Loading...
HomeMy WebLinkAbout25233AGREEMENT INFORMATION AGREEMENT NUMBER 25233 NAME/TYPE OF AGREEMENT CHA CONSULTING, INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/CIVIL ENGINEERING SERVICES FOR CITYWIDE FLOOD MITIGATION IMPROVEMENTS - PROJECT NO. B-233817/FILE ID: 15870/R-24-0203/MATTER I D : 24-2157 EFFECTIVE DATE November 4, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 11/4/2024 DATE RECEIVED FROM ISSUING DEPT. 11/5/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 OR4 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement . DEPT. CONTACT PERSON: Luis Caseres /Anthony Hansen NAME OF OTHER CONTRACTUAL PARTY/ENTITY: CHA Consulting, Inc. EXT. 1923 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 2,135,677.35 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 CHA Consulting, Inc for RFQ No. 23-24-004 Civil Engineering Services for Citywide Flood Mitigation Improvements - Project No. B-233817 - Clemente Park 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 09:01:48 EDT SIGNATURE: ,—DocuSigned by: -4-AAA;!. 'IAA - RISK MANAGEMENT August 19, 20z4 An -Mrie Sharp r 0a9:05:21e EDT SIGNATURE: `-89'S�IIEB7'3C U8-. DocuSigned by: lIini 1 AL CITY ATTORNEY /s/ TMF Matter ID# 24-2157 October 4, 202 TTT eerie O:Yfs�ni67 SIGNATURE: N. 55349B495F254B0... ,—DocuSigned by: Gull, UJ "-8877-6�C832486... Funding is available in BUDGET OFFICE 40-6233817 LEM 10/25/24 October 25, 2024 Marie Gouin 1 16:39:59 EDT SIGNATURE: DocuSigned by: 5F6FR3179gC5485 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 1, 2024arr LSppriCPA I2 :n86: 21 EDTClAniocSIGNATURE: Barbara Hernandez, MPA SIGNATURE: N/A oc D uSigned by: S.pritAl C9D76'02897DT4D4... ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A CITY MANAGER,CHIEF OF INFRASTRUCTURE November 4, 2024ael Marrero AsASSISTANT I 09:51:52 EST SIGNATURE:% ,e—DocuSignedby: - �C®F �oanlin3B^,r.. DEPUTY CITY MANAGER November 4, 26Z�.ta�shl&obr$ak-i�ia N SIGNATURE: DocuSigned by: Ne4A44. C(,c(,,4 CITY MANAGER November 4, 2024rtl}ur1 A Qrea3\4 EST SIGNATURE: oes,sDaE 4-1— ,—DocuSigned by: grgwr NDV1L a CITY CLERK November 4, 2024 Todd Hannon 1 17:42:46 EST SIGNATURE: "— 850-CF6-C372 DD42A... DocuSigned by: [-,-.8- E46177560DCF1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Civil Engineering Services for Citywide Flood Mitigation Improvements — Project No. B-233817 — Clemente Park 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: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 Project Specific - Clemente Park Flood Improvements CHA Consulting, 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 16 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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 43 Civil Engineering Services for Citywide Flood 2 RFQ No. 23-24-004/2 Mitigation Improvements - Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Civil Engineering Services for Citywide Flood Mitigation Improvements — Project No. B-233817 Contract Type Project Specific Consultant CHA Consulting, Inc. Consultant Office Location 8935 NW 35th Lane, Suite 200, Doral, FL 33172 City Authorization Section 18-87, City of Miami Code Agreement Number 23-24-004 / 2 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this 4th day of November in the year 2024 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and CHA Consulting, 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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 $2,135,677.35, 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CHA Consulting, Inc. Arnelio Alfonso, PE Senior Principal Engineer VII 8935 NW 35t" Lane, Suite 200 Doral, FL 33172 Email: aalfonso@chasolutions.com Phone: 786-257-3077 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. 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. Civil Engineering Services for Citywide Flood 16 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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. 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 Civil Engineering Services for Citywide Flood 17 Mitigation Improvements — Project No. B-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 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. Civil Engineering Services for Citywide Flood 18 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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. 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 Civil Engineering Services for Citywide Flood 19 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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: Stephen M. Minardi, Regional Counsel Print Name, Title Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: • To :• ='.`cannon, City Clerk APPROVED AS TO INSURANCE CHA Consulting, Inc., a Foreign Profit Corporation Gregory S. Corso, CEO Print Name, Title CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: grfLur Novitlt `Signed by: L 850CF6C372DD42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: r—DocuSigned by: DocuSigned by: fi (Auttja Lat,trot, Misal4 Ill 55'349BA95F254R0 - Ann Marie Sharpe, Director Risk Management Department 88776E9FE88248B... George K. Wysong III, City Attorney Ds 24-2157 thr Civil Engineering Services for Citywide Flood 27 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of D rectors of ew CHA Consulting, Inc. , a corporation organized and existing under the laws of the State of York held Gregory on the 6th day of August , a resolution was duly passed and adopted authorizing (Name) s. Corso as (Title) CEO 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 6th day of August , 20 24 Secretary: - - Print: Michael A. Platt, Secretary 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 New York ) COUNTY OF Albany ) SS: The foregoing instrument was acknowledged before me this 6th day of August 20 24 , by Michael A. Platt N/A (Personally Known) RE 1 OTARY PUBLIC STATE OF Jonathan B. Bard New York , who i to me or who has produced as identification and who (did Tdid not) take an oath. PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Civil Engineering Services for Citywide Flood 29 Mitigation Improvements — Project No. B-233817 JONATHAN HOWARD BARD NOTARY PUBLIC, STATE OF NEW YORK Registration No. 02BA6359467 Qualified In Dutchess County Commission Expires May, 30, 2025 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 — Clemente Park Flood Improvements — Miami Avenue to NW 2nd Avenue / NW 30th Street to 36th Street, Clemente Park, 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-233817 — Clemente Park Flood Improvements — Miami Avenue to NW 2nd Avenue / NW 30th Street to 36th Street, Clemente Park 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 further define the Scope of Services and to resolve any questions. The Consultant shall then Civil Engineering Services for Citywide Flood 30 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Aluces Corporation Stormwater Management Biscayne Engineering Company, Inc. Surveying and Mapping/SUE Geosol, Inc. Geotechnical Engineering Longitude Surveyors, LLC Surveying and Mapping/SUE Infinite Source Communications Group, LLC Public Outreach GSLA Design, Inc. Landscape Architecture Delta Consultants, LLC Stormwater Management, Pump Station Design, Climate Change/Resiliency SCHEDULE A2 - KEY STAFF JOB CLASSIFICATION NAME Lead Project Manager Arnelio Alfonso, PE Lead Roadway Engineer Alejandro Leon, PE Lead Stormwater Engineer Angela Baron -Ruiz, PE CEI Services Specialist Alexander Milz, PE Project Engineer Rocio Trimino-Gort, Victor Venezia, Thalia Isla CADD Technician Ivonne Lau, Angel Noguerol, Jose Monzon, Sr. Civil Engineer Mariana Evora, PE CADD Technician Karol Ramirez Project Manager Alberto Rabionet Project Surveyor & Mapper Wolf Hueck Survey Technician Igor Volovelsky, Giancarlo Sorana Chief Geotechnical Engineer Oracio Riccobono Sr. Geotechnical Engineer Adnan Ismail Project Geotechnical Engineer Juan C. Gonzalez Sr. Engineering Technician Jose Gonzalez Surveyor & Mapper Eduardo Suarez Clerical/Administrative Aurora Riccobono Principal (Sub) Ken Gardner Sr. Project Manager Kiehl Semler Landscape Architect Chris Garcia, Jose Fonseca Civil Engineering Services for Citywide Flood 35 Mitigation Improvements — Project No. B-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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) Lead Project Manager $76.00 $220.40 $182.40 Lead Roadway Engineer $74.00 $214.60 $177.60 Lead Stormwater Engineer $74.00 $214.60 $177.60 Construction Engineering and Inspection ("CEI") Services Specialist $72.00 $208.80 $172.80 Project Engineer $55.00 $159.50 $132.00 CADD Technician $35.00 $101.50 $84.00 Sr. Civil Engineer (Sub) $72.00 $208.80 $172.80 Project Engineer (Sub) $52.84 $153.24 $126.82 CADD Technician (Sub) $31.45 $91.21 $75.48 Project Manager (Sub) $57.69 $167.30 $138.46 Project Surveyor & Mapper (Sub) $49.04 $142.22 $117.70 Survey Technician (Sub) $28.35 $82.22 $68.04 Chief Geotechnical Engineer (Sub) $69.47 $166.73 $201.46 Sr. Geotechnical Engineer (Sub) $54.43 $130.63 $157.85 Project Geotechnical Engineer (Sub) $40.40 $96.96 $117.16 Sr. Engineering Technician (Sub) $34.93 $83.83 $101.30 CADD Technician (Sub) $31.45 $75.48 $91.21 Clerical/Administrative (Sub) $29.00 $69.60 $84.10 Surveyor & Mapper (Sub) $75.68 $219.47 $181.63 Survey Technician (Sub) $54.85 $159.07 $131.64 CADD Technician (Sub) $40.80 $118.32 $97.92 Principal (Sub) $62.06 $179.97 $148.94 Sr. Project Manager (Sub) $38.46 $111.53 $92.30 Landscape Architect (Sub) $27.83 $80.71 $66.79 Project Manager (Sub) $72.00 $208.80 $172.80 Civil Engineering Services for Citywide Flood 41 Mitigation Improvements - Project No. B-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Project Engineer (Sub) $55.00 $159.50 $132.00 CAD Tech (Sub) $32.00 $92.80 $76.80 Principal (Sub) $68.91 $199.83 $165.38 Surveyor -Computer (Sub) $41.87 $121.41 $100.49 Draftsperson (Sub) $37.15 $107.74 $89.16 Vac Truck (Test Holes) (Sub) $159.86 $463.60 $383.66 (*) Flat rate, no multipliers applied. Civil Engineering Services for Citywide Flood 42 RFQ No. 23-24-004/2 Mitigation Improvements — Project No. B-233817 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MAN MC PUBLIC WORKS STANDARD NV'OICE DEPART1,tt84T OF RESIUENCE CONSULTANT To: ATTN: Ffont, NOTE: City of Marti f.wokm Nu.r,w/: Inooks Dave PAW Office of Capital IrT DManerSs SW 2Td Arefle - 8ih Floor Marti. FL 33130 11rOr CO.0000 Foam: To: �� Paddle Cone Acl No.: Contract near Pryecl No.. Protect krne ROMP CO. COCO Mall 00. OCCC Ponders Order O. k•.......'-,N.a Pr 2 m PM we ee atoned P•epre real Ow Nef bummer thee Rm r dsurr.d ewes Resent b .ntd ps•••r. dew Mabee tea ill otut.d r1T.s. Ead+..vc. f- Prrtepm l. wool Oreef No. —.al muted W • of SEMODI CONTRACT AMOUNT %CO eLt Tt TOTAL EAAP&b TO OATL nit V mum..., PAO.CED C* 1lt ISIVOICL AMOUNT Schemer Deem I sDr 1 1 - 1 - 1 - (CO Dame O , .T.erep+. 1 1 - 1 - 1 - �.r tr,r.I L,eo,.�r g) m�a r C6- 1 1 - MICA Camil/raclbar. tharasmoil• TOPS V 1 - - 1 - - rr++r.v�syy 1 1 1 1 'mdtrrl orNe tort noes - - - - Lomrradlet Adr.rm morn ICAI 1 - 1 - 1 - 1 - 3 - 1 - 1 - 1 - 1 1 - i - 1 - 3 - 1 - T - 1 - ' 1 - 1 - 1 - 1 - RNesr.Mm E#Mr 1 1 - 1 - S - 1 - 1 - 1 - 1 - 1 (Rr) 1 - 1 - 1 - 1 - 2 MAR - 1 - 1 - 1 - S MOW 1 - 1 - 1 - 1 - 1 - 1 - 1 - 1 - AO/tatml Sono 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 - TUT AL. moo TO TWO IIW.Wrc i - lf - T - T - SobfoW. t - Remaining Corona BYrrC. rs - Dedtclion.. Tolled Due 1 - Ili 1St LVYYLt rtU 1ST L(),YSUL,ANI P SHIA CRT. TAM AAO CORINCT N' VAMPSTIMO OCrMsilain O ION.i1- Assn Lew r Pr.e boei Seek. ba-crIn• ILa.fre. A recant ...nand :a+lma a Mr. Repot 14pma.. of rYrr:w(, Iar ereeme+ Oared r Ins Atlmm.slm- I I. N..,. t tf. d,N.=fla.., CITY OF MIAMI APPROVAL. DO NOT COMPLETE_ TO SE COMPLETED BY CITY OF MMMI 0I1V OATURE Nob Nszmrmd C:rTP Gor Ro.md Iv Paynra Proeeer-g 1 IAII LLI *J) rn..a'.+..ssr Lr*f OP MOON r1 :J+3-.wr arRcrOR abeflal Salfma 1¢C 10R �.,. nmr..s= -� Ow A-,m.t mZ 1 r Ix Civil Engineering Services for Citywide Flood 43 Mitigation Improvements — Project No. B-233817 RFQ No. 23-24-004/2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ORA CONSULTANT WORK ORDER PROPOSAL Submitted: May 6, 2024 Revised: June 13, 2024 June 21, 2024 Dear Mr. Romero, CHA Consulting, Inc. proposes to provide the services identified below for the project entitled "Clemente Park Neighborhood Flood Improvements — Miami Ave. to NW 2 Ave and NW 30 St to NW 36 St (D5)", pursuant to its Professional Service Agreement with the City of Miami for Civil Engineering Services for Citywide Flood Mitigation Improvements (RFQ 23-24-004), dated November 17, 2023. I. GENERAL The Consultant is to provide roadway and drainage improvements along the following streets: • NW 30th Street from NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 31st Street from NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 32nd Street from NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 33rd Street from NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 34th Street from approximately 100 feet east of NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 34th Terrace Street from NW 1st Ave to N. Miami Ave. • NW 35th Street from NW 3rd Ave to N. Miami Ave. not including NW 2nd Ave. • NW 37th Street from NW 3rd Ave to NW 1st Ave. • NW 1st Ave. from NW 30th Street to NW 36th Street. The Consultant must provide professional engineering design services RFQ 23-24-004 to complete the project plan, 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 plans 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 is to perform surveying, geotechnical investigations and testing, landscaping architecture, roadway lighting, public involvement support, grant reporting support, and related services necessary for the design and preparation of construction documents for the Project. ". 8935 NW 35th Lane, Suite 200 I Doral, FL 33172 1 T: (305) 592-7283 C[-1ASOLUT[ONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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. 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 Design and Construction Standards • City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21 • 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 designs meet or exceed the referenced design criteria and that the standards developed are appropriate for the proposed work. 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. SCOPE OF WORK Work Activity 1: Project General Tasks 2 Task No. 1.1— Public Involvement The Consultant shall offer the City as -needed support services to supplement its public involvement efforts. A specific allowance will be allocated within the contract to cover these services. Task No. 1.2 — Joint Project Agreements Design Work for watermain replacement improvements under a Joint Participation Agreements (JPA) with Miami Dade MD-WASD will be provided under a separate proposal. w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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 — Contract Maintenance This task includes project management efforts, developing technical progress reports, schedule updates and compilation and submittal of project documentation. Task No. 1.5 — Prime Consultant Project Manager 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. Task No. 1.6 — Grant Management Support/ Coordination The Consultant shall provide support services to the City to ensure timely and accurate completion of grant reports required for this project as part of the grant management requirements. Task No. 1.7 — Post Design Services The Consultant shall attend pre -construction mtgs; attend monthly construction mtgs; Review shop drawings; Respond to RFI's. Project certification will be done by the CEI. CEI services will be negotiated at a later time. -Pre-bid/bid assistance is not included at this time. 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 for the nine (9) roadway segments described in Section I of this proposal. Task No. 2.2 — Pavement Design Package Not included. Standard City of Miami Pavement Design will be used. Task No. 2.3 — Horizontal / Vertical Master Design Files Design the geometrics all applicable design standards 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 3 w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 4 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. Task No. 2.5 — Traffic Control Analysis Design a safe and effective 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 — 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. 2.7— Cost Estimate Provide Engineer's Opinion of Probable Construction Cost Estimate at four stages. 30%, 60%, 60% Permit Progress Set, and 100%. Final estimate will be a compilation of all disciplines. Task No. 2.8 — Field Reviews Includes all trips required to obtain necessary data for all elements of the project. Task No. 2.9 — Technical Meetings Meet with the relevant agencies having jurisdiction (e.g., City of Miami and Miami Dade County Traffic Engineering), to investigate options for roadways configuration, right-of- way information especially with non -dedicated public right-of-way, and overall traffic control. Task No. 2.10 — Quality Assurance/Quality Control (QA/QC) 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. QA/QC will be performed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21. Task No. 2.11— Supervision Includes all efforts required to supervise all roadway technical design activities. Task No. 2.12 — Coordination Includes all efforts for the coordination with all disciplines of the project to produce a final set of construction documents. w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Work Activity 3: Roadway Plans The Consultant must provide all applicable drawings and details and design submittals in accordance with the City of Miami Department of Resilience and Public Works Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/2021. For DRPW submittals, the Consultant must submit design plans to the Project Manager for submittal to DRPW for review and respond to all comments at 15% (Typ. Sect.), 30%, 60%, 60% Permit Progress Set, 100% (final) plans. For all other submittals, the Consultant must submit design plans and applicable documents to all other City Departments and to all applicable local, state, and federal agencies for the review and approval of the construction documents by all applicable entities. