Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25346
AGREEMENT INFORMATION AGREEMENT NUMBER 25346 NAME/TYPE OF AGREEMENT ALLEGUEZ ARCHITECTURE, INC. DESCRIPTION AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT/ARCHITECTURAL & ENGINEERING SERVICES FOR VIRRICK PARK NEW SWIMMING POOL FACILITY B- 40571 - D2/FILE I D : 16944/R-24-0477/MATTER I D : 24-3313 EFFECTIVE DATE December 18, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/19/2024 DATE RECEIVED FROM ISSUING DEPT. 12/19/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Oa CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Cris Lima EXT. 1895 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Alleguez Architecture, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 864,342.23 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Increase capacity of Professional Services Agreement ("PSA") with Alleguez Architecture, Inc. for RFQ No. 14-15-028 Virrick Park New Swimming Pool Facility - Project No. 40571 COMMISSION APPROVAL DATE: 11/21/24 FILE ID: 16944 ENACTMENT NO.: 24-0477 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Fernando Ponassi Reviewed and OK to proceed. December 4, 2024 Annie Perez CPPO 115:12:44 EST SIGNATURE: DocuSigned b ....4-A.A.,;., RISK MANAGEMENT December 4, 20 qq n Mare ha 24n 1� :4: MIT EST SIGNATURE: `-89540EB73CA (—DocuSigned b FralAk BUDGET OFFICErie� Funding is available in B40571 for the contract increase LEM 12/10/24 December 10, G�I�in56 : 38 EST SIGNATURE: L-27395C631821 DocuSigned b L5 /s/TMF 24-3313 CITY ATTORNEY Matter ID No. 24-3313 December 13, 202Qrge q 4 lI 12\V 9B%HEST SIGNATURE: EF6'796CJ ,—DocuSignedb at -WO, ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 17, 20arry Spri 9 CPA6 EST SIGNATURE: `— 8577EE9FE ,—DocuSignedb '" (A Y Sp `—C9'DZ6'0' 177E. ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 18, Asael Marrero 2024 I 17:31:44 EST SIGNATURE: DocuSigned b. COF4AD9AB03 DEPUTY CITY MANAGER December 17, 21sral��ely hr Q�k2RiPms SIGNATURE: ,-DocuSigned 11/4144 CITY MANAGER December 18, 20A2rt4 h r Noriegqa 10:1zJ:V16 EST SIGNATURE: DocuSigned aV December 19, T d H 202rii9:28 EST 850e �C-372D DocuSigned b CITY CLERK SIGNATURE: Q N. E46D7560DCF • 468... E7... 495... UJ(1sali.,) 8B... 4D4... 45A.. 141 B... V1tlt D42A... 459.. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 AMENDMENT OVERVIEW PSA TITLE: Amendment No. 2 to the Professional Services Agreement with Alleguez Architecture, Inc. for A&E Services for Virrick Park New Swimming Pool Facility — RFQ No. 14-15-028. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of ® City Manager — Authority level of $500.000,00 ❑ City Commission — RESOLUTION No. 2. PROCUREMENT METHOD: ® RFP/Q 0 ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 0 OTHER (Please explain): RFQ No. 14-15-028 for A&E Services for Virrick Park New Swimming Pool Facility Project No. B-40571 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. Amendment No. 2 to increase capacity of the Agreement by $440,000.00 for a total not -to -exceed contract value of $864,342.23. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑x YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? R-24-0477 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide A&E Services of a new Swimming pool facility and additional scope elements to include design of a dumpster enclosure, sidewalk repairs, a new on -site parking lot, and permitting assistance. Additional services include extended construction administration services, pool redesign, and additional permitting and variance approvals. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements ("OCI"), Parks and Recreation Department 7. IS THE AWARDEE THE INCUMBENT? Yes Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon Project Completion. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $391,247.86 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statue 287.055 Consultant Competitive Negotiation Act / Evaluation Committee 12.SUNBIZ: Is the Firm(s) a Florida Registered Corporation or a Foreign Corporation (not from Florida)? Alleguez Architecture, Inc. — Florida Profit Corporation. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH ALLEGUEZ ARCHITECTURE, INC. FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR VIRRICK PARK NEW SWIMMING POOL FACILITY, PROJECT NO. B-40571 - D2 This Amendment No. 2 to the Professional Services Agreement (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Alleguez Architecture, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of Architectural and Engineering ("A&E") Services for Virrick Park New Swimming Pool Facility — D2 — Project No. B-40571 ("Services") is entered into thisl8th day of December , 2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 14-15-028, the City Manager executed an Agreement with the Consultant on March 8, 2016; and WHEREAS, on December 7, 2020, Amendment No. 1 to the Agreement authorized a capacity increase of One Hundred Twelve Thousand Seven Hundred Dollars and Zero Cents ($112,700.00), thereby increased the total