the issuance to the Client of the final Certificate for Payment or 60 days after the date of Substantial Completion of the Work. WGI will provide administration of the Contract for Construction as set forth below and in the General Conditions of the Contract for Construction. 27. Construction Observation: WGI, as a representative of the Client, will visit the site at intervals appropriate to the stage of the Contractor's operations, (1) to become generally familiar with and to keep the Client informed about the progress and quality of the portion of the work relating to WGI's scope, (2) to endeavor to advise Client of defects and deficiencies in such work, and (3) to determine in general if the work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, WGI shall not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the work. WGI shall not be responsible for inspecting the Contractor's work, does not have the right to stop Contractor's work, and shall not be liable for construction defects or deficiencies. WGI's construction observation services shall not relieve Contractor of its responsibility to comply with the contract documents. 28. General Contractor's Responsibilities for Construction and Jobsite Safety: Neither the professional activities of WGI, nor the presence of WGI or its employees and subconsultants at a construction/Project site, shall impose any duty on WGI, nor relieve the Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, supervising, and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. WGI and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. Client agrees that the Contractor shall remain solely and exclusively responsible for jobsite and worker safety and agrees that this intent shall be carried out in the Clients contract with the Contractor. Client also agrees that the Contractor shall defend and indemnify the Client, WGI and WGI's 114 iu vortnwest 2u'6treet, buite -iu'i, Ivi aml, i-L i.Yl /2 3U5.553.ubuu WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 11 subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or relating to construction and jobsite safety. Client also agrees that Client, WGI and WGI's subconsultants shall be made additional insureds under the Contractor's policies of general liability insurance. 29. Property Insurance: Client agrees to procure, or cause to be procured, property insurance written on a builder's risk "all- risk" or equivalent policy form in the amount of the construction costs, comprising total value for the entire project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained until final completion of the project, or until no person or entity other than Client has an insurable interest in the project, whichever is later. This policy shall name WGI as an additional insured. The Client further agrees to waive all rights against WGI for damages that are, or could have been, covered by property insurance and such waiver of subrogation shall be effective notwithstanding any duty of indemnity, contractual or otherwise. 30. Deviations from Contract Documents: WGI will report to the Client known and observable deviations from the Contract Documents by the Contractor. However, WGI shall not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. WGI shall not have control over or charge of and shall not be responsible for the acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons or entities performing portions of the Work. 31. Certificates for Payment: WGI will review and certify the amounts due to Contractor and will issue certificates for such amounts. Such certification for payment will constitute a statement to the Client, based on WGI's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of WGI's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing is subject (1) to an evaluation of the Work for conformance with the Contract documents upon Substantial Completion, (2) to results of subsequent tests and observations, (3) to correction of minor deviations from the Contract Documents prior to completion, and (4) to specific qualifications expressed by WGI. The issuance of a Certificate of Payment shall not be a representation that WGI has (1) made exhaustive or continuous on -site observations to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 32. Rejection of Work: WGI shall have authority to recommend to Client that it reject Work that does not conform to the Contract Documents. Whenever WGI considers it necessary or advisable, WGI shall have authority to recommend to Client that it require observation or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of WGI nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of WGI to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 33. Submittals: WGI will review and approve or take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for general conformance with the design concept of the project and information provided in the Contract Documents. Contractor is responsible for full compliance with the plans, specifications, and contract documents, dimensions, quantities, and performance requirements to be confirmed and correlated at the jobsite, the furnishing of all items whether or not shown on the submittal, means, methods, and sequence of construction, quantities, coordination of the work of all trades, and related jobsite safety precautions or programs. WGI's action will be taken with such reasonable promptness as to cause no unreasonable delay in the Work or in the activities of the Client, Contractor, or separate contractors, while allowing sufficient time in WGI's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the sole responsibility of the Contractor as required by the Contract Documents. WGI's review shall not constitute approval of safety precautions or, unless otherwise specifically stated in writing by WGI, of any construction means, methods, techniques, sequences, or procedures. WGI's approval of a specific item shall not indicate approval of an assembly of which the item is a component. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 12 34. Contractor's Design Professionals: If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, WGI will specify appropriate performance and design criteria that such services must satisfy. Shop drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to WGI. WGI shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 35. Change Orders: WGI will prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by WGI for the Client's approval and execution in accordance with the Contract Documents and may authorize minor changes in the Work not involving an adjustment in the Contract sum or an extension of the Contract Time which are consistent with the intent of the Contract Documents. 