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction: • Cover Sheet • Signature Sheet • General Notes • Key Map • Drainage Map (Scale: 1" = 50 ) • Summary of Drainage Structures • Typical Sections approved by Public Works • Roadway Plan (Scale: 1" = 40) • Paving, Grading and Drainage Plans (Scale: 1" = 40) • Roadway Profile • Drainage Structures (Scale: 1" = 10' H & 1" = 5' V) • Cross Sections (Every 50 ft at Scale: 1" = 10' H & 1" = 5' 10 • Stormwater Pollution Prevention Plan • Utility Adjustment Sheets (Scale: 1" = 40 ) • Signage and Pavement Marking Plan • Temporary Traffic Control Notes & Plans • Construction Details (Roadway & Drainage) • 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 Develop a working drainage map showing drainage basin data needed to define the system hydrology and project area. 5 Task No. 4.2 — Design of Storm Drains Design and Plan production of stormwater manhole and catch basins including hydraulic analysis. Identify in drawings all existing drainage structures, pipes, slab covered trenches, and outfall to be cleaned, or replaced if necessary, and quantify in bid line item. Coordinate fully with the appropriate permitting agencies and the City of Miami's staff. All activities and submittals should be coordinated through the City's Project Manager. w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 6 Task No. 4.3 — Optional Culvert Material Provide a Culvert Service Life Estimator analysis for pipe materials based on environmental soil considerations. Task No. 4.4 — 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. Rational method using a 5-year storm up to a 24-hour duration (volumetric design) with infiltration. The system should not pond over the lowest inlet elevation. b. Flood routing method using a 5-year 1-hour storm (FDOT 1-hour distribution) with infiltration. The system should not pond over the lowest inlet distribution. c. Flood routing method using a 10-year, 24-hour storm (SFWMD 24- hour distribution) with infiltration. The system is allowed to pond up to the crown of the road. Task No. 4.5 — Drainage Wells Research existing drainage wells within project limits to determine anticipated drainage well capacity. Design of one (1) drainage well. Task No. 4.6 — 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. 4.7— Drainage Cost Estimate Obtain drainage quantities and provide Engineer's Opinion of Probable Construction Cost Estimate for drainage components at four stages: 30%, 60%, 60% Permit Progress Set, and 100%. Final estimate will be a compilation of all disciplines. Task No. 4.8 — Drainage Field Reviews Includes all trips required to obtain necessary data for all elements of the project. Task No. 4.9 — Drainage Technical Meetings Meet with the relevant agencies having jurisdiction (e.g., City of Miami Public Works, DRER and SFWMD) to determine applicable drainage design requirements and permitting requirements. Task No. 4.12 — 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 w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 areas where infiltration trenches or other drainage improvements are not permitted without environmental remediation. Work Activity 5: Drainage Plans The Consultant must provide all applicable drawings and details for all drainage components of the project included in Section 3 of this document. Task No. 5.10 — Drainage Plans Quality Assurance/Quality Control (QA/QC) QA/QC will be performed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21. Task No. 5.11— Drainage Supervision Includes all efforts required to supervise all drainage technical design activities. Work Activity 6: Utilities 7 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 markups 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. 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 of 60% plans (after comments are implemented) 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 w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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, and assisting and the completion of the UAO(s) work schedule and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. This task can 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 DEPARTMENT's Project Manager. Task No. 6.9 — 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 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: 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.7.1— Reference and Master Design File 8 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. Task No. 7.2 — 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 supporting documentation. Work Activity 8: Signing and Pavement Markings 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: • Pavement Marking & Signage General Notes • Pavement Marking & Signage Plans • Pavement Marking & Signage Quantities Work Activity 9: Environmental Permits The CONSULTANT shall coordinate with the permitting agencies with jurisdiction, prepare and submit permit packages as required, and respond to all RFIs to obtain all necessary permit approvals. A permit allowance is included for the procurement of all environmental permits required. Anticipated permits required are: • South Florida Water Management District (SFWMD) Environmental Resource Permit (ERP) • Miami -Dade County DERM — Plan Review (for self-contained systems) • Miami -Dade County DERM — Drainage Well Review (for system with drainage well) • FDEP Class V Well Permit Work Activity 10: Topographic Survey & Mapping Refer to Appendix "B-2" for detailed Topographic Survey and Mapping scope provided by our sub -consultant Biscayne Engineering Inc, Inc. Work Activity 11: Geotechnical Refer to Appendix "B-3" for detailed Geotechnical scope provided by our sub -consultant Geosol, Inc. Work Activity 12: Subsurface Utility Engineering (SUE) — Optional Service Refer to Appendix "C-1" for detailed Subsurface Utility Engineering (SUE) scope provided by our sub -consultant Longitude Surveyors, Inc Work Activity 13: Sketch and Legal Preparation — Optional Service Refer to Appendix "C-1" for detailed Right of Way Sketch/ Legal Preparation scope provided by our sub -consultant Longitude Surveyors, Inc Work Activity 14: Geotechnical — Reasonable Assurance Report — Optional Service 9 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 If the need for a drainage well is confirmed during the drainage design, our sub -consultant Geosol, Inc. will furnish a Reasonable Assurance Report as required for the FDEP permitting process. Refer to Appendix "C-2" for detailed scope. Work Activity 15: Landscape Architecture Analysis & Plans and Arborist Services — Optional Service Refer to Appendix "C-3" for detailed Landscape scope provided by our sub -consultant Gardner + Semler Landscape Architecture (GLSA) Work Activity 16: Public Involvement Services to be provided by Infinite Source Communications on an as -needed basis. Exclusions: • Construction Contract Administration • Construction Engineering Inspections • Lighting Design Services III. SUBCONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise Delta Consultants Design/Engineering Support Biscayne Engineering Survey Geosol, Inc. Geotechnical Engineering (Basic Services) and Reasonable Assurance Report (Optional Services) Longitude Surveyors, LLC Subsurface Engineering Services (Optional Services) Gardner + Semler Landscape (GLSA), Inc Architecture Landscape Architects and Arborist Services (Optional Services) Infinite Source Communications Public Outreach (Optional Services) IV. 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 Preliminary Investigations, Field Reviews, Technical Meetings 4 NTP NTP + 4 weeks 2 Topographical Survey 4 NTP NTP + 4 weeks 3 Geotechnical Testing 4 NTP weeks NTP + 4 weeks 10 w�� Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Task or Activity ID # Task Name and/or Activity Description Duration (weeks) Projected Start Date Projected Finish Date* 4 15% Typical Section Package 2 NTP + 4 weeks NTP + 6 weeks 5 Allocated Review time for City Public Works Review of Typical Section Package 4 NTP + 6 weeks NTP + 10 weeks 6 30% Roadway, Drainage, Signing and Pavement Markings, Lighting and Landscaping Analysis, Agency Coordination, Technical Meetings. 4 NTP + 10 weeks NTP + 14 weeks 7 Allocated Review time for City Public Works Review of 30% Submittal 4 NTP + 14 weeks NTP + 18 weeks 8 Provide Responses to provided 30% Comments 1 NTP + 18 weeks NTP + 19 weeks 9 60% Roadway, Drainage, Signing and Pavement Markings, Lighting and Landscaping Analysis, Agency Coordination, Technical Meetings 5 NTP + 19 weeks NTP + 24 weeks 10 Allocated Review time for City Public Works Review of 60% Submittal 4 NTP + 24 weeks NTP + 28 weeks 11 Provide Responses to provided 60% Comments 1 NTP + 28 weeks NTP + 29 weeks 12 Subsurface Utility Engineering (SUE) (Optional Service) R/W Sketch and Legal (Optional Service) 4 NTP + 29 weeks NTP + 33 weeks 13 60% Permit Progress Set Roadway, Drainage, Signing and Pavement Markings, Lighting and Landscaping Analysis, Agency Coordination, Technical Meetings 4 NTP + 33 weeks NTP + 37 weeks 14 Submit and obtain Permits from all Agencies 4 NTP + 37 weeks NTP + 41 weeks 15 Allocated Review time for City Public Works Review of 60% Permit Progress Set Submittal 2 NTP + 37 weeks NTP + 39 weeks 16 Provide Responses to provided 90% Comments 1 NTP + 39 weeks NTP + 40 weeks 17 100% Roadway -Drainage, Signing and Pavements Markings, Lighting and Landscaping Plans 4 NTP + 41 weeks NTP + 45 weeks 18 Allocated Review time for City Public Works Review of 100% Submittal 4 NTP + 45 weeks NTP + 49 weeks 19 Provide Responses to provided 100% Comments 1 NTP + 49 weeks NTP + 50 weeks 11 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Task or Activity ID # Task Name and/or Activity Description Duration (weeks) Projected Start Date Projected Finish Date* 20 Submit Signed and Sealed Plans, Specifications, Bid Forms, CADD Files, Permits, Certifications, etc. — Plans Completed 2 NTP + 50 weeks NTP + 52 weeks • 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 4 weeks duration for review time by the City between each submittal with the exception of Task 15 which includes a 2-week duration. V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of One million ninety-two thousand six hundred forty-five and fifty-seven cents ($1,092,645.67) and a Limited Amount fee of Two hundred thirty-seven thousand eight hundred eighty-seven and fifty-six cents ($237,887.56). 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. SUMMARY OF COMPENSATION Task or Activity Major Task Name and/or Activity Description Fee Amount Fee Basis ID # Professional Engineering Services 1 Schematic Design (Typical Section and Pavement Design) (15% Submittal) $ 148,690.26 Lump Sum 2 Construction Documents (30% Submittal) $ 148,690.26 Lump Sum 3 Construction Documents (60% Submittal) $ 297,380.53 Lump Sum 4 Construction Documents (60% Permit Progress Submittal) $ 297,380.53 Lump Sum 5 Topographical Survey $ 69,451.76 Lump Sum 6 Geotechnical Testing $ 31,925.48 Lump Sum Bidding and Award Contract Documents (100% Submittal) $ 99,126.84 Lum Sum p 8 Subtotal Professional Fees (Lump Sum) $ 1,092,645.67 Lump Sum Subsurface Utility Engineering (SUE) (Optional Service) $ 20,557.80 Limiting Amount 9 R/W Sketches and Legals (Optional Service) $ 5,222.41 Limiting Amount 10 Geotechnical Reasonable Assurance Report (Optional Service) $ 22 933 82 Limiting Amount 11 Public Outreach (Optional Service) $ 20,000.00 Limiting Amount 12 Permitting fees/ Contingency Amount $ 5,000.00 Limiting Amount 12 c�t Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 SUMMARY OF COMPENSATION 13 Arborist Services (Allowance/ Optional Service) $ 11,000.00 Limiting Amount 14 Landscaping Construction Documentation (Optional Service) $ 33,670.51 Limiting Amount 15 Post Design Services (Allowance) $ 119,503.02 Limiting Amount Subtotal Additional Fees (Limited Amount) $ 237,887.56 Limiting Amount Total Contract Amount $ 1,330,533.23 LS + LA *Note: Compensation should match the Task, Activities, and/or Deliverables 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. 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 • Special details of landscaping as utilized by the city. • Environmental Contamination Reports, if available. 13 Utt Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 VIII. PROJECT MANAGER CONSULTANTS Project Manager for this Work Order assignment will be Arnelio Alfonso, P.E. Prepared by: CHA Approval by: Reviewed and approval in concept recommended by: 14 Arnelio Alfofiso, P.E. CHA Consulting, Inc CHA Consulting, Inc`��t,�.�t5le"r Javier Romero, Project Manager Department of Resilience and Public Works- City of Miami CHA Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT A FEE PROPOSAL PRIME CONSULTANT 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID o1B7F71&C94F-4CDO-B95&DCDEI7CBF784 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: CHA Consulting, Inc. Contract No.: RFQ-23-24-004 Date: 6/21/2024 Estimator: Arnelio Alfonso, P.E. STAFF CLASSIFICATION Job Classification Staff Applicable Rate Lead Project Manager Arnelio Alfonso Rate: $76.00 Lead Roadway Engineer Alejandro Leon Rate: $74.00 Lead Stormwater Engineer Angela Baron -Ruiz Rate: $74.00 CEI Specialist Alexander Milz Rate: $72.00 Project Engineer Rocio Trimino-Gort Rate: $55.00 Project Engineer Victor Venezia Rate: $55.00 CADD Technician Ivonne Lau Rate: $35.00 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 1 Project General Tasks 152 $11,552 22 $1,628 24 $1,776 10 $550 208 $15,506 $74.55 2 Roadway Analysis 90 $6,840 530 $39,220 465 $25,575 242 $8,470 1,327 $80,105 $60.37 3 Roadway Plans 60 $4,560 313 $23,162 179 $9,845 340 $11,900 892 $49,467 $55.46 4 Drainage Analysis 90 $6,840 440 $32,560 400 $22,000 225 $7,875 1,155 $69,275 $59.98 5 Drainage Plans 80 $6,080 416 $30,784 290 $15,950 403 $14,105 1,189 $66,919 $56.28 6 Utility Coordination 10 $760 20 $1,480 60 $3,300 70 $2,450 160 $7,990 $49.94 7 Signing & Pavement Markings Analysis 5 $380 70 $5,180 70 $3,850 86 $3,010 231 $12,420 $53.77 8 Signing & Pavement Markings Plans 5 $380 30 $2,220 86 $4,730 83 $2,905 204 $10,235 $50.17 9 Environmental Permits 20 $1,520 40 $2,960 12 $660 12 $420 84 $5,560 $66.19 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 512 985 920 712 860 1461 5,450 Total Staff Cost $38,912.00 $72,890.00 $68,080.00 $39,160.00 $47,300.00 $51,135.00 $317,477.00 $58.25 Total % of Work by Position 9.4% 18.1 % 16.9% 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 13.1 % 15.8% 1 - SUBTOTAL Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 26.8% ESTIMATED FEE: (multiplier 2.90) Biscayne Engineering (Survey) Geosol (Geotechnical) Delta Consultants (Engineering/Design Support) Geosol RAR (Opt. Svcs. Lim. Amt.) GSLA (Landscape) (Opt. Svcs. Lim. Amt.) Longitude Surveyors (SUE) (Opt. Svcs. Lim. Longitude Surveyors (S&L) (Opt. Svcs. Lim. Amt.) $920,683.30 $69,451.76 $31,925.48 $70,585.13 $22,933.82 $33,670.51 $20,557.80 Subconsultant: ISC (Public Outreach) (Opt. Svcs. Lim. Amt.)_ 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: Arborist Services ( Landscape Allowance) Permitting Fees / Contingency Amount (Allowance) Post Design Services (Allowance) GRAND TOTAL ESTIMATED FEE: $5,222.41 $20,000.00 $1,195,030.21 $1,195,030.21 $11,000.00 $5,000.00 $119,503.02 $1,330,533.23 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Work Activity 1: Project General Tasks Estimator: Arnelio Alfonso, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Unit No of Units Hours / Unit Total Hours Comments 1.1 Public Involvement LS 1 Allowance/ Optional Services 1.2 Joint Project Agreements EA 1 Separate Proposal 1.3 Specifications Package Preparation LS 1 20 20 Add any Special Provisions to City Standard Specification Package. 1.4 Contract Maintenance LS 1 80 80 Initial set-up estimated at 20 hours +4 hours per month for update/maintenance + 12 hours for final project documentation 1.5 Prime Consultant Project Manager Meetings LS 24 2 48 2 hrs x 2 monthly meetings x 12 months 1.6 Other Project General Tasks LS 1 60 60 Grant management support/coordination 1.7 Post Design Services LS 1 Allowance Includes: Attend pre -construction mtgs; Attend monthly construction mtgs; Review shop drawings; Respond to RFI's. Exclusions: -Project certification will be done by the CEI. CEI services will be negotiated at a later time. -Pre-bid/bid assistance. 1. General Tasks Total 208 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 1. Project General Task Page 1 of 9 6/21/2024 Docusign Envelope ID: 01B7F718-C94F-4CDO-B958-DCDE17CBF7B4 2. Roadway Analysis Estimator: Alejandro Leon, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Units No of Units Hours / Unit Total Hours Comments 2.1 Typical Section Package LS 1 45 45 Typical Section Package includes 9 typicals sections using City Format (5 hours each typical) 2.2 Pavement Design Package LS Standard City of Miami Pavement Design will be used 2.3 Horizontal Vertical Master Design Files LS 1 600 600 Includes design of roadway, sidewalk, hardscape, amenities, curb and gutter, etc. 2.4 Cross Section Design Files LS 1 312 312 Develop cross sections along NW N River Drive (15,600 LF at 50' spacing) = 312 cross sections x 1 hr each 2.5 Traffic Control Analysis LS 1 80 80 Level 1 TCP Plans. Use General Notes and Phasing Notes referencing FDOT Standards. (Roadway only) 2.6 Computation of Quantities LS 1 40 40 Include effort to determine quantities for placement in the various Summary of Quantities Sheets. 2.7 Cost Estimate LS 1 20 20 5hrs x 4 updates (includes 30%, 60%, 90% and 100% Engineering Opinion's of Construction Cost) Roadway Analysis Technical Subtotal 1097 2.8 Field Reviews LS 1 78 78 2 person x 5 hrs x 7 field reviews. Plus 1 meeting x 4 hrs x 2 persons for preliminary field review meeting to set scope. 2.9 Technical Meetings LS 1 20 20 Meetings with CIP/ Public Works (16 meetings) and Miami Dade County (4 meetings), Total 20 meetings x 1 hours each = 10 hrs 2.10 Quality Assurance/Quality Control LS % 5% 55 2.11 Supervision LS % 5% 55 Roadway Analysis Nontechnical Subtotal 208 2.12 Coordination LS % 2% 22 2. Roadway Analysis Total 1327 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 2. Roadway Analysis Page 2of9 6/21/2024 Docusign Envelope ID: 01B7F718-C94F-4CDO-B958-DCDE17CBF7B4 3. Roadway Plans Estimator: Alejandro Leon, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Scale Units No. of Units Hours / Unit Total Hours 3.1 Key Sheet Sheet 1 8 8 3.2 Summary of Pay Items Sheet 1 16 16 Develop/maintain for all phases 3.3 Typical Section Sheets Sheet 11 4 44 9 Typical Sections plus 2 details (Total 11 sheets) 3.4 General Notes/Pay Item notes Sheet 1 8 8 3.5 Box Culvert Data Sheet Sheet 3.6 Project Layout Sheet 1 12 12 3.7 Plan/Profile Sheet 40 Sheet 54 4 216 3.8 Back of Sidewalk Profile Sheet Sheet 20 6 120 Special Back of Sidewalk profile to match adjacent properties (at critical locations) 3.9 Miscellaneous Detail Sheets Sheet 8 6 48 Details for Driveways, ADA curb ramps, sidewalk, root pruning, etc. (Total 8 sheets) 3.10 Roadway Soil Survey Sheet Sheet Provided by Geotechnical Sub -Consultant 3.11 Cross Sections 20/10 EA 320 0.3 96 Includes minor labeling and modifications to sections. 