contract value from Three Hundred Eleven Thousand Six Hundred Forty -Two Dollars and Twenty -Three Cents ($311,642.23) to an amount not -to - exceed Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty - Three Cents ($424,342.23); and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the additional scope items to the Services; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate the additional scope items to the Services; and WHEREAS, this Amendment No. 2 to the Agreement increases the capacity of the Agreement by Four Hundred Forty Thousand Dollars and Zero Cents ($440,000.00), thereby increasing the total contract value from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($424,342.23) to an amount of Eight Hundred Sixty - Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23); and WHEREAS, the City Commission has adopted Resolution No. 24-0477, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Amendment No. 2 to the Professional Services Agreement with Alleguez Architecture, Inc. for A&E Services for Virrick Park New Swimming Pool Facility — Project No. B-40571 Section 2.04-1 Compensation Limit is hereby increased by Four Hundred Forty Thousand Dollars and Zero Cents ($440,000.00), thereby increasing the total award value from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($424,342.23) to an amount not -to -exceed Eight Hundred Sixty - Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23). The Eight Hundred Sixty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23) is inclusive, without limitation, of fees, costs, and reimbursable expenses. Section 10.21 Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Amendment No. 2 to the Professional Services Agr A&E Services for Virrick Park New Swimming Pool IN WITNESS WHEREOF, the parties have year first above written. WITNESS/ATTEST: Signature Lidice Perez / Office Manager Print Name, Title ATTEST: Ana Alleguez Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: ,—DocuSigned by: `— E46D7560DCF1459 Todd B. Hannon, City Clerk APPROVED AS TO INSURANE REQUIREMENTS: DocuSigned by: FV'aink Gawkt7 g2-14€7... Ann Marie -Sharpe, Director Risk Management Department Signed by: eement with Alleguez Architecture, Inc. for Facility — Project No. B-40571 executed this Amendment as of the day and Alleguez Architecture, Inc., a Florida Corporation Ana Alleguez / President Print Name, Title of Authorized Officer or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: aim Naintia. @6F-6C3729D42n... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: FaD8o7c7u6S igned by:t m o, 00bisat4 Ill A248 ... George E9FCK. Wysong III, City Attorney 24-3313 FrA/LF DS Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Amendment No. 2 to the Professional Services Agreement with Alleguez Architecture, Inc. for A&E Services for Virrick Park New Swimming Pool Facility — Project No. B-40571 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Alleguez Architecture, Inc. , a corporation organized and existing under the laws of the State of Florida held on the 2nd day of December 2024 a resolution was duly passed and adopted authorizing (Name) Ana Alleguez as (Title) President / Secretary of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 2nd day of December 20 24 Print: Ana Alleguez 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 , 20_, 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. 20 IN WITNESS WHEREOF, I have hereunto set my hand this day of Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Amendment No. 2 to the Professional Services Agreement with Alleguez Architecture, Inc. for A&E Services for Virrick Park New Swimming Pool Facility — Project No. B-40571 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 Florida COUNTY OF Miami -Dade The foregoing instrument was acknowledged before me this 2nd day of , who is personally known , to me or who has produced as identification and who (did / did not) take an oath. December , 2024, by Ana Alleguez / President REIDificterPUBLIC F Florida Lidice Perez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Annie Perez, CPPO Chief Procurement Officer/Director Department of Procurement rInitial P November 12, 2024 1 06:39:52 Jose R. Perez, AIA, Director Office of Capital mpromements DATE: November 4, 2024 FILE: 40-B405714 SUBJECT: Contract Capacity Increase for Allequez Architecture Inc for Virrick Park Aquatic Facility REFERENCES: Request For Qualifications 14-15- Psg28 ENCLOSURES: Original Contract, Addendum 1, Proposal for Additional Services dated July 23,2024 By this Memorandum, the Office of Capital Improvements ("OCI") is requesting to modify the Professional Services Agreement (PSA) with Alleguez Architecture Inc., (hereinafter referred to as "Allequez") authorized pursuant to Request for Qualifications RFQ 14-15-028 for the provision of design and construction administration services for the Virrick Park New Aquatic Facility, Office of Capital Improvements Project number 40- B40571, to increase the contract capacity of said PSA by an amount not to exceed $440,000.00 