36. Submittals and Final Completion: WGI will conduct observations to determine the date or dates of Substantial Completion and the date of final completion, will receive from the Contractor and forward to the Client, for the Client's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor, and will issue a final Certificate for Payment based upon a final observation indicating that the Work generally complies with the requirements of the Contract Documents. 37. Interpretations and Decisions: Interpretations and decisions of WGI will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and initial decisions, WGI will endeavor to secure faithful performance by both Client and Contractor, will not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. LEFT BLANK INTENTIONALLY 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Option 1 - Survey Proposal April 17, 2024 Page 13 Hourly Rate ENGINEERING SERV ICES Executive Engineer $370.00 Chief Engineer $360.00 Principal Engineer $335.00 Senior Project Manager $320.00 Project Manager $250.00 Senior Engineer 2 $295.00 Senior Engineer 1 $260.00 Engineer 2 $230.00 Engineer 1 $210.00 Senior Engineer Intern $160.00 Engineer Intern $145.00 Chief Designer $200.00 Senior Designer $170.00 Designer $140.00 Field Engineer $210.00 Field Inspector $155.00 BIM Designer $100.00 SURVEY SERVICES Chief Surveyor $310.00 Principal Surveyor $275.00 Senior Project Manager $225.00 Project Manager $195.00 Senior Professional Surveyor $190.00 Professional Surveyor $160.00 Certified Photogrammetrist $200.00 Senior Survey Technician $150.00 Survey Technician $125.00 SUE Technician $125.00 Field Technician $90.00 Chief Utility Coordinator $275.00 Senior Utility Coordinator $215.00 Utility Coordinator $170.00 WGI, INC. FEE SCHEDULE* EFFECTIVE DATE 10/28/2023 Hourly Rate SURVEY SERVICES CONTINUED 1 Person Field Survey Crew $125.00 2 Person Field Survey Crew $170.00 3 Person Field Survey Crew $220.00 4 Person Field Survey Crew $270.00 2 Person SUE Crew $180.00 3 Person SUE Crew $240.00 4 Person SUE Crew $290.00 5 Person SUE Crew $320.00 Laser Scan Crew $250.00 HydrographicBathymetric Crew $350.00 UAS Flight Crew $280.00 Fixed Wing Aerial Flight Crew $1,150.00 Geospatial Analyst $110.00 Geospatial Developer $150.00 PLANNING SERVICES Executive Planner $340.00 Chief Planner $280.00 Principal Planner $225.00 Senior Project Manager $215.00 Project Manager $190.00 Senior Planner $160.00 Planner $120.00 LANDSCAPE ARCHITECTURAL SERVICES Chief Landscape Architect $300.00 Principal Landscape Architect $280.00 Senior Project Manager $225.00 Project Manager $190.00 Senior Landscape Architect $235.00 Landscape Architect $200.00 Senior Designer $160.00 Designer $120.00 Entry Level Designer $110.00 Hourly Rate ENVIRONMENTAL SERVICES Executive Environmental Scientist $280.00 Principal Environmental Scientist $240.00 Senior Project Manager $215.00 Project Manager $180.00 Senior Environmental Scientist $215.00 Environmental Scientist $145.00 Environmental Technician $110.00 ARCHITECTURAL SERVICES Principal Architect $320.00 Senior Project Manager $280.00 Project Manager $230.00 Senior Architect $270.00 Project Architect $215.00 Architect $180.00 Senior Graduate Architect $160.00 Graduate Architect $130.00 OTHER PROFESSIONAL SERVICES Expert Witness $455.00 GIS Technician $120.00 Administrative Assistant $130.00 Intern $85.00 REIMBURSABLE EXPENSES Copies, Black & White (each) $0.50 Copies, Color (each) $1.00 Plots, Black & White (each) $2.00 Plots, Color (each) $16.00 Mylars (each) $74.00 Foam Core Presentation Boards (each) $8.00 All Third Party -Party Expenses Cost Plus 15% Expenses: In addition to labor, WGI, INC. bills for the following project related costs at a contractually agreed markup: printing; conference calling charges; document review, permit or recording fees paid on behalf of CLIENT; shipping; bid advertisement; specialty materials, software or equipment rental; sub -consultant fees; costs of project related employee travel including meals, lodging, airfare and miscellaneous travel costs such as tolls, parking, etc; mileage for all company -owned vehicles (trucks) will be charged at $0.85/mile; employee owned vehicles used for transportation related to the Project will be charged at the prevailing federal mileage rate allowed by the IRS at the time the travel occurs. WGI also bills for the cost of internal reproduction and the use of specialized equipment related to subsurface utility vacuum excavation, mobile scanning (LIDAR), andhydrographic surveying. .BE ADVISED THAT THIS FEE SCHEDULE IS SUBJECT TO CHANGE AS ADJUSTED BY WGI, INC. ANNUALLY. YOU WILL BE SUBJECT TO THE THEN CURRENT RATES APPLICABLE AT THE TIME OF SERVICE. 11410 Northwest 20th Street, Suite 101, Miami, FL 33172 305.553.0500 WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Exhibit D — Fee Proposal WGI (SUE) Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: WGI, INC. Contract No.: enter consultants proj. number Date: 6/24/2024 Estimator: Roberto Mantecon Job Classification Staff Applicable Rate STAFF CLASSIFICATION Principal Surveyor Roberto Mantecon Rate: $79.00 Senior Surveyor Home Alvin Santiago Rate: $68.58 Project Surveyor Pablo Dominguez Rate: $44.00 rvey/GIS/SUE Analys Edgardo Azabache Rate: $41.84 4-person crew Survey crew Rate: $270.00 Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Position 6 name Rate: Rate: Position 7 name Man hours Cost/ Activity Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 1 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 SUE QLA 5 $395 22 $1,509 32 $1,408 59 $3,312 $56.13 Total Staff Hours 5 22 32 59 Total Staff Cost $395.00 $1,508.76 $1,408.00 $3,311.76 $56.13 Total % of Work by Position 8.5% 37.3% 54.2% ESTIMATE OF SURVEY CREW COSTS 1 5 - man SUE Crew: 7.0 crew days at $2,560.00 / day = $ 17,920.00 1 3 - man GPR Crew: 2.5 crew days at $1,920.00 / day = $ 4,800.00 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. Vaccum Excabsation (ASCE 38-22 Quality Level A) Cost per test hole $1,077.47 City of Miami, C.I.P. Form 117: Created 8/24/09 - Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $9,604.10 $9,604.10 $ 22,720.00 $32,324.10 $32,324.10 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 WGI. June 22, 2024 Hans Ribbeck, PE Ribbeck Engineering, Inc. 14335 S.W. 120 Street, Suite 205 Miami, FL 33186 hr@ribbeck.com Subject: City of Miami Allapattah Neighborhood Test Holes Proposal Dear Mr. Ribbeck, WGI, Inc. (WGI) is pleased to provide this proposal to Ribbeck Engineering, Inc. for professional services on the above -referenced project. We understand that the purpose of this survey will be to support planning and engineering design services. PROJECT UNDERSTANDING WGI shall provide Subsurface Utility Engineering (SUE) services for thirty (30) Test Holes at the Allapattah Improvement project. SCOPE OF SUE SERVICES Task 1.0 — Utility Designating (ASCE 38-22 Quality Level B) 1.1 WGI proposes to provide an ASCE 38-22 Quality Level B utility investigation (designates) on existing utilities as directed by the design engineer in order to determine the horizontal alignment for QLA investigation within the project limits. 