3.12 Traffic Control Plan Sheets Sheet 3.13 Traffic Control Cross Section Sheets EA 3.14 Traffic Control Detail Sheets Sheet 10 2 20 Include MOT Notes, typical Sections for Phase I, II, and III on all roads. 3.15 Utility Adjustment Sheets 40 Sheet 54 3 162 3.16 Selective Clearing and Grubbing Sheet 3.17 Project Control Network Sheet Sheet 3.18 Interim Standards LS 3.19 Utility Verification Sheet (SUE data) Sheet 1 60 60 Generate a Plan sheet from the results obtained from the Utility SUE results. Roadway Plans Technical Subtotal 810 3.20 Quality Assurance/Quality Control LS % 5% 41 3.21 Supervision LS % 5% 41 3. Roadway Plans Total 892 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 3. Roadway Plans Page 3 of 9 6/21/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 4. Drainage Analysis Estimator: Arnelio Alfonso, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Units No of Units Hours / Unit Total Hours Comments 4.1 Drainage Map Hydrology Per Map 9 6 54 Assumed 1 map per road segment 4.2 Design of Storm Drains EA 195 3 585 -195 structures needed (per SW Master Plan: 104 in Basin 18 and approx. 61 in Basin 62) + estimated 30 existing structures to be modified -Includes development of cross sections and hydraulic/ICPR post -development analysis 4.3 Optional Culvert Material EA 195 0.1 20 Culvert Service Life Estimator analysis 4.4 French Drain Design Per 1000 Feet of French Drain 17 5 10 175 17,500 LF of FD per SW Master Plan (12,500 LF in Basin 18 and approx. 5,000 in Basin 62) 4.5 Drainage Wells EA 1 10 10 4.6 Drainage Design Documentation Report LS 1 110 110 -Prepare document outlining improvements -Drainage calculations - FDEP SLIP study 4.7 Cost Estimate LS 4 3 12 3hrs x 4 updates (includes 30%, 60%% , 90% and 100 Engineering Opinion's of Construction Cost) Drainage Analysis Technical Subtotal 966 4.8 Field Reviews LS 4 10 40 5 hrs/review (including travel time) x 2 engineers x 4 reviews 4.9 Technical Meetings LS 6 4 24 Meetings with City of Miami Public Works, DRER and SFWMD (Estimate 2 meetings with each agency x 2 hrs x 2 engineers) + 1 Utility coordination meeting x 1 engineer x 2 hrs 4.10 Quality Assurance/Quality Control LS % 5% 48 4.11 Supervision LS % 5% 48 Drainage Analysis Nontechnical Subtotal 160 4.12 (Coordination LS I % I 3% 29 4. Drainage Analysis Total 1155 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 4. Drainage Analysis Page 4 of 9 6/21/2024 Docusign Envelope ID: 01B7F718-C94F-4CDO-B958-DCDE17CBF7B4 5. Drainage Plans Estimator: Arnelio Alfonso, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Scale Units No. of Units Hours / Unit Total Hours Comments 5.1 Drainage Map 50 Sheet 16 16 256 Scale 50 - Max. road length in 1 sheet = 1300' / 2 consecutive blocks = 16 sheets anticipated 5.2 Paving Grading and Drainage Plan Sheets 40 Sheet 54 4 216 Separate PG&D Sheets with same scale as roadway plan sheets 5.3 Summary of Drainage Structures Sheet 7 16 112 210 structures / 30 structures per sheet 5.4 Optional Pipe/Culvert Material Sheet 1 4 4 5.5 Drainage Structure Sheets (Per Structure) EA 195 1.5 293 Includes creating and delivering the Drainage Structures sheets and work for Drainage Plan View and Drainage Profiles 5.6 Miscellaneous Drainage Detail Sheets Sheet 4 8 32 5.7 Erosion Control Plan Sheets 40 Sheet 54 3 162 Separate Erosion Control Sheets with same scale as roadway plan sheets 5.8 SWPPP Sheets Sheet 2 3 6 Drainage Plans Technical Subtotal 1081 5.9 Quality Assurance/Quality Control LS % 5% 54 5.10 Supervision LS % 5% 54 5. Drainage Plans Total 1189 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 5. Drainage Plans Page 5 of 9 6/21/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 6. Utilities Estimator: Lisette Guon Clemente Park Neighborhood Flood Improvements B-233817 Task No. TASK Units No of Units Hours / Unit Total Hours Comments 6.1 Identify Existing Utility Agency Owners (UAOs) LS 1 12 12 12 utilities within the project Limits (12 utilities x 1 hrs) 6.2 Make Utility Contacts LS 12 3 36 12 utilities x 1 hr (first contact) + 12 utilitiies x 1 hrs (second contact) + 12 utilities x 1 hrs (final coordination) 6.3 Individual/Field Meetings LS 2 5 10 1 hr preparation + 2 hrs travel + 2 hrs meeting (Assume at least 2 companies would like to meet in the field) 6.4 Collect and Review Plans and Data from UAO(s) LS 12 2 24 2 hrs x 12 utilities 6.5 Utility Design Meeting LS 1 8 8 2 hrs preparation + 2 travel + 2 hrs meeting + 2 hrs to prepare minutes 6.6 Review Utility Markups, Work Schedules, Processing of Schedules and Agreements LS 2 12 24 2 hr. x 12 utilities 6.7 Utility Coordination / Followup LS 1 12 12 1 hrs x 12 utilities x 1 complexity factor 6.8 Utility Constructability Review LS 8 2 16 2 hrs x 8 utilities (assuming 8 UAOs will have UWS) 6.9 Certification/Close-out LS 12 1.5 18 1.5 hrs x 12 utilities 6. Utilities Total 160 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 6. Utilities Page 6 of 9 6/21/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 7. Signing & Marking Analysis Estimator: Alejandro Leon, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Units No. of Units Hours/ Units Total Hours Comments 7.1 Reference and Master Design File LS 1 180 180 7.2 Quantities LS 1 24 24 7.3 Other Signing and Pavement Marking LS 1 No special signage anticipated Signing & Pavement Marking Analysis Technical Subtotal 204 7.4 Quality Assurance/Quality Control LS % 5% 10 7.5 Supervision LS % 5% 10 Signing & Pavement Marking Analysis Nontechnical Subtotal 20 7.6 Coordination LS % 3% 7 7. Signing & Pavement Marking Analysis Total 231 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 7. Signing & Marking Analysis Page 7 of 9 6/21/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 8. Signing & Marking Plans Estimator: Alejandro Leon, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Scale Units No of Units Hours/ Unit Total Hours Comments 8.1 Key Sheet Sheet 1 Not Needed 8.2 General Notes / Pay Item Notes Sheet 1 Included on Roadway Notes 8.3 Plan Sheet 40 Sheet 54 3 162 Effort required to create Signing and Marking Sheets. 8.4 Special Details EA 6 4 24 Signing & Pavement Marking Plans Technical Subtotal 186 8.5 Quality Assurance/Quality Control LS % 5% 9 8.6 Supervision LS % 5% 9 8. Signing & Pavement Marking Plans Total 204 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 8. Signing & Marking Plans Page 8 of 9 6/21/2024 Docusign Envelope ID: 01B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Project Activity 9: Environmental Permits Estimator: Arnelio Alfonso, P.E. Clemente Park Neighborhood Flood Improvements B-233817 Task No. Task Units No. of Units Hours/ Units Total Hours Comments 9.1 Preliminary Project Research LS 1 12 12 -First look at project during initial plans review to check permit involment -Pre-application coordination. 9.2 Complete And Submit All Required Permit Applications LS 4 16 64 - Anticipated SFWMD, DRER Plan Review Section, DRER Water Control Section and FDEP permits (4 agencies). - Includes 8 hrs for initial coordination per agency + 4 hrs/RFI x 2 RFIs/agency Environmental Permits Technical Subtotal 76 9.3 Technical Meetings LS Included in 9.2 9.4 Quality Assurance/Quality Control LS % 5% 4 9.5 Supervision LS % 5% 4 Environmental Permits Nontechnical SubTotal 8 9.6 Coordination LS % 3% 9. Environmental Permits Total 84 B-233817 Clemente Park - CHA man-hour Proposal_MASTER.xls 9. Environmental Permits Page 9 of 9 6/21/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT B FEE PROPOSAL SUB -CONSULTANTS 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT B-1 DELTA CONSULTANTS DESIGN/ENGINEERING SUPPORT 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 delta/` May 6, 2024 To: Angela Baron -Ruiz, P.E. (CHA Consulting, Inc.) From: Mariana Evora, P.E. (Delta Consultants, LLC) Re: City of Miami Clemente Park Neighborhood Flood Improvements Dear Mrs. Baron -Ruiz Scope of Services Thank you for the opportunity to provide CHA Consulting, Inc. (CHA) with engineering design services. Pursuant to your request for proposal for the subject project, Delta is pleased to present the following: Task 100 — Project Management & Definition of Scope Delta will provide the following services under this subtask: • Delta will work with CHA and the City to define the portions of scope that pertain to Delta. • Delta will participate (or lead, if requested) in a kick-off meeting at CHA offices or another chosen location • Delta will hold periodic coordination meetings in person, or by teleconference, to discuss project progress. Deliverables • No deliverables are associated with this subtask. Task 200 — Engineering Design Support As part of this subtask, Delta will: • Provide engineering design support services to CHA. These services may include, but are not limited to, the development of hydraulic calculations, assistance with the development of an engineer's report, roadway design, utility coordination, and the selection of pipe and other construction materials. Deliverables Deliverables for this subtask may include: • Engineering Calculations • Engineer's Report Task 300 — Design & Plans Production As part of this subtask, Delta will: • Assist with the development of contract documents for the overall project, including production sheets (plan and profile), detail sheets, and general sheets. Deliverables Deliverables for this subtask may include: • Plan sheets, submittals will be provided as requested by CHA (30%, 60%, 90%, etc.) Task 400 — Permitting The permitting effort will include the following activities: • Development of a permitting matrix Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 May 6, 2024 • Development of Permit Applications deltaA • Submittals • Permitting Support to provide review of comments from permitting agencies and provide responses as required. Deliverables • Permitting Matrix to be provided with 30% submittal • Permit Applications to be provided with the 90% submittal • Responses to comments from permitting agencies Assumptions The following assumptions were utilized to elaborate the scope of work: • The scope assumes Delta will work collaboratively with CHA to provide engineering, design, and permitting assistance for the allotted sum. • The scope assumes general subtasks. A project specific scope will be coordinated with CHA at the project kickoff meeting. It is assumed that the project specific scope will substantially • Delta will provide shop drawing review, as requested by CHA. • Construction inspection is not included in the scope. • Hydraulic modeling is not included in the scope. Schedule The project schedule will be developed upon Notice to Proceed. Delta will provide the services described in this scope of work for a lump sum total of $70,585.13 Authorization Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: Delta Consultants Contract No.: CHA004 Date: 6/11/2024 Estimator: Mariana Evora, PE STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Rate: $74.14 Sr. Civil Engineer Mariana Evora, PE Rate: $72.00 Project Engineer Thalia Isla Rate: $52.84 CADD Technician Karol Ramirez Rate: $31.45 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 Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours 1 Project Management / Coordination Meetings 2 Engineering Design Support 30 $2,160 100 $5,284 40 $1,258 170 $8,702 $51.19 3 Design & Plans Production 4 Permitting 40 25 $2,880 $1,800 100 30 $5,284 $1,585 130 $4,089 270 55 $12,253 $3,385 $45.38 $61.55 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 95 230 170 495 Total Staff Cost $6,840.00 $12,153.20 $5,346.50 $24,339.70 $49.17 Total % of Work by Position 19.2% 46.5% 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 34.3% 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: $70,585.13 $70,585.13 $70,585.13 $70,585.13 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT B-2 BISCAYNE ENGINEERING SURVEYING 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 BISCAYNE ENGINEERING INSPIRED BEYOND MEASURE SINCE 1898 529 West Flagler Street, Miami, FL 33130 Tel. (305) 324-7671, Fax (305) 324-1700 Web: www.biscayneenciineering.com E-mail: info@biscavneenoineerino.com CONSULTANT WORK ORDER PROPOSAL Date: April 30, 2024 (Revised 6112124) CHA Consulting, Inc. 3 Winners Circle, Suite 100 Albany, NY 12205-0269 Attetnion: Ms. Angela M. Baron -Ruiz, PE*, ENV SP Project Manager, Senior Engineer Dear Ms. Baron -Ruiz: Transmitted Via Email: abaron a@chasolutions.com Office: 786. 257.3084 Biscayne Engineering Company, Inc proposes to provide the services identified below for the project entitled "City of Miami Clemente Park Neighborhood Flood Improvements" pursuant to its Professional Service Agreement with the City of Miami for Surveying and Mapping services, RFQ 16-17-027, dated March 30, 2018. I. GENERAL Project Limits: • From N. Miami Ave to NW 3rd Avenue between NW 30th Street to NW 37th Street, Clemente Park - District 5 (SEE ATTACHMENT "A" ON PAGE 5). Project Length is approximately 15,600 linear feet. II. SCOPE OF WORK Task 1: Biscayne Engineering will prepare a Topographic Survey within the survey limits as requested and provided by the client (See Attachment "A"). Survey limits at intersecting roads will be bounded by the points of intersection with the nearest block corners (such as at the westerly line of North Miami Avenue for example). Tasks shall include: • Establish Control Network referenced horizontally to Florida East Zone State Plane Coordinates (NAD83/2011 adjustment) and vertically to the North American Vertical Datum of 1988 (NAVD88). • Locate sufficient property corners and centerline control so that a determination can be made as to the location, on the ground, of the limits of the right-of-way based on the record plats, City of Miami Municipal Atlas, and record instruments provided by the client. NOTE: Biscayne Engineering will not perform title work to determine the existence of potential right-of-way dedications within the survey limits. • Show lot lines and lot numbers per plat. • Show Base Building Lines per the City of Miami Code of Ordinances. • Show easements, covenants, restrictions, etc. that can be found on plats, deeds, and other public records relative to the project that can be found on the Property Appraiser's website. NOTE: No title searches or additional title work will be provided by Biscayne Engineering. Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 • Locate visible above ground improvements (structures, asphalt, sidewalks, visible above ground utilities, manholes, catch basin, hydrants, utility poles) within the survey limits, extending to 10' beyond right of way (where accessible). This includes all edge of pavement lines, curb and gutters, sidewalks, ADA ramps, driveways, trees, slabs, fences, guard rails, poles, buildings, columns, walls, fences and gates, planters, hedges, light poles, power poles, signs, bollards, catch basins, manholes, utilities, and any other significant above- ground features within the survey limits. • Obtain cross sections at 25' intervals within the survey limits extending 5 feet beyond right of way (where accessible). Elevations include at a minimum: crown of road, edge of travel lane, edge of pavement, gutter/flow line, top of curb, front of sidewalk and back of sidewalk. Elevations of the site will be measured on the pavements, curbs, ground, slabs, visible utilities, tops of underground vaults/boxes, and walkways within the survey limits. • Locate visible, above ground appurtenances to underground utilities (manholes, catch basins, hydrants, utility poles) within the survey limits. • Locate sanitary and drainage sewer structures and obtain the rim elevations, pipe inverts, and bottom elevation of the structures where accessible (includes pipe directions, diameters, and materials). Visible drainage features within survey limits will also be located (inlets, pipe runs, outfalls, etc.). • Biscayne Engineering will show the location of trees and number them on the survey (client will provide a certified arborist to identify the types and measure the trees). Biscayne Engineering can incorporate the tree table into the survey. • Survey will include location of all visible above ground features and improvements within the limits identified by the Client and as shown in the survey limits, collecting the required data with sufficient density for the purpose of creating a DTM (digital terrain model). NOTE: The creation of a DTM by Biscayne Engineering is not a part of this proposal. EXCLUSIONS: • Improvements not mentioned in the "Topographic Survey tasks" will not be shown. • Finished Floor Elevations • Mean high water line survey or wetlands delineation. • Zoning Report or interpretation of setback lines. • Investigation of potential right-of-way dedications within the survey limits not shown in recorded plats or in the City of Miami Municipal Atlas (it should be noted that Biscayne Engineering will not perform title work to determine the existence of potential right-of-way dedications within the survey limits). • Investigation of potential easements within the survey limits not shown in recorded plats or in the City of Miami Municipal Atlas (it should be noted that Biscayne Engineering will not perform title work to determine the existence of potential easements within the survey limits). • Title Work, Table "A" Options, and FEMA Flood Certificate will not be considered. • Underground utility lines (or research of as-builts), manhole connections, or test holes. • DTM or TIN surface file. DELIVERABLES: • PDF version of survey digitally signed and sealed in City of Miami e-plan format. • PNEZD (Comma Delimited) file for creation of existing surface (excluding elevation points for fences, trees, gates, etc.) • CAD File (in AutoCAD Civil 3D). 2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 III. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise N/A N/A IV. SCHEDULE OF WORK — TIME OF PERFORMANCE SCHEDULE OF DELIVERABLES Task, Sub- task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable Duration (specify weeks or calendar days) Delivery Date* (Cumulative weeks, or calendar days) 1 Topographic Survey NTP + 8 weeks * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum, Not to Exceed fee of sixty nine thousand four hundred and fifty one dollars and seventy six cents ($69,451.76).