1.2 This QLB investigation includes direct induction of toneable subsurface utility facilities from surface accessible features, and 3D Ground Penetrating Radar sweep. Detected facilities will be marked with American Public Works Association (APWA) compliant colors; flags and water based paint on soft ground and washable chalk on hard surfaces. 1.3 WGI will provide Field Test Hole Data sheets with the obtainable data; location, digital photos, utility description, depth, size, type, direction, and material for each test hole;. 1.4 WGI will provide survey and location of utility test holes using network corrected GNSS surveying methods 1.5 WGI will update utility CADD file depicting the location of the test holes and corresponding utility data. 1.6 WGI will recover or set horizontal and vertical control as necessary to obtain project objectives. 1.7 WGI will perform MOT as necessary to safely complete the project objectives. 1.8 Stake out approximate locations of test holes for designation crew. Task 2.0 — Vacuum Excavation (ASCE 38-22 Quality Level A) 2.1 WGI will provide an ASCE 38-22 Quality Level A (QLA) field investigation within the project limits, anticipating up to seven (30) vacuum excavation test holes as requested, (minimum 5 test holes per deployment). 2035 Vista Parkway, West Palm Beach, FL 33411 t: 561.687.2220 f: 561.687.1110 WGInc Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 2 of 11 TOTAL Fee Tasks 1.0 & 2.0 $32,324.10 BASIS OF SCOPE 1. Survey services and survey location of utilities and test holes is included. 2. WGI proposes to provide ASCE 38-22 Quality Level A investigation on the existing utlities for verification and depth confirmation, within the project limits (Exhibit A) as directed by the EOR. 3. WGI will vacuum excavate utility facilities at the proposed locations, as directed by EOR, and provide a depth, size and material of the facility, and then backfill the test hole with native soil, compact with a pneumatic tamper to existing grade. 4. Generally, utility facilities found by vacuum excavation can be visually exposed to a depth equal to the water table; an air lance probe will be used for deeper facilities, however, visual confirmation will not be possible for facilities lying below the water table or utilities within directional bores. Note that the absence of identified utilities does not guarantee "no utility conflict". Approximate horizontal location of the utility will be provided where applicable. 5. Geophysical designating techniques, although highly reliable, are subject to outside interference, which are beyond the control of WGI, and may impede the effectiveness of subsurface utility investigations. Soil conditions, utility materials, size, depth, salt water and conductivity may prevent the location of some subsurface utilities. WGI utilizes state of the art equipment and methodology during all phases of utility investigations, but no guarantee is hereby expressed that all facilities will be detected. 6. This includes exploratory (attempted) test holes, where a potential design conflict is investigated, and utility is deemed too deep for visual confirmation. A note will be provided stating that occurrence. 7. CLIENT shall facilitate access for WGI field staff. 8. Basic work zone safety includes safety road signs and traffic cones. EXCLUSIONS 1. Investigation of irrigation is not included. 2. Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT. 3. Select backfill material, flowable fill or other material not included. 4. Mapping of irrigation lines and sprinkler heads is not included. 5. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including pipe sizes and types are not included in the SUE scope. 6. Street lighting and traffic control is not included. 7. Off duty police not included. WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 3 of 11 DELIVERABLES 1. WGI will provide a CADD deliverable with the QLB and QLA investigations drafted. 2. WGI will provide test -hole data inventory sheets with the obtainable data; digital photos, utility description, depth, size, type, direction, and material of the facility. Any additional optional services requested by CLIENT will be provided in accordance with WGI's hourly fee schedule in effect at the time of service, or a fixed fee to be negotiated once a scope of service is defined. PROPOSAL ACCEPTANCE We appreciate the opportunity to be of service to Ribbeck Engineering, Inc.. Upon acceptance of this proposal, along with the attached Contract Terms and Conditions and our current Fee Schedule, please sign and return an executed copy to this office. Please note that the Contract Terms and Conditions are an integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties expressly waive them in writing prior to commencement of work. By executing this Proposal, CLIENT expressly agrees to be bound by the Contract Terms and Conditions and the enclosed Fee Schedule. Further, and whether this proposal is executed or not, the ordering of, acceptance of, or reliance on services performed by WGI constitutes acceptance of the attached Contract Terms and Conditions. Respectfully submitted, WGI Roberto Mantecon, PSM Area Manager, Geospatial WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 4 of 11 CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above, and is legally valid, active, and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. AUTHORIZATION FOR CREDIT CHECK: By signing this Proposal, I hereby authorize WGI to conduct a credit check or obtain a credit report with respect to CLIENT (as identified in this Proposal) for purposes of WGI providing services to CLIENT. Corporate Representative: Name (Printed) This Proposal accepted this day of , 2024 By Name (Signature) Ribbeck Engineering, Inc. Please provide the following billing information: Name / Company Name Billing Address City State Zip Contact Name Email Address Phone Number Fax Number Enc.: WGI, Inc. Contract Terms and Conditions, Fee Schedule WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 5 of 11 WGI, INC. CONTRACT TERMS AND CONDITIONS JUNE 2020 1. Performance: WGI, Inc.'s ("WGI") services pursuant to this Agreement ("Services") will be performed in a manner consistent with that degree of skill and care ordinarily exercised by members of the same profession currently practicing under similar circumstances in the same geographic area. No other warranties, expressed or implied, are made with respect to WGI's performance of Services. WGI is not a guarantor of the Project for which its Services are directed, and its responsibility is limited to work performed for the Client. WGI is not responsible for the acts or omissions of the Client, nor third parties not under its direct control. The Client's acceptance of WGI's services constitutes acceptance of these Terms and Conditions. 