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. SUMMARY OF COMPENSATION* Task, Sub -task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis 1 Topographic Survey $67,451.76 Sub -total $67,451.76 2 *Contingency $2,000.00 Allowance for Reimbursable Expenses $0.00 TOTAL $69,451.76 Lump Sum Note: • Compensation should match the Task, Activities, and/or Deliverables identified. • *The contingency can only be used after written authorization from the city. 3 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 VI. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. VII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Alberto Rabionet, PSM Submitted by: Alberto J. Rabionet, PSM Biscayne Engineering Company, Inc Reviewed and approved in concept recommended by: City of Miami uocusign onveiope iu: UI of r ii o-i,awr-wwu-oaoo-ui,uoi i i,or i ow OE II CO CGO p _ • CaZip71. II CZ RAMP k 1195 OFF RAMP Q I: 1 ' . , ' .: day 11 i i @ '� H @ m ECU OF r y trek �r;r'6r.tir UAAJ.agEgiII »! 1 mgKENEg 1 s� 1 U1.5 E.111CJII @ may �1 vofilg Gr_g MUM ElLOV mgg Eg O PROPOSED GRAVITY WELL PROPOSED EXFILTRATION PROPOSED DRAINAGE/ROADWAY IMPROVEMENTS PROJECT BOUNDARY Clemente Flood Improvements 0 250 500 1,000 Feet CITY COMMISSION DISTRICT 5 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Clemente Park Neighborhood Flood Improvements Project No.: Description: Topographic Survey Consultant Name: Biscayne Engineering Co. Contract No.: Date: 6/12/2024 Estimator: Alberto Rabionet STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Alberto Rabionet Rate: $57.69 Project Surveyor & Mapper Wolf Hueck Rate: $49.04 Survey Igor Volovelsky Rate: Technician $28.35 Position 4 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 Mar hours Cost/Activity Mar hours Cost/ Activity Mar hours Cost/ Activity Mar hours Cost/ Activity Mar hours Cost/ Activity 1 Topographic Survey 24.00 $1,385 40.0 $1,962 280 $7,938 344 $11,284 $32.80 2 3 4 5 6 7 8 9 0 11 2 3 4 5 6 7 8 9 20 21 22 23 24 25 26 27 Total Staff Hours 24 40 280 344 Total Staff Cost $1,384.56 $1,961.60 $7,938.00 $11,284.16 $32.80 Total % of Work by Position 7.0% 11.6% 81.4% ESTIMATE OF SURVEY CREW COSTS 1 3 - man Survey Crew: 35.0 4 - man Survey Crew: crew days at crew days at $992.22 / day = $ 34,727.70 /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 Mlam:, C I P. Form 11 ]. Created 8/24/09 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Contingency: 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: $32,724.06 $2,000.00 $34,724.06 $ 34,727.70 $69,451.76 $69,451.76 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT B-3 GEOSOL INC GEOTECHNICAL 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CHA 8935 NW 35th Lane, Suite 200 Doral, FL 33172 Attention: Ms. Angela M. Baron -Ruiz, PE — Project Manage/Senior Engineer April 29, 2024 (Revised June 12, 2024) Re: Proposal for Geotechnical Services Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 3rd Avenue between NW 30th Street to NW 37th Street City of Miami, Florida GEOSOL Proposal No. P-224135-B-R1 Dear Ms. Baron -Ruiz: In accordance with your requests on April 26, 2024 and June 12, 2024, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to geotechnical services for the above -referenced project. The enclosed proposal includes an estimate of the work effort and our anticipated approach, based on our understanding of the project. As we understand it, the City of Miami plans to provide improvement in the Clemente Park neighborhood in the City of Miami, Florida. The proposed improvements will consist of water main replacement, as well as drainage improvements from Miami Avenue to NW 3rd Avenue between NW 30th Street and NW 37th Street in the City of Miami, Florida. As requested, the scope of services for this phase of the project will be limited to the borehole percolation testing in accordance with the South Florida Water Management District's Usual Open -Hole testing procedures will be required for the design and construction of the proposed improvements. As requested, this proposal excludes any geotechnical services for the proposed water main replacement, and we understand that these services will be part of a separate proposal. 1) Perform sixteen (16) borehole percolation tests for use in drainage evaluations and design at depths of 10 feet. The testing will be performed in accordance with the South Florida Water Management District's Usual Open -Hole testing procedures. Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the boring locations and will proceed to obtain a Public Works Permit from the City of Miami. The permit application process typically takes up to fourteen (14) working days. Given the scope described herein, we can complete the field studyforthe site within six (6) working days. The laboratory testing can be completed within ten (10) working days after completion of the field-testing program. The geotechnical report can be completed within five (5) working days after completion of the laboratory testing program. Therefore, we can complete the requested services in about a seven (7)-week period upon receiving Notice to Proceed. Based on our interpretation of your requirements, we are willing to complete the geotechnical services and report preparation for a total of $31,925.48. We have enclosed a detailed Fee Proposal for your review. In closing, Geosol, Inc. also understand the following City of Miami requirements and will abide by them: 1. Our task will be performed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21. 2. The reference Vertical and Horizontal Datum References must be: NAVD 88 (Vertical) and NAD 83(2011) (Horizontal). 3. Our scope in accordance with submittal requirements. 4. No permitting fees are included, as it is assumed that they will be waived/reimbursed by other means 5. Design hours are limiting amount. I I II GEOSOL, Inc. ♦I I I♦ 5795-A N.W.151st Street Miami Lakes, FL 33014 Phone (305) 828-4367; Fax (305) 828-4235 E-mail: geosolusa@bellsouth.net Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Proposal for Geotechnical Services Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 3rd Avenue between NW 30th Street to NW 37th Street City of Miami, Florida GEOSOL Proposal No. P-224135-B-R1 2 GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us. Sincerely, GEOSOL, INC. Oracio Riccobono, P.E. Senior Geotechnical Engineer/President Attachments: 1) Fee Proposal 1) Man -Hour Forecast I I I I I GEOSOL. Inc ♦ I I I ♦_ 1 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: Geosol, Inc. Contract No.: enter consultants proj. number Date: 6/12/2024 Estimator: Oracio Riccobono STAFF CLASSIFICATION Job Classificatiof Staff Applicable RatE Chief Geotechnical Engineer Oracio Riccobono Rate: $201.46 Senior Geotechnical Engineer Adnan Ismail Rate: $157.85 Project Geotechnical Engineer Juan C. Gonzalez Rate: $117.16 Senior Engineering Technician Jose Gonzalez Rate: $101.30 CADD Technician Angel Noguerol Rate: $91.21 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 1 Geotecchnical 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 17 $3,425 44 $6,945 21 $2,460 36 $3,647 6 $547 124 $17,025 $137.30 Total Staff Hours Total Staff Cost 17 $3,424.82 44 $6,945.40 21 $2,460.36 36 $3,646.80 6 $547.26 124 $17,024.64 $137.30 Total % of Work by Position 13.7% 35.5% 16.9% 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 29.0% 4.8% 1 - SUBTOTAL ESTIMATED FEE: (multiplie 1.00) 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: $17,024.64 $17,024.64 $14,900.84 $31,925.48 $31,925.48 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 GEOSOL, INC. FEE PROPOSAL FOR GEOTECHNICAL SERVICES City of Miami Clemente Park Neighborhood Flood Improvements City of Miami, Florida GEOSOL PROPOSAL No. P-224135-B-R1 DESCRIPTION UNITS # OF UNIT TOTAL UNITS RATE ($) 1. FIELD INVESTIGATION 1A) FIELD ACTIVITIES Percolation Tests - Open Hole Method - Testing at 16 locations at 10 feet deep EACH 16.0 $552.96 $8,847.36 Closing Holes with Grout FEET 160.0 $9.17 $1,467.20 SUB -TOTAL (for FIELD INVESTIGATION) 1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION $10,314.56 Mobilization of truck mounted rig EACH 4.0 $401.27 $1,605.08 Cones, Sign, Flags, Barricades, Arrow Board DAY 4.0 $250.00 $1,000.00 City of Miami Permit Application and Related Fees (No permitting fees are included, as it is assumed that they will be waived/reimbursed by other means) EACH 1.0 $0.00 $0.00 SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION) TOTAL FIELD INVESTIGATION 2. LABORATORY PROGRAM $2,605.08 $12,919.64 Corrosion Testing including resistivity, chlorides, pH & sulfates per FDOT 5-550 to FM 5-553 EACH 12 $165.10 $1,981.20 TOTAL LABORATORY PROGRAM TOTAL FIELD AND LABORATORY PROGRAM 3. ENGINEERING SERVICES $1,981.20 $14,900.84 Chief Geotechnical Engineer HOUR 17 $201.46 $3,424.82 Senior Geotechnical Engineer HOUR 44 $157.85 $6,945.40 Project Geotechnical Engineer HOUR 21 $117.16 $2,460.36 Senior Engineering Technician HOUR 36 $101.30 $3,646.80 CADD Technician HOUR 6 $91.21 $547.26 TOTAL ENGINEERING SERVICES TOTAL GEOTECHNICAL FEES FOR PROJECT $17,024.64 $31,925.48 DATE = 6/12/2024 \TIME = 8:51 AM \ PAGE 1 OF 1 \FILENAME = P-224135 City of Miami Clemente Park Neighborhood Flood Improvements - fees Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Estimator: O.Riccobono, P.E. Date Prepared: 04/29/2024 (Revised 06/12/2024) Clemente Park Neighborhood Flood Improvements City of Miami, Florida Basic Services Representing Print Name Signature 1 Date Consultant Name Geosol, Inc. NOTE. Signature Block is optional, per District preference Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments Roadway 35.1 Document Collection and Review LS 1 2 Sr. Geotechnical Engineer 35.2 Develop Detailed Boring Location Plan LS 0 0 35.3 Stake Borings/Utility Clearance Boring .. 8 Senior Engineering Technician - a total of 16 borehole percolation tests at depths of 10 feet for proposed drainage improvements 35.4 Muck Probing Crew Day 0 35.5 Coordinate and Develop MOT Plans for Field Investigation EA 4 Project Geotechnical Engineer 35.6 Drilling Access Permits Location 12 Project Geotechnical Engineer 35.7 Property Clearances EA 0 0 35.8 Groundwater Monitoring EA 0 0 35.9 Resilient Modulus Sampling EA 0 0 35.10 Coordination of Field Work 100 If of boring 1.6 2 Sr. Geotechnical Engineer 35.11 Soil and Rock Classifcation - Roadway 100 If of boring 1.6 3 Project Geotechnical Engineer 35.12 Design LBR LS 0 0 35.13 Laboratory Data 100 If of boring 1.6 2 Project Geotechnical Engineer 35.14 Seasonal High VVater Table Boring 0 .. 0 35.15 Parameters for VVater Retention Areas EA 16 16 Sr. Geotechnical Engineer 35.16 Delineate Limits of Unsuitable Material Cross-section 0 0 35.17 Electronic Files for Cross -Sections 100 If of boring 0 35.18 Embankment Settlement and Stability Embankment Boring 0 35.19 Monitor Existing Structures LS 1 4 Sr. Geotechnical Engineer 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis EA 0 P-224135 Staffhour 35. Geotechnical Page 1 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments 35.21 Geotechnical Recommendations LS 1 6 6 Sr. Geotechnical Engineer 35.22 Pavement Condition Survey and Pavement Evaluation Report LS 0 0 0 Sr. Geotechnical Engineer 35.23 Preliminary Roadway Report LS 0 0 0 35.24 Final Report EA 1 12 12 Sr. Geotechnical Engineer 35.25 Auger Boring Drafting 100 If boring 0 0 0 35.26 SPT Boring Drafting 100 If boring 1.6 - 6 GADD Technician Roadway Geotechnical Subtotal 77 Structures 35.27 Develop Detailed Boring Location Plan LS 0 0 35.28 Stake Borings/Utility Clearance Boring 0 0 0 35.29 Coordinate and Develop MOT Plans for Field Investigation EA 0 0 35.30 Drilling Access Permits Location 0 0 35.31 Property Clearances EA 0 0 35.32 Collection of Corrosion Samples EA 12 1 12 Senior Engineering Technician 35.33 Coordination of Field Work 100 If of boring 0 0 0 35.34 Soil and Rock Classification - Structures 100 If of boring 0 0 0 35.35 Tabulation of Laboratory Data 100 If of boring 0 0 35.36 Estimate Design Groundwater Level for Structures EA 0 0 35.37 Selection of Foundation Altematives (BDR) Bridge boring 0 0 35.38 Detailed Analysis of Selected Foundation Alternate(s) Bridge boring 0 0 35.39 Bridge Construction and Testing Recommendations Bridge boring 0 0 35.40 Lateral Load Analysis Bridge boring 0 0 35.41 Walls Wall Boring 0 35.42 Sheet Pile Wall Analysis Wall Boring 0 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations Boring .. 0 0 35.44 Box Culvert Analysis EA 0 35.45 Preliminary Report EA 0 P-224135 Staffhour 35. Geotechnical Page 2 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments 35.46 Final Report - Bridge and Associated Walls EA 0 0 0 35.47 Final Reports - Signs, Signals, Box Culvert, Walls and High Mast Lights EA 0 0 0 35.48 SPT Boring Drafting 100 If of boring 0 0 0 35.49 Other Geotechnical LS 1 16 16 Senior Engineering Technician. MOT set-up/pick-up for 4 days @ 4 hours/day. Structural Geotechnical Subtotal 28 Geotechnical Technical Subtotal 105 35.50 Technical Special Provisions EA 0 0 0 35.51 Field Reviews LS 1 4 4 Chief Geotechnical Engineer and Sr. Geotech. Engineer 35.52 Technical Meetings LS 1 3 3 Chief Geotechnical Engineer 35.53 Quality Assurance/Quality Control LS % 5% 5 Chief Geotechnical Engineer 35.54 Supervision LS % 5% 5 Chief Geotechnical Engineer Geotechnical Nontechnical Subtotal 17 35.55 Coordination LS % 2 Chief Geotechnical Engineer 35. Geotechnical Total 124 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Kickoff Meeting EA 1 1 0 Boring Layout Approval EA 0 0 0 0 Attend in BDR Review Meeting EA 0 0 0 0 30/60/90% Submittal Review EA 0 0 0 0 Other Meetings EA 2 2 Subtotal Technical Meetings 3 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 3 Total Project Manager Meetings (carries to Tab 3) 0 Summary of Staff/Eng man-hours: Hours Chief Geotechnical Engineer 17 Senior Geotechnical Engineer 44 Project Geotechnical Engineer 21 Senior Engineering Technician 36 CADD Technician 6 Total 124 Comes to 33.18 Comes to Tab 3 P-224135 Staffhour 35. Geotechnical Page 3 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT C OPTIONAL SERVICES 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT C-1 FEE PROPOSAL SUBSURFACE UTILITY ENGINEERING (SUE) AND RIGHT OF WAY SKETCH/LEGAL PREPARATION 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 L. LONGITUDESURVEYORS Monday, May o6, 2024 Ms. Angela M. Baron -Ruiz, PE*, ENV SP Project Manager I Senior Engineer abaron@chasolutions.com CHA 8935 Northwest 35 Lane, Suite 200 Doral, FL 33172 786.257.3084 RE: Surveying, Mapping, and Subsurface Utility Engineering (SUE) services for the `Clemente Park Neighborhood Flood Improvements Project' located within Miami, FL 33127. Dear Ms. Baron -Ruiz, Pursuant to your request regarding a fee estimate for Surveying, Mapping, and Subsurface Utility Engineering (SUE) services for the above -referenced project, LONGITUDE SURVEYORS, LLC (LS) is pleased to submit the following proposal for your consideration. LS understands that CHA Companies (Client) is requesting these services for the drainage/roadway improvements of `Clemente Park — District 5'. A. SCOPE OF WORK: ➢ TASK 1 — Sketch To Accompany Legal Description: ➢ LS will prepare five (5) Sketches To Accompany Legal Descriptions as needed for any right-of-way easements found throughout the survey limits. ➢ TASK 2 — Subsurface Utility Engineering (SUE) Quality Level "A" Soft -Digs: ➢ LS will perform subsurface exploration at thirty (3o) Soft-Dig/Verified Vertical Elevation and Horizontal Locations (VVH). Client to provide locations of the thirty (3o) soft -digs at time of Notice to Proceed (NTP). ➢ LS will mark thirty (3o) Soft -Dig locations with white paint (whiteline) for the utilities. ➢ LS will coordinate dig ticket(s) with Sunshine 8ii as needed. ➢ LS will use surface detection equipment such as an Electromagnetic Locator and Ground Penetrating Radar (GPR) and will perform Quality Level "B" SUE Designation services according to the American Society of Civil Engineers (ASCE) standards at thirty (3o) different locations. ➢ LS will provide Quality Level "A" SUE Soft -Dig services at thirty (3o) locations, which includes the horizontal position and elevation of the top of the utility. LS will attempt to provide the bottom of utility, size, type of material, and direction. ➢ LS will locate the Soft -Dig horizontal positions geo-referenced to the Horizontal Datum 1983/2oii and ground elevations referenced to the North American Vertical Datum of 1988 (NAVD88). ➢ LS will prepare the Verified Vertical Elevation and Horizontal Location (VVH) report for each Soft -Dig. B. SURVEY LIMITS: The roadways located within the Clemente Park — District 5 Neighborhood located within Miami, FL 33127, as per the attached Exhibit provided by the Client. C. DELIVERABLES: Soft -Dig locations will be designated by number corresponding to Vacuum Excavation Reports for each Soft -Dig with all pertinent information and a digitally signed and sealed PDF of the resulting Sketch To Accompany Legal Descriptions. Signed and sealed hardcopies can be provided upon request. D. COST: The total professional fee to complete TASK 1 described herein shall be a lump sum of $5,222.41 or $1,044.48 per Sketch To Accompany Legal Description. The total professional fee to complete TASK 2 described herein shall be a lump sum of $20,557.80 or $685.26/per hole. Included in the above -mentioned fee is a waivable/reimbursable Maintenance of Traffic (MOT), application and/or permit fees lump sum of $1,029.28 associated with the services. LONGITUDE SURVEYORS 7700 North Kendall Drive • Suite 705 • Miami, FL 33156 • Ph: 305.463.0912 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 LONGITUDESURVEYORS I agree that by signing below "I APPROVE AND ACCEPT" this proposal as a legal binding contract. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of the firm, I thank you for the opportunity to present this proposal. We look forward to utilizing our best professional efforts on your behalf on this very important project. Respectfully Yours, Eduardo M. Suarez, PSM/President LONGITUDE SURVEYORS 7700 North Kendall Drive • Suite 705 • Miami, FL 33156 • Ph: 305.463.0912 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project RFQ #23-24-004 - City of Miami - Clemente Park Neighborhood Flood Improvements - Test hole and S&L Services Project No.: B- Description: Survey, Mapping, and Subsurface Utility Engineering (SUE) Services Consultant Name: CHA Companies/Longitude Surveyor's Contract No.: RFQ #23-24-004 Date: 5/1/2024 Estimator: GAC STAFF CLASSIFICATION Job Classification Staff Applicable Rate Surveyor & Mapper Eduardo M. Suarez Rate: $75.68 Survey Technician Giancarlo Sorana Rate: $54.85 CADD Technician Jose Monzon Rate: $40.80 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 CosU Activity Man hours CosU Activity Man hours CosU Activity Man hours CosU Activity Man hours CosU Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Field Support 2 Office Support 23 $1,741 26 $1,426 41 $1,673 90 $4,840 $53.77 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 23 26 41 90 Total Staff Cost $1,740.64 $1,426.10 $1,672.80 $4,839.54 $53.77 Total % of Work by Position 25.6% 28.9% 45.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew crew days at / day = $ 1 4 - man Survey Crew 6 crew days at $2,135.04 / day = $12,810.24 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 2.68) 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: MOT, application, and/or permit fees 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $12,969.97 $12,969.97 $ 12,810.24 $ 1,029.28 $26,809.49 $26,809.49 uocusign onveiope iu: UI of r ii o-i,awr-wwu-oaoo-ui,uoi i i,or i ow OE II CO CGO p _ • CaZip71. II CZ RAMP k 1195 OFF RAMP Q I: 1 ' . , ' .: day 11 i i @ '� H @ m ECU OF r y trek �r;r'6r.tir UAAJ.agEgiII »! 1 mgKENEg 1 s� 1 U1.5 E.111CJII @ may �1 vofilg Gr_g MUM ElLOV mgg Eg O PROPOSED GRAVITY WELL PROPOSED EXFILTRATION PROPOSED DRAINAGE/ROADWAY IMPROVEMENTS PROJECT BOUNDARY Clemente Flood Improvements 0 250 500 1,000 Feet CITY COMMISSION DISTRICT 5 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT C-2 FEE PROPOSAL REASONABLE ASSURANCE REPORT 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CHA 8935 NW 35th Lane, Suite 200 Doral, FL 33172 Attention: Ms. Angela M. Baron -Ruiz, PE — Project Manage/Senior Engineer April 30, 2024 Re: Proposal for Optional Geotechnical Services for Preparation of Reasonable Assurance Report (RAR) Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 2nd Avenue between NW 30th Street to NW 36th Street City of Miami, Florida GEOSOL Proposal No. P-224135-RAR Dear Ms. Baron -Ruiz: In accordance with your request on April 29, 2024, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to optional geotechnical services for the above -referenced project. The enclosed proposal includes an estimate of the work effort and our anticipated approach, based on our understanding of the project. As we understand it, the City of Miami plans to provide improvement in the Clemente Park neighborhood in the City of Miami, Florida. The proposed improvements will consist of water main replacement, as well as roadway and drainage improvements from Miami Avenue to NW 2nd Avenue between NW 30th Street and NW 36th Street in the City of Miami, Florida. As requested, this proposal specifically pertains to optional geotechnical services for the preparation of a Reasonable Assurance Report (RAR). Standard Penetration Test (SPT) borings in accordance with ASTM D-1586 and laboratory testing will be required for the preparation of the RAR as follows: 1) Perform one (1) SPT boring advanced to a depth of 150 feet below existing grade 2) Perform Total Dissolved Solids (TDS) testing on water samples collected at 5-foot interval between depths of 70 to 150 feet, from the boring performed Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the boring locations and will proceed to obtain a Public Works Permit from the City of Miami. The permit application process typically takes up to fourteen (14) working days. Given the scope described herein, we can complete the field study for the site within two (2) working days. The laboratory testing can be completed within ten (10) working days after completion of the field-testing program. The geotechnical report can be completed within five (5) working days after completion of the laboratory testing program. Therefore, we can complete the requested services in about a six (6)-week period upon receiving Notice to Proceed. Based on our interpretation of your requirements, we are willing to complete the optional geotechnical services including field work, laboratory testing, and RAR preparation for a total of $22,933.82. We have enclosed a detailed Fee Proposal for your review. In closing, Geosol, Inc. also understand the following City of Miami requirements and will abide by them: 1. Our task will be performed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21. 2. The reference Vertical and Horizontal Datum References must be: NAVD 88 (Vertical) and NAD 83(2011) (Horizontal). 3. Our scope in accordance with submittal requirements. I I II GEOSOL, Inc. ♦I I I♦ 5795-A N.W.151st Street Miami Lakes, FL 33014 Phone (305) 828-4367; Fax (305) 828-4235 E-mail: geosolusa@bellsouth.net Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Proposal for Optional Geotechnical Services for Preparation of Reasonable Assurance Report (RAR) Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 2' Avenue between NW 30th Street to NW 36th Street City of Miami, Florida GEOSOL Proposal No. P-224135-RAR 4. No permitting fees are included, as it is assumed that they will be waived/reimbursed by other means 5. Design hours are limiting amount. 2 GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us. Sincerely, GEOSOL, INC. Oracio Riccobono, P.E. Senior Geotechnical Engineer/President Attachments: 1) Fee Proposal I I I I I GEOSOL. Inez] ♦ I I 1 • I Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 GEOSOL, INC. FEE PROPOSAL FOR OPTIONAL GEOTECHNICAL SERVICES FOR RAR REPORT City of Miami Clemente Park Neighborhood Flood Improvements City of Miami, Florida GEOSOL PROPOSAL No. P-224135-RAR DESCRIPTION UNITS # OF UNIT TOTAL UNITS RATE ($) 1. FIELD INVESTIGATION 1A) FIELD ACTIVITIES Borings Standard Penetration perASTMD-1586 With Casing (Depth: 0 to 50 feet) -1 SPT boring to 150 ft. deep FEET 50.0 $22.93 $1,146.50 Borings Standard Penetration perASTMD-1586 With Casing (Depth: 51 to 75 feet) -1 SPT boring to 150 ft deep FEET 25.0 $27.52 $688.00 Borings Standard Penetration perASTMD-1586 With Casing (Depth: 76 to 100 feet) -1 SPT boring to 150 ft. deep FEET 25.0 $32.10 $802.50 Borings Standard Penetration perASTMD-1586 With Casing (Depth: 101 to 150 feet) -1 SPT boring to 150ft. deep FEET 50.0 $38.98 $1,949.00 Closing Holes with Grout FEET 150.0 $9.17 $1,375.50 Senior Engineering Tech (Test Layout, Utility Clearance, MOT set-up/pick-up, and Corrosivity testing sample collection) HOUR 8 $101.30 $810.40 Senior Engineering Tech (TDS testing sample collection) HOUR 17 $101.30 $1,722.10 SUB -TOTAL (for FIELD INVESTIGATION) 1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION $8,494.00 Mobilization of truck mounted rig EACH 2.0 $401.27 $802.54 Cones, Sign, Flags, Barricades, Arrow Board DAY 2.0 $250.00 $500.00 Off Duty Policeman (assume 2 days @ 8 Hrs) HOUR 16.0 $70.00 $1,120.00 City of Miami Permit Application and Related Fees (No pennitting fees are included as it is assumed that they will be waived/reimbursed by other means) EACH 1.0 $0.00 $0.00 SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION) TOTAL FIELD INVESTIGATION 2. LABORATORY PROGRAM $2,422.54 $10,916.54 Moisture Test EACH 4 $43.57 $174.28 Grain Size per AASHTO T-27 including -200 wash EACH 4 $73.37 $293.48 Material Finer than 200 Sieve per ASTM C-117 EACH 4 $51.59 $206.36 Organic Content Test/Limerock per AASHTO T-267 EACH 4 $57.32 $229.28 Corrosion Testing including resistivity, chlorides, pH & sulfates per FDOT 5-550 to FM 5-553 EACH 1 $165.10 $165.10 Total Dissolved Solid (TDS) Testing EACH 17 $72.00 $1,224.00 TOTAL LABORATORY PROGRAM TOTAL FIELD AND LABORATORY PROGRAM 3. ENGINEERING SERVICES FOR PREPARATION OF RAR REPORT $2,292.50 $13,209.04 Chief Geotechnical Engineer HOUR 18 $201.46 $3,626.28 Senior Geotechnical Engineer HOUR 20 $157.85 $3,157.00 Project Geotechnical Engineer HOUR 19 $117.16 $2,226.04 CADD Technician HOUR 6 $91.21 $547.26 Clerical/Administrative HOUR 2 $84.10 $168.20 TOTAL ENGINEERING SERVICES $9,724.78 TOTAL GEOTECHNICAL FEES FOR PROJECT $22,933.82 Oocuslgn Envelope ID'. 01 B7F716294F-QC00.B958DCOE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: Geosol, Inc. Contract No.: enter consultants proj. number Date: 5/5/2024 Estimator: Oracio Riccobono STAFF CLASSIFICATION Job Classification Staff Applicable Rate Chief Geotechnical Engineer Oracio Riccobono Rate: $201.46 Senior Geotechnical Engineer Adnan Ismail Rate: $157.85 Project Geotechnical Engineer Juan C. Gonzalez Rate: $117.16 Senior Engineering Technician Jose Gonzalez Rate: $101.30 CADD Technician Angel Noguerol Rate: $91.21 Clerical/Administrative Aurora Riccobono Rate: $84.10 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 hourMans Cost/ Activity 1 Geotecchnical 2 3 4 5 6 7 8 9 10 11 12 13 14 15 18 $3,626 20 $3,157 19 $2,226 25 $2,533 6 $547 2 $168 90 $12,257 $136.19 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours Total Staff Cost 18 $3,626.28 20 $3,157.00 19 $2,226.04 25 $2,532.50 6 $547.26 2 $168.20 90 $12,257.28 $136.19 Total % of Work by Position 20.0% 22.2% 21.1% 27.8% 6.7% 2.2% 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, CI. P. Form 117. Created 824/09- Revised 11/20/12 1 -SUBTOTAL ESTIMATED FEE: (multiplier 1.00) 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: $12,257.28 $12,257.28 $10,676.64 $22,933.92 $22,933.92 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 EXHIBIT C-3 FEE PROPOSAL LANDSCAPE ARCHITECTURE ANALYSIS & PLANS AND ARBORIST SERVICES 8935 NW 35th Lane, Suite 200 I Dora{, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 A R O N E R + S E M L E R LANRSCAPE ARCHITECTURE WWW.GSLADESIGN.COM DESIGN 17670 NW 78th AVE -, SUITE 214 M A M I, FL 3 9 0 1 9 P 305,392.1016 F 305.392.1 Q19 C O R P_ I D 9 0 0 0 0 2 6 6 April 30, 2024 revised May 6, 2024 revised June 13, 2024 Angela Baron -Ruiz CHA Engineers 8935 NW 35'h Lane, #200 Doral, FL 33172 RE: Clemente Park Neighborhood Flood Improvements Dear Angela, We appreciate being invited to participate in the design of your project located in the Clemente Park Neighborhood in Miami, FL as shown on the attached sketch. The sketch reflects work on the flowing streets: • NW 37'h Avenue between NW 3rd Avenue and NW 1" Avenue • NW 35' Street between NW 3rd Avenue and N Miami Avenue • NW 34'h Terrace between NW l ' Avenue and N Miami Avenue • NW 34'h Street between NW 3rd Avenue and N Miami Avenue • NW 33rd Street between NW 3rd Avenue and N Miami Avenue • NW 32nd Street between NW 3rd Avenue and N Miami Avenue • NW 31 s' Street between NW 3' Avenue and 1" Avenue • NW 30'h Street between NW 3rd Avenue and NW 1" Avenue • NW 1" Avenue between NW 31 s' Street and NW 36'h Street I. SCOPE OF SERVICES GSLA Design shall provide the following landscape architectural services for your project: 1) GSLA will prepare the following Contract Documents: a. Existing Tree Disposition Plan showing existing trees and denoting if they are to remain, be removed or relocated. GSLA will retain the services of an Arborist to prepare a report and will calculate the necessary mitigation and incorporate as much of that mitigation in the proposed planting plan as feasible. GSLA does not get permits but will provide the necessary plans and details to get the permits. This plan will be sufficient detail for submittal to Environmental Resources for review. GSLA does not guarantee that tree removal permits will be granted. b. Planting Plan sufficient in detail for bidding and installation by qualified contractors. 2) GSLA's work will be reviewed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 1 1/19/21 . 3) GSLA's work will be reviewed to ensure scope in accordance with submittal requirements. 4) GSLA will attend up to five (5) meetings during the design phase. Attendance at additional meetings will be billed hourly, recorded portal to portal. 5) GSLA will prepare plans on a base Site Plan provided by CHA Engineers. Any changes to GSLA plans required as a result of comments concerning our design by Review Boards or government staff shall be made at no additional cost. 6) Construction Administration is not included in this proposal. Clemente Park Neighborhood Flood Improvements page 1 of 4 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 R GARDNER + S E M L E R LANDSCAPE ARCHITECTURE WWW.GSLADESIGN.COM DESIGN _ 1 17670 NW 78thAVE -, 5UITE 2s 4 MIAMI, FL 3 9 0 1 9 P 305.392.1016 F 305.392.1 Q19 C O R P_ I D M 0 0 0 0 2 6 6 II. CLIENT'S RESPONSIBILITIES The Client shall provide any required site surveys, as -built drawings, soil tests, as well as architectural and engineering services as required. GSLA will prepare any documents necessary to receive permits. GSLA will not be responsible to submit the plans through the governing agencies. III. FEES 1) The fee shall be $ 46,054.30 payable as follows: $ 44,670.51 - upon submission of 100% Construction Document drawings $ N/A - for Contract Administration 2) Hourly rates are as follows (time recorded portal to portal): $180.00/hr for Principal Landscape Architect $179.22/hr for Senior Project Manager $101 .56/hr for Landscape Architect 3) Reimbursable expenses are included in above stated fees. 4) ALL ACCOUNTS ARE DUE AND PAYABLE IN FULL UPON SUBMISSION OF INVOICE TO CLIENT. 5) A Late Payment Charge of 1 .5% per month will be added to all invoices past due. 6) If it becomes necessary incur collection fees and/or employ the services of an attorney to collect debt, then such fees shall be paid by the client. IV. ADDITIONAL SERVICES 1) Any revisions to our drawings, specifications or other documents required as a result of changes to base plans or other information or instructions provided to GSLA from the Client or his Architect or Engineer, shall be billed on an hourly basis at our current hourly rates. Any additional services requested by the Client shall also be billed on an hourly basis. 2) When GSLA is contracted to prepare plans for the layout and design of roof top hardscape amenities, plantings and irrigation, the Client shall provide the services of a structural engineer. GSLA shall rely upon the advice of the engineer for information as to the roof structure's weight bearing capacity, roof drainage, waterproofing systems, etc. GSLA shall not be responsible for the preparation of structural, mechanical or electrical construction plans for the roof top areas. GSLA is not responsible for any construction operations during installation of elements designed by GSLA that damage the structure, waterproofing or clog drains. Clemente Park Neighborhood Flood Improvements page 2 of 4 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 L LDI GARDNER + S E M L E R LANDSCAPE ARCHITECTURE WWW. G S LAD E SI G N. COM DESIGN n 17670 NW 78111 AVE., SUITE 214 M I A M I, FL 3 3 0 1 5 P 305.392.1016 F 305.392.1019 C O R P_ I D# 0 0 0 0 2 6 6 3) When GSLA is contracted to prepare plans for projects that are attempting to achieve LEED credentialing, GSLA will make calculations, specify qualifying materials and make recommendations necessary to apply for any points relating to GSLA's disciplines. GSLA makes no guarantee that these points will be granted. V. TERMINATION This agreement may be terminated by either party upon seven (7) days written notice. In the event of termination, GSLA shall be paid its compensation for service performed to the termination date including reimbursable expenses then due. The client may not, at any time, use or allow the use of any work which is either incomplete in any respect, or is not fully paid for, even if complete. The persons executing this agreement warrant and represent that they are authorized to enter into this Agreement on behalf of the person or entity for whom they are signing. We look forward to being of service to you. This agreement is executed this day of GSLA DESIGN By: Client: 2024. ardner For the Firm (Individually and as a Corporate Representative): Signature Name & Title Printed Clemente Park Neighborhood Flood Improvements page 3 of 4 uocusign onveiope iu: UI of r ii o-i,awr-wwu-oaoo-ui,uoi i i,or i ow OE II CO CGO p _ • CaZip71. II CZ RAMP k 1195 OFF RAMP Q I: 1 ' . , ' .: day 11 i i @ '� H @ m ECU OF r y trek �r;r'6r.tir UAAJ.agEgiII »! 1 mgKENEg 1 s� 1 U1.5 E.111CJII @ may �1 vofilg Gr_g MUM ElLOV mgg Eg O PROPOSED GRAVITY WELL PROPOSED EXFILTRATION PROPOSED DRAINAGE/ROADWAY IMPROVEMENTS PROJECT BOUNDARY Clemente Flood Improvements 0 250 500 1,000 Feet CITY COMMISSION DISTRICT 5 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- Description: Landscape Services Consultant Name: GSLA Design Contract No.: Pending Date: 6/13/2024 Estimator: Ken Gardner STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Ken Gardner Rate: $62.06 Sr. Project Manager Kiehl Semler Rate: $38.46 Landscape Architect Chris Garcia Rate: $27.83 Landscape Architect Jose Fonseca Rate: $27.83 Arborist Jeremy Chancey Rate: $11,000.00 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 1 Project Coordination 12 $745 12 $462 24 $1,206 $50.26 2 3 Topographical & Tree Survey - Preliminary 2 $124 9 $346 18 $501 29 $971 $33.49 4 5 Tree Assessment & Disposition Plan 2 $124 9 $346 13 $362 13 $362 37 $1,194 $32.27 6 7 Topographical & Tree Survey - Final 4 $248 5 $192 18 $501 27 $941 $34.87 8 9 30% Design Documents 4 $248 12 $462 16 $445 18 $501 50 $1,656 $33.12 10 11 60% Design Documents 12 $462 16 $445 18 $501 46 $1,408 $30.60 12 13 90% Design Documents 12 $462 16 $445 18 $501 46 $1,408 $30.60 14 15 100% Design Documents 4 $154 8 $223 5 $139 17 $516 $30.33 16 17 Permitting Assistance 12 $462 12 $462 $38.46 18 19 Construction Services & As -Built Certification 8 $496 36 $1,385 16 $445 60 $2,326 $38.77 20 21 Arborist services 22 23 24 25 26 27 Total Staff Hours 32 123 103 90 348 Total Staff Cost $1,985.92 $4,730.58 $2,866.49 $2,504.70 $12,087.69 $34.73 Total % of Work by Position 9.2% 35.3% 29.6% 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: Revised 9/15/08 25.9% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $35,054.30 $35,054.30 $35,054.30 $11,000.00 $46,054.30 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CONSULTANT WORK ORDER PROPOSAL Date: May 3, 2024 Revised: June 24, 2024 Javier Romero Project Manager Department of Resilience and Public Works Roadway Infrastructure 444 SW 2nd Avenue, 8th Floor, Miami, FL 33130 Reference: Clemente Park Neighborhood — Water Distribution System Betterment City of Miami Project 40-B233817; (JPA with MD WASD) Dear Mr. Romero: Reference: CHA Consulting, Inc. proposes to provide the services identified below for the project entitled "Clemente Park Neighborhood — Water Distribution System Betterment", pursuant to its Professional Service Agreement with the City of Miami for Civil Engineering Services for Citywide Flood Mitigation Improvements (RFQ 23-24- 004), dated November 17, 2023. This Scope of Work was added to the original contract for professional engineering services for: 1. Design the installation of approximately 7,110 LF of new 8-inch DIP WM and 1,940 LF of 12-inch DIP WM with new services and fire hydrants within the Clemente Park Neighborhood. per 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 Water Mains during the proposed improvements in that area (Project B-233817). 