2. Billing/Payments: Invoices for WGI's Services and reimbursable expenses shall be submitted on a monthly basis. Payment shall be due on the date each invoice is received and shall be deemed delinquent 30 calendar days after issuance. Delinquent invoices shall accrue interest on the balance due at a rate of 18% per annum, or the highest interest rate allowable by law. Outstanding invoices delinquent beyond 45 calendar days may at WGI's election be deemed a notice to stop performance under this contract, and WGI may in that event suspend its Services until the invoice is paid, with no liability to WGI. Client shall make payment in full at or before delivery to Client of any reports, plans, record drawing, or certifications prepared under this Agreement. All attorneys' fees, court costs and/or expenses associated with collection of past due invoices will be paid by Client, whether or not suit is filed. The Client's failure to timely pay any WGI invoice within 45 calendar days of issuance shall constitute a waiver of any and all claims against WGI. Retainers shall be credited on WGI's final invoice. 3. Fees: WGI's fees for its Services are set forth in WGI's Fee Schedule, which is attached as a separate exhibit to this Agreement or has otherwise been provided to Client. WGI's fees reflected in this Agreement exclude testing, permit fees, reproduction costs, and any service not reflected in this Agreement. All fees for Services are based on a one-time performance only. Additional Services and/or changes in service, whether field or office, shall be performed only after authorization by Client. Fees for changes and/or additional services are not included in this Agreement and shall be invoiced at the hourly rates quoted on WGI's then -current Fee Schedule. 4. Reimbursable Expenses: Direct costs including, without limitation, prints, copies, long distance phone calls, mileage, airfare, per diem, delivery service, etc., are not included in the above fees but shall be billed as Reimbursable Expenses at the rates set forth in WGI's then -current Fee Schedule. 5. Cost Estimates: Client hereby acknowledges that WGI has no control over the cost of labor or materials, contractors' methods of determining bid prices, or control over competitive bidding, market, or negotiating conditions. Thus, WGI cannot and does not warrant that estimates of probable construction or operating costs prepared or provided by WGI will not vary from actual costs incurred by Client. Client expressly agrees that WGI shall have no liability for any failure of bids or actual construction or operating costs to comply with Client's budget or WGI's cost estimates. 6. Storage: Material samples not consumed in the performance of WGI's Services may be discarded 30 days after submission of the test report unless Client requests other disposition. After notification to Client, WGI may charge Client for extended storage of materials, records, or equipment. 7. Indemnification: Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the Services, except to the extent that any such claim, damage, loss, or expense is caused by the negligent act, omission, and/or strict liability of WGI. 8. Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor WGI, their respective officers, directors, partners, employees, contractors or WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 6 of 11 subconsultants shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected in any way to the Project, WGI's Services, or this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of financing, loss of business, loss of income, loss of reputation, interest expenses, and any other consequential damages that either party may have incurred from any cause of action including negligence, strict liability, breach of contract and breach of strict or implied warranty. Both Client and WGI shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this Project. 9. Hazardous Materials: Unless specifically and expressly set forth in WGI's scope of services under this Agreement, and only to the extent set forth therein, WGI shall have no responsibility for the discovery, presence, handling, removal, or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. WGI's Services expressly exclude any Services for Client involving or related in any manner to hazardous substances, and Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or in any way related to the presence, discharge, release, or escape or contaminants or hazardous substance of any kind, or environmental liability of any nature, in any manner related to WGI's Services under this Agreement. 10. LIMITATION OF LIABILITY: In recognition of the relative risks and benefits of the project to both Client and WGI, the risks have been allocated such that Client agrees, to the fullest extent permitted by law, to limit the liability of WGI and its officers, directors, partners, employees, shareholders, owners, and subconsultants for any and all claims, losses, costs, and damages of any nature whatsoever whether arising from breach of contract, negligence, or other common law or statutory theory of recovery, or claims expenses from any cause or causes, including attorney's fees and costs, so that the total aggregate liability of WGI and its officers, directors, partners, employees, shareholders, owners and subconsultants shall not exceed $50,000.00, or the total amount of the fee actually paid to WGI for its Services performed under this Agreement, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law, including but not limited to negligence, breach of contract, or any other claim whether in tort, contract, or equity. In the event Client is unwilling or unable to limit liability in accordance with the provisions set forth in this section, Client may, upon written request of Client and received by WGI within five days of Client's acceptance hereof, increase the limit of liability to a maximum of $1,000,000.00 by agreeing to pay WGI a sum equivalent to an additional amount of 10% of the total fee, or $10,000.00, whichever is greater, to be charged for WGI's Services. In the event professional fees increase during the Project, Client agrees to pay an additional 10% of said increase for the aforementioned higher limits on liability. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. In any event, attorney's fees and costs expended by WGI in connection with any claim shall reduce the amount available, and only one such amount will apply to any Project. If any of the above provisions of this section is/are deemed invalid or unenforceable for any reason, the limit of liability shall not exceed the available policy limits of any insurance policy providing coverage for WGI's Services on the Project. The provisions of this section shall inure to the benefit of WGI's officers, directors, partners, employees, shareholders, owners, and subconsultants, which shall be considered third -party beneficiaries for the purposes of this section. The provisions of this section shall survive the termination of this Agreement. 11. Termination of Services: Except in situations involving default for non-payment by Client to WGI, in the event of any default arising under this Agreement, the defaulting party shall be entitled to receive written notice specifying the default and the actions to be taken to cure the default. The party receiving the notice of default shall have 7 business days from the date of receipt of the notice to cure the specified default. In the event that the party fails to cure the specified default, the adverse party may declare a breach of this Agreement and terminate this Agreement upon serving a written notice of termination. In the event of such termination, Client shall pay WGI in full for all Services rendered up to the time of termination. WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 7 of 11 12. Events of Default: Client shall be in default under this Agreement if it (i) fails to pay in full any invoice from WGI on the due date or fails to make any other payment due to WGI under this Agreement, (ii) fails to observe or perform any other term, condition or covenant under this Agreement, (iii) breaches any warranty or representation made under this Agreement, (iv) dissolves, terminates or liquidates its business, or its business fails or its legal existence is terminated or suspected, (v) commences any voluntary or involuntary bankruptcy, reorganization, insolvency receivership, or other similar proceeding is commenced by or against Client, (vi) fails to work with WGI in good faith and fair dealing under this Agreement, or (vii) becomes insolvent, makes an assignment for the benefit of creditors, or coveys substantially all of its assets. Suspension of Services: If the Project is suspended for more than thirty (30) calendar days in the aggregate, WGI shall be compensated for Services performed and charges incurred prior to such suspension and, upon resumption of services, WGI shall be entitled to an equitable adjustment in fees to accommodate the resulting demobilization and re -mobilization costs. In addition, WGI shall be entitled to an equitable adjustment in the Project schedule based on the delay caused by the suspension. If the Project is suspended for more than ninety (90) calendar days in the aggregate, WGI may, at its option, terminate this Agreement upon giving notice in writing to Client. 13. Ownership of Instruments of Service: All plans, data, reports, drawings, specifications, maps, surveys, ideas, scripts, sketches, designs, CAD files, field data, notes, Digital Data files, and other documents and instruments prepared by WGI or its subconsultants, whether such work product is tangible or intangible ("Instruments of Service") shall remain the sole and exclusive property of WGI until such time as Client makes full and final payment to WGI pursuant to the terms set forth in this Agreement, and until such time, Client shall not use, deliver, solicit, transmit, or otherwise employ the Instruments of Service, whether directly or indirectly, by any means or manner. Client understands that changes or modifications to the documents made by anyone other than WGI may result in adverse consequences which WGI can neither predict nor control. Therefore, Client agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless WGI from and against all claims, liabilities, losses, damages, and costs (including reasonable attorney's fees) arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by Client or others of the documents provided by WGI under this Agreement. If documents are provided to Client, Client's contractor, or Client's other consultants by WGI in electronic media, such as CAD files or other native format, Client agrees that this is solely as a convenience, and may not be relied on in the same manner as the signed, sealed documents; nor are such electronic files represented to be accurate and faithful representations of the signed, sealed documents. WGI makes no representations or warranties regarding the accuracy, completeness, or readability of information contained in electronic media files. 14. Digital Data Files: It is expressly understood that CADD and BIM files, and other electronic files ("Digital Data files") are issued only as supplemental information for convenience to the Client, contractor, or other authorized user. Digital Data files, like any electronic data, transferred in any manner or translated from the system and format used by WGI to another system or format are subject to errors and modifications that may affect the accuracy and reliability of the data, and, in addition, such electronic data may be altered or corrupted, whether inadvertently or otherwise. As a result, WGI makes no representations or warranties, whether expressed or implied, as to the accuracy of any Digital Data files. The accuracy of Digital Data files cannot be warranted or guaranteed, and any such files provided by WGI to Client or any other party will be issued solely as a convenience and courtesy. Digital Data files are not contract documents, and shall not be relied upon, or used for construction or staking. Any use of the information obtained or derived from Digital Data files will be at Client's, or other receiving party's or user's sole risk, and Client hereby waives and releases any and all claims against WGI arising from or relating to the use of or reliance upon Digital Data files. To the extent any differences, discrepancies, or conflicts exist between the Digital Data files and the contract documents, the contract documents shall control. 15. Successors and Assigns: Client shall not assign, sublet, or transfer any rights under or interest in this Agreement without the prior written consent of WGI. Except where specifically stated otherwise in this Agreement, nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client or WGI. WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 8 of 11 16. Third Parties: Except as expressly provided herein, nothing in this Agreement shall confer any right, remedy, or claim upon any person or entity not a signatory to this Agreement. 