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 (NIC) Survey will be provided as part of the Flood Mitigation Improvements Project B-233817. Task 1.1a) Soft Digs Coordination: 8935 NW 35th Lane, Suite 200 I Dorai, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 1 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CHA will coordinate the survey services scope and will review that the survey services were completed. 30 soft digs will be included. Task 1.2 Geotechnical Investigation (NIC) A total of twenty-eight (28) Standard Penetration Test (SPT) borings to depths of 15 feet below existing grades will be performed for the proposed water main replacement at a general spacing of 500 feet center - to center. 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 • 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 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 Flood Mitigation Improvements Project B-233817. However minor adjustment to the MOT may be necessary for the installation of the water main. • Project Schedule Update in Microsoft Project • Temporary signal plans for all signalized intersections • Development of Complete Engineering Plans • Project Schedule in Microsoft Project • 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 CHA 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, 8935 NW 35th Lane, Suite 200 I Dorai, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 • 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. • CHA 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 CHA 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. • CHA will schedule a Design Review Workshop with MD WASD PM and Stakeholders to discuss all review comments of the 60% Submittal. c) 90% submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as requested CHA 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. • CHA will schedule a Design Review Workshop with MD WASD PM and Stakeholders to discuss all review comments of the 90% Submittal. d) Permit Services includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as required by the permitting agencies CHA 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 CHA's Engineer of Record (EOR) • Tracking sheet with dates of submittal of each application and approval or comments from the corresponding agency e) 100% Submittal includes: • Submittal will be electronic using MD WASD E-Builder Platform. In addition, and as requested CHA 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, 8935 NW 35th Lane, Suite 200 I Dorai, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 3 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 • 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. 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. 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. g. 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. 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/desiqn-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: 8935 NW 35th Lane, Suite 200 I Doral, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 4 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 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-233817 will provide the Geotechnical Report 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 4 NTP NTP + 4 weeks 1.1 a Soft Digs Coordination (30 soft digs) 4 NTP NTP + 4 weeks 1.2 Geotechnical Investigation 4 NTP weeks NTP + 4 weeks 1.3a 30% Design Submittal. 4 NTP + 4 weeks NTP + 8 weeks Allocated Review time for City Public Works Review of 30% Submittal 4 NTP + 8 weeks NTP + 12 weeks Provide Responses to provided 30% Comments 1 NTP + 12 weeks NTP + 13 weeks 1.3b 60% Design Submittal 8 NTP + 13 weeks NTP + 21 weeks Allocated Review time for City Public Works Review of 60% Submittal 4 NTP + 21 weeks TP + 25 weeks Provide Responses to provided 60% Comments 1 NTP + 25 weeks TP + 26 weeks 1.3c 90% Design Submittal 4 NTP + 26 weeks NTP + 30 weeks Allocated Review time for City Public Works Review of 90% Submittal 4 NTP + 30 weeks NTP + 34 weeks Provide Responses to provided 90% Comments 1 NTP + 34 weeks NTP + 35 weeks 1.3c Permit Package 2 NTP + 35 weeks NTP + 37 weeks Allocated Review time for Agencies Review and Approval 8 NTP + 37 weeks NTP + 45 weeks Obtain all permits 2 NTP + 45 weeks NTP + 47 weeks 1.3d 100% Design Submittal 2 NTP + 47 weeks NTP + 49 weeks Allocated Review time for City Public Works Review of 100% Submittal 2 NTP + 49 weeks NTP + 51 weeks Provide Responses to provided 100% Comments 1 NTP + 51 weeks NTP + 52 weeks 2 Limited Procurement Support Services 4 NTP + 52 weeks NTP + 56 weeks 3 Limited Construction Support Services 40 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 4 weeks duration for review time by the City between each submittal. • Project schedule assumes a three-week comment period for deliverables, beginning the first business day after the submittal of each deliverable. One week after the comment period commences, a design review workshop will be held with all applicable WASD stakeholders. The consultant will conduct the workshop(s) and will schedule workshop(s) at the commencement of the task to hold a date for each providing the comment, and the design team's response to the comment. 8935 NW 35th Lane, Suite 200 I DoraL, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 5 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CHIA COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of Six hundred and ten thousand, nine hundred ninety-one dollars and sixty-four cents ($610,991.64). 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. SUMMARY OF COMPENSATION Task or Activity ID # Task Name and/or Activity Description Fee Amount Fee Basis 1.1 Topographical Survey $0.00 Lump Sum 1.1a Soft Dig Coordination $7,041.20 Lump Sum 30 Soft Digs (Longitude Surveyors) $21,602.94 Lump Sum 1.2 Geotechnical Investigation (Geosol) $43,051.90 Lump Sum 1.3a 30% Design Submittal. $64,380.00 Lump Sum 1.3b 60% Design Submittal $104,086.80 Lump Sum 1.3c 90% Design Submittal $64,380.00 Lump Sum 1.3c Permit Package $54,879.60 Lump Sum 1.3d 100% Design Submittal $55,506.00 Lump Sum 1.3 Sub -Consultants Design Work (Aluces) $100,108.00 Lump Sum 2 Limited Procurement Support Services $24,963.20 Lump Sum 3 Limited Construction Support Services $70,992.00 Lump Sum TOTAL AMOUNT $610,991.64 Lump Sum *Note: Compensatbn should match the Task, Activities, and/or Deliverables identified. 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. 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 • Special details of landscaping as utilized by the City. • Environmental Contamination Reports, if available. 8935 NW 35th Lane, Suite 200 I Dorai, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 6 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 We appreciate the opportunity to present our services to you. If you have any questions regarding this proposal, please do not hesitate to contact our office. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Arnelio Alfonso, P.E. Prepared by: CHA Approval by: Reviewed and approval in concept recommended by: Arnelio Alfo o, P.E. Team Leader CHA Consu ing, Inc CH Consultin-. Inc Javier Romero, Project Manager Department of Resilience and Public Works- City of Miami 8935 NW 35th Lane, Suite 200 I Doral, FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM 7 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 cI' EXHIBIT A FEE PROPOSAL PRIME CONSULTANT AND SUBS 8935 NW 35th Lane, Suite 200 I Dora', FL 33172 I T: (305) 592-7283 CHASOLUTIONS.COM Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Water System Betterment - JPA wth MD WASD Project No.: B-233817 Description: Improvement of the Water Distribution System of Clemente Park Neighborhood Consultant Name: CHA Consulting, Inc. Contract No.: RFQ 23-24-004 Date: 6/25/2024 Estimator: Arnelio Alfonso, P.E. STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Arnelio Alfonso Rate: $76.00 Sr. Civil Engineer Ivonne Planas Rate: $74.00 Sr. Civil Engineer Angela Baron -Ruiz Rate: $74.00 Project Engineer Julian Gomez Rate: $55.00 CADD Technician Felipe Cano Rate: $35.00 Rate: 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 1 Design Engineering Services 1.1 Survey Services 1.1a Soft Dig Coordination 12 $888 28 $1,540 40 $2,428 $60.70 1.2 Geotechnical Investigation 1.3 Engineering Design Services a 30 % Submittal 24 $1,824 24 $1,776 160 $8,800 280 $9,800 488 $22,200 $45.49 b 60 % Submittal 24 $1,824 32 $2,368 220 $12,100 560 $19,600 836 $35,892 $42.93 c 90 % Submittal 24 $1,824 24 $1,776 160 $8,800 280 $9,800 488 $22,200 $45.49 d Permit Package 24 $1,824 110 $8,140 56 $3,080 168 $5,880 358 $18,924 $52.86 e 100 % Submittal 24 $1,824 24 $1,776 140 $7,700 224 $7,840 412 $19,140 $46.46 2 Limited Procurement Support Services 32 $2,432 24 $1,776 80 $4,400 136 $8,608 $63.29 3 Limited Construction Support Services 80 $6,080 100 $7,400 200 $11,000 380 $24,480 $64.42 Total Staff Hours 232 240 110 1044 1512 3,138 Total Staff Cost $17,632.00 $17,760.00 $8,140.00 $57,420.00 $52,920.00 $153,872.00 $49.04 Total % of Work by Position 7.4% 7.6% 3.5% 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 33.3% 48.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Longitude Surveyors (Survey) Subconsultant: Geosol (Geotechnical) Subconsultant: Aluces Corporation Subconsultant: Longitude Surveyors (SUE)(Lim Amount) Subconsultant: Longitude Surveyors (Sketch/ Legal)(Lim Amount) 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Arborist Report Allowance Contingency/ Unforseen GRAND TOTAL ESTIMATED FEE: $446,228.80 $43,051.90 $100,108.00 $21,602.94 $610,991.64 $610,991.64 $610,991.64 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CHA 8935 NW 35th Lane, Suite 200 Doral, FL 33172 Attention: Ms. Angela M. Baron -Ruiz, PE — Project Manage/Senior Engineer April 29, 2024 (Revised June 12, 2024) Re: Proposal for Optional Geotechnical Services Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 3rd Avenue between NW 30th Street to NW 37th Street City of Miami, Florida GEOSOL Proposal No. P-224135-OS-R1 Dear Ms. Baron -Ruiz: In accordance with your request ons April 26, 2024 and June 11, 2024, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to optional geotechnical services for the above -referenced project. The enclosed proposal includes an estimate of the work effort and our anticipated approach, based on our understanding of the project. As we understand it, the City of Miami plans to provide improvement in the Clemente Park neighborhood in the City of Miami, Florida. The proposed improvements will consist of water main replacement, as well as drainage improvements from Miami Avenue to NW 2nd Avenue between NW 30th Street and NW 36th Street in the City of Miami, Florida. As requested, this proposal specifically pertains for geotechnical services consisting Standard Penetration Test (SPT) borings in accordance with ASTM D-1586 for the proposed water main replacement. 1) Perform a total of twenty-eight (28) Standard Penetration Test (SPT) borings to depths of 15 feet below existing grades for the proposed water main replacement at a general spacing of 500 feet center -to center. We understand that the test locations are accessible to a truck -mounted drill rig. Samples of the in -place materials will be recovered with a standard split barrel drive with 140-pound hammer falling 30 inches (the Standard Penetration Test after ASTM D1586). The borings will be advanced with rotary drilling methods. Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the boring locations and will proceed to obtain a Public Works Permit from the City of Miami. The permit application process typically takes up to fourteen (14) working days. Given the scope described herein, we can complete the field study for the site within seven (7) working days. The laboratory testing can be completed within ten (10) working days after completion of the field-testing program. The geotechnical report can be completed within five (5) working days after completion of the laboratory testing program. Therefore, we can complete the requested services in about a seven (7)-week period upon receiving Notice to Proceed. Based on our interpretation of your requirements, we are willing to complete the geotechnical services and report preparation for a total of $43,051.90. We have enclosed a detailed Fee Proposal for your review. In closing, Geosol, Inc. also understand the following City of Miami requirements and will abide by them: 1. Our task will be performed at every submittal for compliance with City of Miami - Design Submittal Requirements by Submittal Phase for City Capital Improvement Projects dated 11/19/21. 2. The reference Vertical and Horizontal Datum References must be: NAVD 88 (Vertical) and NAD 83(2011) (Horizontal). 3. Our scope in accordance with submittal requirements. 4. No permitting fees are included, as it is assumed that they will be waived/reimbursed by other means 5. Design hours are limiting amount. I I II GEOSOL, Inc. ♦I 1 I♦ 5795-A N.W.151st Street Miami Lakes, FL 33014 Phone (305) 828-4367; Fax (305) 828-4235 E-mail: geosolusa@bellsouth.net Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Proposal for Optional Geotechnical Services Clemente Park Neighborhood Flood Improvements Along Miami Avenue to NW 3rd Avenue between NW 30th Street to NW 37th Street City of Miami, Florida GEOSOL Proposal No. P-224135-OS-R1 2 GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us. Sincerely, GEOSOL, INC. Oracio Riccobono, P.E. Senior Geotechnical Engineer/President Attachments: 1) Fee Proposal 1) Man -Hour Forecast I I I I I CEOSO& lnc ♦ I I 1 ♦_ I Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: Geosol, Inc. Contract No.: enter consultants proj. number Date: 6/12/2024 Estimator: Oracio Riccobono STAFF CLASSIFICATION Job Classificatiof Staff Applicable RatE Chief Geotechnical Engineer Oracio Riccobono Rate: $201.46 Senior Geotechnical Engineer Adnan Ismail Rate: $157.85 Project Geotechnical Engineer Juan C. Gonzalez Rate: $117.16 Senior Engineering Technician Jose Gonzalez Rate: $101.30 CADD Technician Angel Noguerol Rate: $91.21 Clerical/Administrative Aurora Riccobono Rate: $84.10 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 1 Geotecchnical 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 22 $4,432 54 $8,524 28 $3,280 42 $4,255 17 $1,551 163 $22,042 $135.22 Total Staff Hours Total Staff Cost 22 $4,432.12 54 $8,523.90 28 $3,280.48 42 $4,254.60 17 $1,550.57 163 $22,041.67 $135.22 Total % of Work by Position 13.5% 33.1% 17.2% 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 25.8% 10.4% 1 - SUBTOTAL ESTIMATED FEE: (multiplie 1.00) 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: $22,041.67 $22,041.67 $21,010.23 $43,051.90 $43,051.90 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 GEOSOL, INC. FEE PROPOSAL FOR OPTIONAL GEOTECHNICAL SERVICES City of Miami Clemente Park Neighborhood Flood Improvements City of Miami, Florida GEOSOL PROPOSAL No. P-224135-OS-R1 DESCRIPTION UNITS # OF UNIT TOTAL UNITS RATE ($) 1. FIELD INVESTIGATION 1A) FIELD ACTIVITIES Borings Standard Penetration per ASTMD-1586 With Casing: Penetration Depth 0' to 25' - 28 SPT borings to 15 ft. deep for proposed water mains FEET 420.0 $22.93 $9,630.60 Closing Holes with Grout FEET 420.0 $9.17 $3,851.40 SUB -TOTAL (for FIELD INVESTIGATION) 1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION $13,482.00 Mobilization of truck mounted rig EACH 5.0 $401.27 $2,006.35 Cones, Sign, Flags, Barricades, Arrow Board DAY 7.0 $250.00 $1,750.00 City of Miami Permit Application and Related Fees (No permitting fees are included, as it is assumed that they will be waived/reimbursed by other means) EACH 1.0 $0.00 $0.00 SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION) TOTAL FIELD INVESTIGATION 2. LABORATORY PROGRAM $3, 56.35 $17,238.35 Moisture Test EACH 28 $43.57 $1,219.96 Grain Size per AASHTO T-27 including -200 wash EACH 14 $73.37 $1,027.18 Material Finer than 200 Sieve per ASTM C-117 EACH 14 $51.59 $722.26 Organic Content Test/LimerockperAASHTO T-267 EACH 14 $57.32 $802.48 TOTAL LABORATORY PROGRAM TOTAL FIELD AND LABORATORY PROGRAM 3. ENGINEERING SERVICES $3,771.88 $21,010.23 Chief Geotechnical Engineer HOUR 22 $201.46 $4,432.12 Senior Geotechnical Engineer HOUR 54 $157.85 $8,523.90 Project Geotechnical Engineer HOUR 28 $117.16 $3,280.48 Senior Engineering Technician HOUR 42 $101.30 $4,254.60 CADD Technician HOUR 17 $91.21 $1,550.57 TOTAL ENGINEERING SERVICES TOTAL GEOTECHNICAL FEES FOR PROJECT $22,041.67 $43,051.90 DATE = 6/12/2024 \TIME = 8:53 AM \ PAGE 1 OF 1 \FILENAME = P-224135-OS-R1 City of Miami Clemente Park Neighborhood Flood Improvements - fees Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Estimator: O.Riccobono, P.E. Date Prepared: 04/29/2024 (Revised 06/12/2024) Clemente Park Neighborhood Flood Improvements City of Miami, Florida Optional Services Representing Print Name Signature 1 Date Consultant Name Geosol, Inc. NOTE. Signature Block is optional, per District preference Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments Roadway 35.1 Document Collection and Review LS 1 2 Sr. Geotechnical Engineer 35.2 Develop Detailed Boring Location Plan LS 0 0 35.3 Stake Borings/Utility Clearance Boring 0 .. 0 35.4 Muck Probing Crew Day 0 0 35.5 Coordinate and Develop MOT Plans for Field Investigation EA 0 .. 0 35.6 Drilling Access Permits Location 0 .. 0 35.7 Property Clearances EA 0 0 35.8 Groundwater Monitoring EA 0 0 35.9 Resilient Modulus Sampling EA 0 0 35.10 Coordination of Field Work 100 If of boring 0 0 0 35.11 Soil and Rock Classifcation - Roadway 100 If of boring 0 0 35.12 Design LBR LS 0 0 35.13 Laboratory Data 100 If of boring 0 0 35.14 Seasonal High VVater Table Boring 0 .. 