17. Corporate Protection: WGI's performance of Services under this Agreement shall not subject WGI's individual employees, officers, or directors to any personal legal exposure for the risks associated with this Project. Therefore, and notwithstanding anything to the contrary contained herein, Client agrees that as Client's sole and exclusive remedy, any claim, demand, or suit shall be directed and/or asserted only against WGI, and not against any of WGI's employees, shareholders, officers, or directors. 18. Severability and Survival: If any term of this Agreement is to any extent held to be invalid or unenforceable, then such term shall be excluded to the extent of such invalidity or unenforceability, and all other terms hereof shall remain in full force and effect. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between Client and WGI shall survive the completion of WGI's Services hereunder and the termination of this Agreement. 19. Merger and Amendment: This Agreement constitutes the entire agreement between WGI and Client, and all negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both WGI and Client. 20. Applicable Law and Venue: Unless otherwise specified, this Agreement shall be governed by the laws of the State of Florida. Venue for all disputes between the Parties arising from or relating to this Agreement shall lie exclusively in a court of competent jurisdiction in Palm Beach County, Florida. 21. Mediation: All disputes between the Parties arising out of or relating to this Agreement, with the exception of WGI seeking payment from Client for services rendered, shall be submitted to non -binding mediation as a condition precedent to litigation, unless the Parties mutually agree otherwise in writing. 22. Statute of Limitations and Repose: Any applicable statute of limitations or repose shall commence to run and any cause of action shall be deemed to have accrued on the date WGI's drawings are sealed, but in any event not later than the date of substantial completion of the project for which WGI's services are provided. 23. Force Majeure: WGI shall not be liable for any damages or delays in rendering its Services arising from acts of God, epidemics, pandemics, quarantine restrictions, strikes, labor disputes, civil unrest or disturbances, acts of terrorism or war, abnormal weather conditions, or any other cause beyond WGI's reasonable control. 24. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE. THE FOLLOWING TERMS AND CONDITIONS SHALL ALSO APPLY FOR ALL PROJECTS INVOLVING CONSTRUCTION -RELATED SERVICES 25. Construction Administration: WGI's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the initial Contract for Construction and terminates at the earlier of the issuance to the Client of the final Certificate for Payment or 60 days after the date of Substantial Completion WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 9 of 11 of the Work. WGI will provide administration of the Contract for Construction as set forth below and in the General Conditions of the Contract for Construction. 26. Construction Observation: WGI, as a representative of the Client, will visit the site at intervals appropriate to the stage of the Contractor's operations, (1) to become generally familiar with and to keep the Client informed about the progress and quality of the portion of the work relating to WGI's scope, (2) to endeavor to advise Client of defects and deficiencies in such work, and (3) to determine in general if the work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, WGI shall not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the work. WGI shall not be responsible for inspecting the Contractor's work, does not have the right to stop Contractor's work, and shall not be liable for construction defects or deficiencies. WGI's construction observation services shall not relieve Contractor of its responsibility to comply with the contract documents. 27. General Contractor's Responsibilities for Construction and Jobsite Safety: Neither the professional activities of WGI, nor the presence of WGI or its employees and subconsultants at a construction/Project site, shall impose any duty on WGI, nor relieve the Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, supervising, and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. WGI and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. Client agrees that the Contractor shall remain solely and exclusively responsible for jobsite and worker safety and agrees that this intent shall be carried out in the Client's contract with the Contractor. Client also agrees that the Contractor shall defend and indemnify the Client, WGI and WGI's subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or relating to construction and jobsite safety. Client also agrees that Client, WGI and WGI's subconsultants shall be made additional insureds under the Contractor's policies of general liability insurance. 28. Property Insurance: Client agrees to procure, or cause to be procured, property insurance written on a builder's risk "all-risk" or equivalent policy form in the amount of the construction costs, comprising total value for the entire project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained until final completion of the project, or until no person or entity other than Client has an insurable interest in the project, whichever is later. This policy shall name WGI as an additional insured. The Client further agrees to waive all rights against WGI for damages that are, or could have been, covered by property insurance and such waiver of subrogation shall be effective notwithstanding any duty of indemnity, contractual or otherwise. 29. Deviations from Contract Documents: WGI will report to the Client known and observable deviations from the Contract Documents by the Contractor. However, WGI shall not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. WGI shall not have control over or charge of and shall not be responsible for the acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons or entities performing portions of the Work. 30. Certificates for Payment: WGI will review and certify the amounts due to Contractor and will issue certificates for such amounts. Such certification for payment will constitute a statement to the Client, based on WGI's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of WGI's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing is subject (1) to an evaluation of the Work for conformance with the Contract documents upon Substantial Completion, (2) to results of subsequent tests and observations, (3) to correction of minor deviations from the Contract Documents prior to completion, and (4) to specific qualifications expressed by WGI. The issuance of a Certificate of Payment shall not be a representation that WGI has (1) made exhaustive or continuous on -site observations to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 10 of 11 31. Rejection of Work: WGI shall have authority to recommend to Client that it reject Work that does not conform to the Contract Documents. Whenever WGI considers it necessary or advisable, WGI shall have authority to recommend to Client that it require observation or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of WGI nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of WGI to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 32. Submittals: WGI will review and approve or take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for general conformance with the design concept of the project and information provided in the Contract Documents. Contractor is responsible for full compliance with the plans, specifications, and contract documents, dimensions, quantities, and performance requirements to be confirmed and correlated at the jobsite, the furnishing of all items whether or not shown on the submittal, means, methods, and sequence of construction, quantities, coordination of the work of all trades, and related jobsite safety precautions or programs. WGI's action will be taken with such reasonable promptness as to cause no unreasonable delay in the Work or in the activities of the Client, Contractor, or separate contractors, while allowing sufficient time in WGI's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the sole responsibility of the Contractor as required by the Contract Documents. WGI's review shall not constitute approval of safety precautions or, unless otherwise specifically stated in writing by WGI, of any construction means, methods, techniques, sequences, or procedures. WGI's approval of a specific item shall not indicate approval of an assembly of which the item is a component. 33. Contractor's Design Professionals: If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, WGI will specify appropriate performance and design criteria that such services must satisfy. Shop drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to WGI. WGI shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 34. Change Orders: WGI will prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by WGI for the Client's approval and execution in accordance with the Contract Documents and may authorize minor changes in the Work not involving an adjustment in the Contract sum or an extension of the Contract Time which are consistent with the intent of the Contract Documents. 35. Submittals and Final Completion: WGI will conduct observations to determine the date or dates of Substantial Completion and the date of final completion, will receive from the Contractor and forward to the Client, for the Client's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor, and will issue a final Certificate for Payment based upon a final observation indicating that the Work generally complies with the requirements of the Contract Documents. 36. Interpretations and Decisions: Interpretations and decisions of WGI will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and initial decisions, WGI will endeavor to secure faithful performance by both Client and Contractor, will not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. WG I m WGlnc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 City of Miami Allapattah Neighborhood Test Holes June 22, 2024 Page 11 of 11 Hourly Rate ENGINEERING SERVICES Executive Engineer $370.00 Chief Engineer $360.00 Principal Engineer $335.00 Senior Project Manager $320.00 Project Manager $250.00 Senior Engineer 2 $295.00 Senior Engineer 1 $260.00 Engineer 2 $230.00 Engineer 1 $210.00 Senior Engineer Intern $160.00 Engineer Intern $145.00 Chief Designer $200.00 Senior Designer $170.00 Designer $140.00 Field Engineer $210.00 Field Inspector $155.00 BIM Designer $100.00 SURVEY SERVICES Chief Surveyor $310.00 Principal Surveyor $275.00 Senior Project Manager $225.00 Project Manager $195.00 Senior Professional Surveyor $190.00 Professional Surveyor $160.00 Certified Photogrammetrist $200.00 Senior Survey Technician $150.00 Survey Technician $125.00 SUE Technician $125.00 Field Technician $90.00 Chief Utility Coordinator $275.00 Senior Utility Coordinator $215.00 Utility Coordinator $170.00 WGI, INC. FEE SCHEDULE* EFFECTIVE DATE 10/28/2023 Hourly Rate SURVEY SERVICES CONTINUED 1 Person Field Survey Crew $125.00 2 Person Field Survey Crew $170.00 3 Person Field Survey Crew $220.00 4 Person Field Survey Crew $270.00 2 Person SUE Crew $180.00 3 Person SUE Crew $240.00 4 Person SUE Crew $290.00 5 Person SUE Crew $320.00 Laser Scan Crew $250.00 Hydrographic/Bathymetric Crew $350.00 UAS Flight Crew $280.00 Fixed Wing Aerial Flight Crew $1,150.00 Geospatial Analyst $110.00 Geospatial Developer $150.00 PLANNING SERVICES Executive Planner $340.00 Chief Planner $280.00 Principal Planner $225.00 Senior Project Manager $215.00 Project Manager $190.00 Senior Planner $160.00 Planner $120.00 LANDSCAPE ARCHITECTURAL SERVICES Chief Landscape Architect $300.00 Principal Landscape Architect $280.00 Senior Project Manager $225.00 Project Manager $190.00 Senior Landscape Architcct $235.00 Landscape Architect $200.00 Senior Designer $160.00 Designer $120.00 Entry Level Designer $110.00 Hourly Rate ENVIRONMENTAL SERVICES Executive Environmental Scientist $280.00 Principal Environmental Scientist $240.00 Senior Project Manager $215.00 Project Manager $180.00 Senior Environmental Scientist $215.00 Environmental Scientist $145.00 Environmental Technician $110.00 ARCHITECTURAL SERVICES Principal Architect $320.00 Senior Project Manager $280.00 Project Manager $230.00 Senior Architect $270.00 Project Architect $215.00 Architect $180.00 Senior Graduate Architect $160.00 Graduate Architect $130.00 OTHER PROFESSIONAL SERVICES Expert Witness $455.00 GIS Technician $120.00 Administrative Assistant $130.00 Intern $85.00 REIMBURSABLE EXPENSES Copies, Black & White (each) $0.50 Copies, Color (each) $1.00 Plots, Black & White (each) $2.00 Plots, Color (each) $16.00 Mylars (each) $74.00 Foam Core Presentation Boards (each) $8.00 All Third Party- Party Expenses Cost Plus 15% Expenses: In addition to labor, WGI, INC. bills for the following project related costs at a contractually agreed markup: printing; conference calling charges; document review, permit or