0 35.15 Parameters for VVater Retention Areas EA 0 35.16 Delineate Limits of Unsuitable Material Cross-section 0 35.17 Electronic Files for Cross -Sections 100 If of boring 0 35.18 Embankment Settlement and Stability Embankment Boring 0 35.19 Monitor Existing Structures LS 1 4 Sr. Geotechnical Engineer 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis EA 0 P-224135-OS-R1 Stafthour 35. Geotechnical Page 1 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments 35.21 Geotechnical Recommendations LS 0 L 0 35.22 Pavement Condition Survey and Pavement Evaluation Report LS 0 0 0 35.23 Preliminary Roadway Report LS 0 0 0 35.24 Final Report EA 0 0 0 35.25 Auger Boring Drafting 100 If boring 0 0 0 35.26 SPT Boring Drafting 100 If boring 0 0 Roadway Geotechnical Subtotal 6 Structures 35.27 Develop Detailed Boring Location Plan LS 1 2 35.28 Stake Borings/Utility Clearance Boring 28 ., 14 Senior Engineering Technician - a total of 28 borings to depths of 15 feet at a general spacing of 500 feet for the proposed water mains 35.29 Coordinate and Develop MOT Plans for Field Investigation EA 4 Project Geotechnical Engineer 35.30 Drilling Access Permits Location 12 Project Geotechnical Engineer 35.31 Property Clearances EA 0 0 35.32 Collection of Corrosion Samples EA 0 ., 0 35.33 Coordination of Field Work 100 If of boring 4.2 1 4 Sr. Geotechnical Engineer 35.34 Soil and Rock Classification - Structures 100 If of boring 4.2 2 8 Project Geotechnical Engineer 35.35 Tabulation of Laboratory Data 100 If of boring 4.2 4 Project Geotechnical Engineer 35.36 Estimate Design Groundwater Level for Structures EA 28 3 Sr. Geotechnical Engineer 35.37 Selection of Foundation Altematives (BDR) Bridge boring 0 0 35.38 Detailed Analysis of Selected Foundation Alternate(s) Bridge boring 0 0 35.39 Bridge Construction and Testing Recommendations Bridge boring 0 0 35.40 Lateral Load Analysis Bridge boring 0 0 35.41 Walls Wall Boring 0 35.42 Sheet Pile Wall Analysis Wall Boring 0 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations Boring ... .. 21 Sr. Geotechnical Engineer 35.44 Box Culvert Analysis EA 0 35.45 Preliminary Report EA 0 P-224135-OS-R1 Statfhour 35. Geotechnical Page 2 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 35. Geotechnical Tas Nok Task Units No of Units Hours/ Unit Fiou�rs Comments 35.46 Final Report - Bridge and Associated Walls EA 0 0 0 35.47 Final Reports - Signs, Signals, Box Culvert, Walls and High Lights EA 1 16 16 Sr. Geotechnical Engineer gineer 35.48 SPT Boring Drafting 100 If of boring 4.2 4 17 CADD Technician 35.49 Other Geotechnical LS 1 28 28 Senior Engineering Technician. MOT set-up/pick-up for 7 days @ 4 hours/day. Structural Geotechnical Subtotal 133 Geotechnical Technical Subtotal 139 35.50 Technical Special Provisions EA 0 0 0 35.51 Field Reviews LS 1 4 4 Chief Geotechnical Engineer and Sr. Geotech. Engineer 35.52 Technical Meetings LS 1 3 3 Chief Geotechnical Engineer 35.53 Quality Assurance/Quality Control LS % 5% 7 Chief Geotechnical Engineer 35.54 Supervision LS % 5% 7 Chief Geotechnical Engineer Geotechnical Nontechnical Subtotal 21 35.55 Coordination LS % 3 Chief Geotechnical Engineer 35. Geotechnical Total 163 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Kickoff Meeting EA 1 1 0 Boring Layout Approval EA 0 0 0 0 Attend in BDR Review Meeting EA 0 0 0 0 30/60/90% Submittal Review EA 0 0 0 0 Other Meetings EA 2 1 2 Subtotal Technical Meetings 3 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 3 Total Project Manager Meetings (carries to Tab 3) 0 Summary of Staff/Eng man-hours: Hours Chief Geotechnical Engineer 22 Senior Geotechnical Engineer 54 Project Geotechnical Engineer 28 Senior Engineering Technician 42 CADD Technician 17 Total 163 Comes to 33.18 Comes to Tab 3 P-224135-OS-R1 Statthour 35. Geotechnical Page 3 of 3 6/12/2024 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 CITY OF MIAMI CLEMENTE PARK NEIGHBORHOOD FLOOD IMPROVEMENTS PCTS No. B-233817 June 2024 ioALUCES CORPORATION • Consulting Engineers • Aluces Corporation 14750 SW 26th Street, Suite 204 Miami, Florida 33185 (786) 505-8665 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 PROJECT UNDERSTANDING The City of Miami is seeking engineering professionals to provide Civil Engineering Services for Citywide Flood Mitigation Improvements ("Project") at different locations for flood mitigation improvements efforts, under the oversight of the Department of Resilience and Public Works (RPW). This project scope involves development of 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 Project #2 - Miami Ave. to NW 2nd Ave./NW 30th St. to 36th St., Clemente Park, District 5. Under this work order, Aluces Corporation (Aluces), as part of the CHA Consulting, Inc. (CHA) Team, will provide assistance in the design for the installation of 8-inch and 12-inch ductile iron water mains consistent with the scope of services described below. SCOPE OF SERVICES Aluces will provide engineering services to provide assistance as described within Task 1 in designing 8- inch and 12-inch ductile iron water mains within the Clemente Park Neighborhood per Miami -Dade Water and Sewer Department (M-DWASD) standards and specifications. In summary, the Scope of Work consists of the following tasks that are detailed in sections that follow: Task 1— Engineering Design Services Please refer to Aluces' Attachment A for the design services Level of Effort (LOE). Task 1 Engineering Design Services CHA will provide project management of its team resources. Aluces will assist CHA with the following sub - tasks as it relates to the 30% design submittal: • Assist in project data collection • Perform project site visits • Review and comment of the site survey as provided by the others • Assist in pipeline design of 8-inch and 12-inch ductile iron water mains (horizontal alignment and design profiles) • Assist in plans development for the pipeline design including cover sheet, general plan, and plan - profile sheets The level of effort and involvement of Aluces in its work as noted above to assist CHA will be limited to the total number of hours expended by Aluces per the LOE referenced in Attachment A. Schedule The Project schedule will be submitted to CHA after the NTP is issued to reflect accurate dates. Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Compensation Aluces agrees to provide the scope of services above for the lump sum compensation of $100,108.00 (excludes permit fees). Additional work discovered during the initial investigations or later, and not described or anticipated in this proposal, will be billed as additional services as a negotiated lump sum or at our then current hourly rates. Written authorization will be required prior to the commencement of additional work. Please refer to Attachment A for staff hour Level of Effort. Invoicing Payment requests will be submitted monthly based on percent complete, accompanied by a monthly report outlining the progress and percent completed for each task. Project Assumptions The CHA Team will be entitled to reasonably rely upon the information and data provided by M-DWASD or obtained from generally acceptable sources within the industry, without independent verification. Exclusions All services not specifically defined in this scope of work. Standard Provisions 1) Aluces' Scope of Services and Additional Services. Aluces will perform only the services specifically described in this Agreement. If requested by the Client and agreed to by Aluces, Aluces will perform Additional Services, which shall be governed by these provisions. Unless otherwise agreed to in writing, the Client shall pay Aluces for any Additional Services an amount based upon Aluces' then -current hourly rates plus an amount to cover certain direct expenses including telecommunications, in-house reproduction, postage, supplies, project related computer time, and local mileage. Other direct expenses will be billed at 1.15 times cost. 2) Client's Responsibilities. In addition to other responsibilities herein or imposed by law, the Client shall: a. Designate in writing a person to act as its representative, such person having complete authority to transmit instructions, receive information, and make or interpret the Client's decisions. b. Provide all information and criteria as to the Client's requirements, objectives, and expectations for the project and all standards of development, design, or construction. c. Provide Aluces all available studies, plans, or other documents pertaining to the project, such as surveys, engineering data, environmental information, etc., all of which Aluces may rely upon. d. Arrange for access to the site and other property as required for Aluces to provide its services. e. Review all documents or reports presented by Aluces and communicate decisions pertaining thereto within a reasonable time so as not to delay Aluces. f. Furnish approvals and permits from governmental authorities having jurisdiction over the project and approvals and consents from other parties as may be necessary. g. Obtain any independent accounting, legal, insurance, cost estimating, and feasibility services required by Client. h. Give prompt written notice to Aluces whenever the Client becomes aware of any Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 development that affects Aluces' services or any defect or noncompliance in any aspect of the project. 3) Period of Services. Unless otherwise stated herein, Aluces will begin work after receipt of a properly executed copy of this Agreement. This Agreement assumes conditions permitting continuous and orderly progress through completion of the services. Times for performance shall be extended as necessary for delays or suspensions due to circumstances that Aluces does not control. If such delay or suspension extends for more than six months, Aluces' compensation shall be renegotiated. 4) Method of Payment. Client shall pay Aluces as follows: a. Invoices will be submitted periodically for services performed and expenses incurred. Payment of each invoice will be due within 25 days of receipt. The Client shall also pay any applicable sales tax. All retainers will be held by Aluces and applied against the final invoice. Interest will be added to accounts not paid within 25 days at the maximum rate allowed by law. If the Client fails to make any payment due under this or any other agreement within 30 days after Aluces' transmittal of its invoice, Aluces may, after giving notice to the Client, suspend services and withhold deliverables until all amounts due are paid. b. If the Client relies on payment or proceeds from a third party to pay Aluces and Client does not pay Aluces' invoice within 60 days of receipt, Aluces may communicate directly with such third party to secure payment. c. lithe Client objects to an invoice, it must advise Aluces in writing giving its reasons within 14 days of receipt of the invoice or the Client's objections will be waived, and the invoice shall conclusively be deemed due and owing. lithe Client objects to only a portion of the invoice, payment for all other portions remains due. d. If Aluces initiates legal proceedings to collect payment, it may recover, in addition to all amounts due, its reasonable attorneys' fees, reasonable experts' fees, and other expenses related to the proceedings. Such expenses shall include the cost, at Aluces' normal hourly billing rates, of the time devoted to such proceedings by its employees. e. The Client agrees that the payment to Aluces is not subject to any contingency or condition. Aluces may negotiate payment of any check tendered by the Client, even if the words "in full satisfaction" or words intended to have similar effect appear on the check without such negotiation being an accord and satisfaction of any disputed debt and without prejudicing any right of Aluces to collect additional amounts from the Client. 5) Use of Documents. All documents and data prepared by Aluces are related exclusively to the services described in this Agreement and may be used only if the Client has satisfied all of its obligations under this Agreement. They are not intended or represented to be suitable for use or reuse by the Client or others on extensions of this project or on any other project. Any modifications by the Client to any of Aluces' documents, or any reuse of the documents without written authorization by Aluces will be at the Client's sole risk and without liability to Aluces, and the Client shall indemnify, defend and hold Aluces harmless from all claims, damages, losses and expenses, including but not limited to attorneys' fees, resulting therefrom. Aluces' electronic files and source code remain the property of Aluces and shall be provided to the Client only if expressly provided for in this Agreement. Any electronic files not containing an electronic seal are provided only for the convenience of the Client and use of them is at the Client's sole risk. In Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 the case of any defects in the electronic files or any discrepancies between them and the hardcopy of the documents prepared by Aluces, the hardcopy shall govern. 6) Intellectual Property. Aluces may use or develop its proprietary software, patents, copyrights, trademarks, trade secrets, and other intellectual property owned by Aluces or its affiliates ("Intellectual Property") in the performance of this Agreement. Unless explicitly agreed to in writing by both parties to the contrary, Aluces maintains all interest in and ownership of its Intellectual Property and conveys no interest, ownership, license to use, or any other rights in the Intellectual Property to Client. Any enhancements of Intellectual Property made during the performance of this Agreement are solely owned by Aluces and its affiliates. 7) Opinions of Cost. Because Aluces does not control the cost of labor, materials, equipment or services furnished by others, methods of determining prices, or competitive bidding or market conditions, any opinions rendered as to costs, including but not limited to the costs of construction and materials, are made solely based on its judgment as a professional familiar with the industry. Aluces cannot and does not guarantee that proposals, bids or actual costs will not vary from its opinions of cost. If the Client wishes greater assurance as to the amount of any cost, it shall employ an independent cost estimator. Aluces' services required to bring costs within any limitation established by the Client will be paid for as Additional Services. 8) Termination. The obligation to provide further services under this Agreement may be terminated by either party upon seven days' written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof, or upon thirty days' written notice for the convenience of the terminating party. Aluces shall be paid for all services rendered and expenses incurred to the effective date of termination, and other reasonable expenses incurred by Aluces as a result of such termination. 9) Standard of Care. The standard of care applicable to Aluces' services will be the degree of care and skill ordinarily exercised by consultants performing the same or similar services in the same locality at the time the services are provided. No warranty, express or implied, is made or intended by Aluces' performance of services, and it is agreed that Aluces is not a fiduciary with respect to the Client. 10) LIMITATION OF LIABILITY. In recognition of the relative risks and benefits of the Project to the Client and Aluces, the risks are allocated such that, to the fullest extent allowed by law, and notwithstanding any other provisions of this Agreement or the existence of applicable insurance coverage, that the total liability, in the aggregate, of Aluces and Aluces' officers, directors, employees, agents, and subconsultants to the Client or to anyone claiming by, through or under the Client, for any and all claims, losses, costs or damages whatsoever arising out of or in any way related to the services under this Agreement from any causes, including but not limited to, the negligence, professional errors or omissions, strict liability or breach of contract or any warranty, express or implied, of Aluces or Aluces' officers, directors, employees, agents, and subconsultants, shall not exceed twice the total compensation received by Aluces under this Agreement or $50,000, whichever is greater. Higher limits of liability may be negotiated for additional fee. This Section is intended solely to limit the remedies available to the Client or those claiming by or through the Client, and nothing in this Section shall require the Client to indemnify Aluces. 11) Mutual Waiver of Consequential Damages. In no event shall either party be liable to the other for any consequential, incidental, punitive, or indirect damages including but not limited to loss Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 of income or loss of profits. 12) Construction Costs. Under no circumstances shall Aluces be liable for extra costs or other consequences due to unknown conditions or related to the failure of contractors to perform work in accordance with the plans and specifications. Aluces shall have no liability whatsoever for any costs arising out of the Client's decision to obtain bids or proceed with construction before Aluces has issued final, fully approved plans and specifications. The Client acknowledges that all preliminary plans are subject to substantial revision until plans are fully approved and all permits obtained. 13) Certifications. All requests for Aluces to execute certificates, lender consents, or other third - party reliance letters must be submitted to Aluces at least 14 days prior to the requested date of execution. Aluces shall not be required to execute certificates, consents, or third -party reliance letters that are inaccurate, that relate to facts of which Aluces does not have actual knowledge, or that would cause Aluces to violate applicable rules of professional responsibility. 14) Dispute Resolution. All claims arising out of this Agreement or its breach shall be submitted first to mediation in accordance with the American Arbitration Association as a condition precedent to litigation. 15) Hazardous Substances and Conditions. Aluces shall not be a custodian, transporter, handler, arranger, contractor, or remediator with respect to hazardous substances and conditions. Aluces' services will be limited to analysis, recommendations, and reporting, including, when agreed to, plans and specifications for isolation, removal, or remediation. Aluces will notify the Client of unanticipated hazardous substances or conditions of which Aluces actually becomes aware. Aluces may stop affected portions of its services until the hazardous substance or condition is eliminated. 