recording fees paid on behalf of CLIENT; shipping; bid advertisement; specialty materials, software or equipment rental; sub -consultant fees; costs of project related employee travel including meals, lodging, airfare and miscellaneous travel costs such as tolls, parking, etc; mileage for all company -owned vehicles (trucks) will be charged at $0.85/mile; employee owned vehicles used for transportation related to the Project will be charged at the prevailing federal mileage rate allowed by the IRS at the time the travel occurs. WGI also bills for the cost of intemal reproduction and the use of specialized equipment related to subsurface utility vacuum excavation, mobile scanning (LIDAR), and hydrographic surveying. .BE ADVISED THAT THIS FEE SCHEDULE IS SUBJECT TO CHANGE AS ADJUSTED BY WGI, INC. ANNUALLY. YOU WILL BE SUBJECT TO THE THEN CURRENT RATES APPLICABLE AT THE TIME OF SERVICE. W In, WGInc.com Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 AC o® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 05/22/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth Ins & Risk Mgmt Services In P.O. Box 661628 Miami Springs FL 33266 CONTACT NAME: Erinn E Collinsworth PHONE FAX (A/C No Ext): (786) 930-4795 (A/C,No): (786) 930-4794 E-MAIL ADDRESS: erinn@collinsworthinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: The Phoenix Insurance Company 25623 INSURED Ribbeck Engineering Inc. 14335 SW 120th St. Suite #205 Miami FL 33186 (305) 319-1397 INSURER B: Travelers Ind Co of Amer 25666 INSURER C: Travelers Property Casualty of A 25674 INSURER D: Travelers Cas & Surety Co 19038 INSURER E:RLI Insurance Co. 13056 INSURERF: COVERAGES ZG CERTIFICATE NUMBER: Cert ID 18232 (122) REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 680-3K295795 Approved by Frank Gomez 03/25/2024 05/23/2024 03/25/2025 EACH OCCURRENCE $ 1, 000, 000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMSESO(Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 5, 000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES 'ECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ B AUTOMOBILELIABILITY X ANY AUTO OWNED X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y BA-5R009756 03/25/2024 03/25/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLALIAB EXCESS LIAB X O OCCUR CLAIMS -MADE CUP-5W657795 03/25/2024 03/25/2025 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED X RETENTION $ 10, 000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N N /A UB-6K431115 03/25/2024 03/25/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1, 000, 000 E.L. DISEASE - EA EMPLOYEE $ 1, 000, 000 E.L. DISEASE - POLICY LIMIT $ 1, 000, 000 E Professional Liab RDP0054069 Claims -Made Basis 03/25/2024 03/25/2025Each Claim Policy Aggregate $ 2,000,000 $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: City of Miami RFQ 23-24-004 PSA - Civil Engineering Services for Citywide Flood Mitigation Improvements Retroactive Date for Professional Liability is 3/11/2008 When required by written contract, City of Miami is listed as additional insured, excluding professional services, on the General & Auto Liability; General Liability is primary and non-contributory, Auto Liability is primary. Issuing companies provide 30 day written notice of cancellation; 10 days for non-payment of premium. CERTIFICATE HOLDER CANCELLATION City of Miami Dept 444 SW 2nd Ave. - Miami FL 33130 of 8th Capital FL Improvements (CIP) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 1 of 1 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry; Aviles, Yesenia Subject: RE: COI-RFQ 23-24-004 PSA COI Ribbeck Date: Thursday, May 23, 2024 6:56:47 AM Attachments: imaoe003.onq image009.pnq imaoe010.onq image011.pnq imaoe013.onq Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (3o5) 416-174o Office (305) 416-1760 Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Wednesday, May 22, 2024 3:50 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: COI-RFQ 23-24-004 PSA COI Ribbeck Good afternoon, Attached is updated COI with Retro Date as requested. Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Detail by FEI/EIN Number DIVISION OF CORPORATIONS r ,tIfI 1 rg c1 C) t . du,<r1`f ( Jl jam; an official arm of fio l!la srr %,airy Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation RIBBECK ENGINEERING INC. Filing Information Document Number P07000041820 FEI/EIN Number 26-0460404 Date Filed 04/03/2007 Effective Date 04/03/2007 State FL Status ACTIVE Principal Address 14335 SW 120TH STREET SUITE 205 MIAMI, FL 33186 Mailing Address 14335 SW 120TH STREET SUITE 205 MIAMI, FL 33186 Registered Agent Name & Address RIBBECK, CARLOS F 4420 SW 149TH COURT MIAMI, FL 33185 Officer/Director Detail Name & Address Title PRES RIBBECK, CARLOS F 4420 SW 149TH COURT MIAMI, FL 33185 Title TREA RIBBECK, CARLOS F 4420 SW 149TH COURT MIAMI, FL 33185 Title SEC https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=26046040... 1/2 Docusign Envelope ID: F11CF241-0BD4-4274-B124-26413D472764 Detail by FEI/EIN Number RIBBECK, CARLOS F 4420 SW 149TH COURT MIAMI, FL 33185 Annual Reports Report Year Filed Date 2021 01/14/2021 2022 02/14/2022 2023 01/18/2023 Document Images 01 /18/2023 --ANNUAL REPORT 02/14/2022 --ANNUAL REPORT 01/14/2021 --ANNUAL REPORT 01 /08/2020 -- ANNUAL REPORT 03/06/2019 --ANNUAL REPORT 03/15/2018 --ANNUAL REPORT 02/09/2017 --ANNUAL REPORT 03/02/2016 --ANNUAL REPORT 01 /10/2015 -- ANNUAL REPORT 04/21 /2014 --ANNUAL REPORT 04/18/2013 --AMENDED ANNUAL REPORT 04/16/2013 --ANNUAL REPORT 02/20/2012 --ANNUAL REPORT 02/23/2011 --ANNUAL REPORT 02/25/2010 --ANNUAL REPORT 04/01 /2009 -- ANNUAL REPORT 04/30/2008 --ANNUAL REPORT 04/03/2007 -- Domestic Profit 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 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=26046040... 2/2 Olivera, Rosemary From: Caseres, Luis Sent: Monday, September 23, 2024 11:25 AM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Lima, Cristiane; Roberts, Frankeetha Subject: Document Distribution - RFQ 23-24-004 - Civil Engineering Services for Citywide Flood Mitigation Improvements - Project No. B-233815 - Allapattah Flood Improvements - Ribbeck Eng. Attachments: RFQ_No_23-24-004_Civil_Eng_Services_for_Citp-Ribbeck Eng.-Executed 09-23-2024.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha You may now close this Matter ID 24- 2158 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: PSA First Party: City of Miami Second Party: Ribbeck Engineering, Inc. Program/Purpose: RFQ 23-24-004 - Civil Engineering Services for Citywide Flood Mitigation Improvements - Project No. B-233815 - Allapattah Flood Improvements Effective Date: 09/23/2024 Best regards, i Lu,i - Cc e re - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2