16) Construction Phase Services. a. If Aluces prepares construction documents and Aluces is not retained to make periodic site visits, the Client assumes all responsibility for interpretation of the documents and for construction observation, and the Client waives any claims against Aluces in any way connected thereto. b. Aluces shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, equipment maintenance and inspection, sequence, schedule, safety programs, or safety practices, nor shall Aluces have any authority or responsibility to stop or direct the work of any contractor. Aluces' visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by Aluces. Aluces neither guarantees the performance of contractors, nor assumes responsibility for any contractor's failure to perform its work in accordance with the contract documents. c. Aluces is not responsible for any duties assigned to it in the construction contract that are not expressly provided for in this Agreement. The Client agrees that each contract with any contractor shall state that the contractor shall be solely responsible for job site safety and its means and methods; that the contractor shall indemnify the Client and Aluces for all claims and liability arising out of job site accidents; and that the Client and Aluces shall be made additional insureds under the contractor's general liability insurance policy. 17) No Third -Party Beneficiaries; Assignment and Subcontracting. This Agreement gives no rights or Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 benefits to anyone other than the Client and Aluces, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole benefit of the Client and Aluces. The Client shall not assign or transfer any rights under or interest in this Agreement, or any claim arising out of the performance of services by Aluces, without the written consent of Aluces. Aluces reserves the right to augment its staff with subconsultants as it deems appropriate due to project logistics, schedules, or market conditions. If Aluces exercises this right, Aluces will maintain the agreed -upon billing rates for services identified in the contract, regardless of whether the services are provided by in-house employees, contract employees, or independent subconsultants. 18) Confidentiality. The Client consents to the use and dissemination by Aluces of photographs of the project and to the use by Aluces of facts, data and information obtained by Aluces in the performance of its services. If, however, any facts, data or information are specifically identified in writing by the Client as confidential, Aluces shall use reasonable care to maintain the confidentiality of that material. 19) Miscellaneous Provisions. This Agreement is to be governed by the law of the State of Florida. This Agreement contains the entire and fully integrated agreement between the parties and supersedes all prior and contemporaneous negotiations, representations, agreements, or understandings, whether written or oral. Except as provided in Section 1, this Agreement can be supplemented or amended only by a written document executed by both parties. Any conflicting or additional terms on any purchase order issued by the Client shall be void and are hereby expressly rejected by Aluces. If Client requires Aluces to register with or use an online vendor portal for payment or any other purpose, any terms included in the registration or use of the online vendor portal that are inconsistent or in addition to these terms shall be void and shall have no effect on Aluces or this Agreement. Any provision in this Agreement that is unenforceable shall be ineffective to the extent of such unenforceability without invalidating the remaining provisions. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 20) PURSUANT TO FS 558.0035, EMPLOYEES OF ALUCES MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE UNDER THIS AGREEMENT. We appreciate the opportunity to present our services to you. If you have any questions regarding this proposal, please do not hesitate to contact our office. Sincer Y, sar D. Borges, PE Principal Aluces Corporation Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Attachment A Design Services Level of Effort Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Clemente Park Neighborhood Flood Improvements Project No.: B- 233817 Description: Roadway, signing and pavement markings, drainage, lighting and landscape Consultant Name: ALUCES CORPORATION Contract No.: enter consultants proj. number Date: 6/25/24 Estimator: CDB STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Cesar Borges, PE Rate: $72.00 Sr. Civil Engineer Luis Silva, PE Rate: $72.00 Project Engineer Blaynier Varela, PE Rate: $50.00 CAD Tech Tania Capote Rate: $32.00 Position 5 name Rate: 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 1 Miscellaneous tasks 2 3 4 5 6 7 8 9 10 11 12 13 50 $3,600 170 $12,240 220 $11,000 240 $7,680 680 $34,520 $50.76 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours Total Staff Cost 50 $3,600.00 170 $12,240.00 220 $1 1,000.00 240 $7,680.00 680 $34,520.00 $50.76 Total % of Work by Position 7.4 25.0 32.4 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 Mami, C.I.P. Form 117. Created 8/24/09 - Revised 11/20/12 35.3 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: Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 LONGITUDESURVEYORS 7 Wednesday, May oi, 2024 Ms. Angela M. Baron -Ruiz, PE*, ENV SP Project Manager I Senior Engineer abaron@chasolutions.com Cly 8935 Northwest 35 Lane, Suite 200 Doral, FL 33172 786.257.3084 RE: Surveying, Mapping, and Subsurface Utility Engineering (SUE) services for the `Clemente Park Neighborhood Flood Improvements Project — Water Main Design' located within Miami, FL 33127. Dear Ms. Baron -Ruiz, Pursuant to your request regarding a fee estimate for Surveying, Mapping, and Subsurface Utility Engineering (SUE) services for the above -referenced project, LONGITUDE SURVEYORS, LLC (LS) is pleased to submit the following proposal for your consideration. LS understands that CHA Companies (Client) is requesting these services for the water main design of `Clemente Park — District 5'. A. SCOPE OF WORK — SUBSURFACE UTILITY ENGINEERING (SUE) QUALITY LEVEL "A" SOFT -DIGS: ➢ LS will perform subsurface exploration at thirty (3o) Soft-Dig/Verified Vertical Elevation and Horizontal Locations (VVH). Client to provide locations of the thirty (3o) soft -digs at time of Notice to Proceed (NTP). ➢ LS will mark thirty (3o) Soft -Dig locations with white paint (whiteline) for the utilities. ➢ LS will coordinate dig ticket(s) with Sunshine 8ii as needed. ➢ LS will use surface detection equipment such as Electromagnetic Locator and Ground Penetrating Radar (GPR) and will perform Quality Level "B" SUE Designation services according to the American Society of Civil Engineers' (ASCE) standards at thirty (3o) different locations. ➢ LS will provide Quality Level "A" SUE Soft -Dig services at thirty (3o) locations, which includes the horizontal position and elevation of the top of utility. LS will attempt to provide bottom of utility, size, type of material and direction. ➢ LS will locate the Soft -Dig horizontal positions geo-referenced to the Horizontal Datum 1983/20ii and ground elevations referenced to the North American Vertical Datum of 1988 (NAVD88). ➢ LS will prepare the Verified Vertical Elevation and Horizontal Location (VVH) report for each Soft -Dig. B. SURVEY LIMITS: The roadways located within the Clemente Park — District 5 Neighborhood located within Miami, FL 33127, as per the attached Exhibit provided by the Client. C. DELIVERABLES: Soft -Dig locations will be designated by number corresponding to Vacuum Excavation Reports for each Soft -Dig with all pertinent information and a digitally signed and sealed PDF of the resulting Sketch To Accompay Legal Descriptions. Signed and sealed hardcopies can be provided upon request. D. COST: The total professional fee to complete the Scope of Work described herein shall be a lump sum of $21,602.94 as per the attached `Estimate of Work Effort' attached. Included in the above -mentioned fee is a waivable/reimbursable Maintenance of Traffic (MOT), application and/or permit fees lump sum of $1,029.28 associated with the services. LONGITUDE SURVEYORS 7700 North Kendall Drive • Suite 705 • Miami, FL 33156 • Ph: 305.463.0912 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 L LONGITUDESURVEYORS I agree that by signing below "I APPROVE AND ACCEPT" this proposal as a legal binding contract. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of the firm, I thank you for the opportunity to present this proposal. We look forward to utilizing our best professional efforts on your behalf on this very important project. Respectfully Yours, ( Eduardo M. Suarez, PSM/President LONGITUDE SURVEYORS 7700 North Kendall Drive • Suite 705 • Miami, FL 33156 • Ph: 305.463.0912 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 OWE Miami -Dade Water and Sewer Department CHA Companies RFQ #23-24-004 - City of Miami - Clemente Park Neighborhood Flood Improvements - Test holes WASD ATTACHMENT I - Contract E19-DTPW-04 General Land & Engineering Surveying/Under Ground Services - 3rd Year Rates Fee Schedule Category 15.01/15.03 (2021-2025 Fe Position Name & (Company) Labor Multiplier Hourly Rate Labor Hours Total Labor Hours Total Costs $ Hrs $ Hrs $ Hrs $ Hrs $ Hours $ [1] [2] [3] [4] [5] [6] [7] [8] Principal -Surveyor Eduardo M. Suarez (Longitude) 0 199.83 8 8 $1,598.64 Surveyor -Computer Giancarlo Sorana (Longitude) 0 121.41 16 16 $1,942.56 Draftsperson Jose Monzon (Longitude) 0 107.74 29 29 $3,124.46 Vac Truck (Test Holes) Longitude 0 463.60 30 30 $13,908.00 0 $0.00 0 $0.00 0 $0.00 Sub -totals 83 $20,573.66 Summary of Dedicated Allowance (TTC) Units No. of $/Unit Total MOT, application, and/or permit fees 1 $1,029.28 $ 1,029.28 $ - $ - $ 1,029.28 TOTAL LABOR AND DIRECT EXPENSES $21,602.94 Notes 1.- For invoices billed on an hourly basis, receipts for all expenses must be submitted. Travel expenses must be accompanied by a statement explaining the purpose of the expense and the parties involved. 2.- "Survey VAC crew rate based on 2021 - 2025 rates. es) Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 ACC) RLI CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 7/30/2024 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 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 Ames & Gough 859 Willard Street Suite 320 Quincy MA 02169 CONTACT NAME: PHONE FAX (A/C, No, Ext): 617-328-6555 (A/C, No): 617-328-6555 E-MAIL ADDR ESS: boston@amesgough.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Phoenix Insurance Company A++, XV 25623 INSURED CHAHOLDING CHA Consulting, Inc. 3 Winners Circle Albany, NY 12205 INSURER B: Travelers Indemnity Company, A++, XV 25658 INSURERC: Berkshire Hathaway Specialty Insurance Company 22276 INSURERD: Travelers Indemnity Co. of America A++, XV 25666 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2034417540 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 (MMIDD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 630-7E170386 8/1/2024 8/1/2025 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: X LIMIT APPLIES jE X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ D AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS X SCHEDULED Y 810-4S407410 Approved by Frank Gomez 8/1/2024 07/20/2024 8/1/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1 000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE CUP-4S539836 8/1/2024 8/1/2025 EACH OCCURRENCE $ 15,000,000 AGGREGATE $ 15,000,000 DED X RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A UB-4S429322 8/1/2024 8/1/2025 )( 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 C Professional Liability & Pollution 47-EPP-308429-06 8/1/2024 8/1/2025 Per Claim Limit $6,000,000 Aggregate Limit $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All coverages are in accordance with the policy terms and conditions. If AI box is checked, GL Endorsement Form #CGD604, Auto Al #CAT499 to the extent provided therein applies and all coverages are in accordance with the policy terms and conditions. RE: Professional engineering and related professional services in connection with Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2, Non -Federally Funded Projects, RFQ No. 22-23-002, Contract No. 22-23-002/2. City of Miami shall be included as additional insured with respects to General and Auto Liability where required by written contract. General Liability is Primary and Non-contributory as required per written contract. A Waiver of Subrogation and 30 Day Notice of Cancellation is provided in accordance with the policy terms and conditions. Professional Liability Policy Retroactive Date: Full Prior Acts CERTIFICATE HOLDER CANCELLATION City of Miami Anthony Hansen, Sr. Procurement Contracting Mgr 444 SW 2nd Ave. 6th Floor Miami FL 33130 USA 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 l f-a-re-ei CL.7L well ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Policy# 630-7E170386 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that: a. You agree n a written contract or agreement to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury" caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. Only as described n Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured - Owners, Les- sees or Contractors - (Form B) endorse- ment CG 20 10 11 85; or Either or both of the following: the Addi- tional Insured - Owners, Lessees or Con- tractors - Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured - Owners, Lessees or Contractors - Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (b) (3) (a) The Additional Insured - Owners, Les- sees or Contractors - Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured - Owners, Lessees or Contrac- tors - Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or Either or both of the following: the Addi- tional Insured - Owners, Lessees or Con- tractors - Scheduled Person Or Organi- zation endorsement CG 20 10, or the Ad- ditional Insured - Owners, Lessees or Contractors - Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization s an additional in- sured only if the injury or damage is caused, r1 whole or n part, by acts or omissions of you or your subcontractor n the performance of "your work" to which the written contract or agreement applies; or If neither Paragraph (1) nor (2) above applies: (b) (a) (b) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor n the performance of "your work" to which the written contract or agree- ment applies; and Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown n the Declarations exceed the minimum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether CG D6 04 0 219 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described n Section III - Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury', "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury" or "property damage" caused by "your work" and included n the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may (b) result n a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. Immediately send us copies of all legal pa- pers received n connection with the claim or "suit", cooperate with us n the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described n Par- agraph 4., Other Insurance, of Section IV - Commercial General Liability Conditions. (3) Page 2 of 2 © 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 0219 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry; Aviles. Yesenia Subject: RE: CHA Consulting Renewal Certificate of Insurance Date: Tuesday, July 30, 2024 2:36:10 PM Attachments: imaae005.pnq image007.pnq image008.pna Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, July 30, 2024 2:11 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: CHA Consulting Renewal Certificate of Insurance Good afternoon, Please review and approve. Best regards, Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Detail by FEI/EIN Number DIVISION OF CORPORATIONS org C Di -LP DILLY11 Di 'ff.; w official awe. of f iw/4a srr %a'ir� Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation CHACONSULTING, INC. Cross Reference Name CHACONSULTING, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address III WINNERS CIRCLE ALBANY, NY 12205 Changed: 09/07/2023 Mailing Address III WINNERS CIRCLE ALBANY, NY 12205 F08000004937 16-0966259 11/17/2008 NY ACTIVE DROPPING DBA 04/06/2021 NONE Changed: 09/07/2023 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Officer/Director Detail Name & Address Title CEO CORSO, GREGORY D III WINNERS CIRCLE ALBANY, NY 12205 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=16096625... 1/3 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Title CFO Detail by FEI/EIN Number BERNARDO, DOM M 3 WINNERS CIRCLE ALBANY, NY 12205 Title Secretary, General Counsel PLATT, MICHAELA 3 WINNERS CIRCLE ALBANY, NY 12205 Title AS TITSWORTH, THOMAS DESQ 3 WINNERS CIRCLE ALBANY, NY 12205 Title President Stephenson, James 1 Faneuil Hall Marketplace South Market Building, suite 4195 Boston, MA 02109 Annual Reports Report Year Filed Date 2022 01/10/2022 2023 01/30/2023 2023 09/07/2023 Document Images 09/07/2023 --AMENDED ANNUAL REPORT 01 /30/2023 -- ANNUAL REPORT 01/10/2022 --ANNUAL REPORT 04/06/2021 -- Dropping Alternate Name 01/18/2021 --ANNUAL REPORT 01 /22/2020 -- ANNUAL REPORT 03/27/2019 --ANNUAL REPORT 03/15/2018 --ANNUAL REPORT 02/28/2017 --ANNUAL REPORT 09/22/2016 --AMENDED ANNUAL REPORT 02/09/2016 --ANNUAL REPORT 02/23/2015 --ANNUAL REPORT 03/25/2014 --ANNUAL REPORT 01 /31 /2013 --ANNUAL REPORT 02/17/2012 --Amendment 01/30/2012 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=16096625... 2/3 Docusign Envelope ID: 01 B7F718-C94F-4CDO-B958-DCDE17CBF7B4 Detail by FEI/EIN Number 04/12/2011 -- FEI# CHANGED 03/04/2011 --ANNUAL REPORT 12/28/2010 -- Name Change 03/05/2010 --ANNUAL REPORT 04/17/2009 --ANNUAL REPORT 12/18/2008 --Amendment 11/17/2008 -- Off/Dir Resignation 11/17/2008 -- Off/Dir Resignation 11/17/2008 -- Foreign 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=16096625... 3/3 Olivera, Rosemary From: Caseres, Luis Sent: Tuesday, November 5, 2024 2:34 PM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Lima, Cristiane; Roberts, Frankeetha; Fossler, Thomas; Sagesse, Max; Sidan, Clara; Gomez, Humberto; Marquez, Giraldo; Dubuisson, Fabiola; Romero, Javier Subject: Document Distribution - RFQ 23-24-004 Civil Engineering Services for Citywide Flood Mitigation Improvements - CHA Consulting, Inc. Attachments: RFQ_No_23-24-004_Civil_Eng_Services_CHA Consulting_Executed 11-04-2024.pdf Good afternoon 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- 2157 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Professional Services Agreement First Party: City of Miami Second Party: CHA Consulting, Inc. Program/Purpose: Civil Engineering Services for Citywide Flood Mitigation Improvements Effective Date: 11 /05/2024 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