which includes a 10% owner contingency of $40,000.00 for a total contract capacity of $864,342.23. Justification and Background On June 29, 2015, the City of Miami issued Request for Qualifications Number 14-15-028 to procure Architectural and Engineering Services for a new swimming pool facility at Virrick Park. Allequez was awarded the contract pursuant to Resolution Number R-15-0024 and entered into an agreement with the City of Miami on March 8, 2016. The construction of the Virrick Park Aquatic Facility commenced in June 2022, with an initial timeline of 435 calendar days, targeting substantial completion by July 2023. However, the City has granted several time extensions to the contractor due to various interruptions, including construction delays, tree relocations, adverse weather conditions, and delivery time setbacks. Consequently, the total construction period extended to 854 calendar days, with a revised completion date in November 2024. Further, additional changes requested by the community in the pool design necessitate an extra 240 calendar days, pushing the substantial completion to July 2025. The additional changes created additional scope elements including but not limited to pool redesign, additional permit and variance processes with the County Health Department, re -application for an expired MDWASD permit, revisions for City of Miami Building Department permits and additional construction administration services caused by the construction delay. As a result, Alleguez is entitled to additional compensation for extended construction administration services, pool redesign, and additional permitting and variance approvals. Attached, you will find copies of the original executed contract with Allequez from July 2016. Also attached are the Allequez Contract Addendum 1 dated December 2020, and the Consultant Work Order Proposal dated July 23, 2024-R5 from Alleguez. The Work Order proposal details the scope of work mentioned above. Allequez remains committed to the project's completion. There is sufficient funding in the Project Number to fully cover the contract increase amount of $400,000.00 plus 10% Owner Contingency of $40,000.00 for a total increase amount not to exceed $440,000.00. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Cc: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, AIA, Assistant City Manager/Chief of Infrastructure Larry M. Spring, Jr., Assistant City Manager/Chief Financial Officer Thomas Fossler, Assistant City Attorney Marie M. Gouin, Director, Office of Management and Budget Hector Badia, Assistant Director, OCI Jose Montoya, Assistant Director, OCI Fernando Ponassi Boutureira, Assistant Director, Procurement Sandra J Vega, Sr. Project Manager/Consultant, OCI Israel Rodriguez -Soto, Construction Manager, OCI Legislative Division (VAgenda@miamigov.com) Agenda Office (Office-DL@miamigov.com) Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 AGENDA ITEM COVER PAGE File ID: #16944 Resolution Sponsored by: Commissioner Damian Pardo A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AMENDMENT NO. 2, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO INCREASE THE CONTRACT CAPACITY OF THE PROFESSIONAL SERVICES AGREEMENT ("PSA") WITH ALLEGUEZ ARCHITECTURE, INC., A FLORIDA PROFIT CORPORATION ("ALLEGUEZ"), SOLICITED AND AWARDED PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 14-15-028, TO PROVIDE ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR VIRRICK PARK AQUATIC FACILITY, PROJECT NO. B-40571 - D2, BY AN AMOUNT OF FOUR HUNDRED FORTY THOUSAND DOLLARS ($440,000.00), THEREBY INCREASING THE ORIGINAL CONTRACT COMPENSATION AMOUNT FROM FOUR HUNDRED TWENTY-FOUR THOUSAND THREE HUNDRED FORTY-TWO DOLLARS AND TWENTY-THREE CENTS ($424,342.23) TO THE AMENDED CONTRACT AMOUNT OF EIGHT HUNDRED SIXTY-FOUR THOUSAND THREE HUNDRED FORTY-TWO DOLLARS AND TWENTY-THREE CENTS ($864,342.23) FOR THE COSTS ASSOCIATED WITH ADDITIONAL SCOPE OF WORK ITEMS, AS DESCRIBED IN EXHIBIT "A," ATTACHED AND INCORPORATED; ALLOCATING FUNDS FROM OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-40571; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVALS AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 City of Miami Legislation Resolution Enactment Number: R-24-0477 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16944 Final Action Date:11/21/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AMENDMENT NO. 2, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO INCREASE THE CONTRACT CAPACITY OF THE PROFESSIONAL SERVICES AGREEMENT ("PSA") WITH ALLEGUEZ ARCHITECTURE, INC., A FLORIDA PROFIT CORPORATION ("ALLEGUEZ"), SOLICITED AND AWARDED PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 14-15-028, TO PROVIDE ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR VIRRICK PARK AQUATIC FACILITY, PROJECT NO. B-40571 - D2, BY AN AMOUNT OF FOUR HUNDRED FORTY THOUSAND DOLLARS ($440,000.00), THEREBY INCREASING THE ORIGINAL CONTRACT COMPENSATION AMOUNT FROM FOUR HUNDRED TWENTY-FOUR THOUSAND THREE HUNDRED FORTY-TWO DOLLARS AND TWENTY-THREE CENTS ($424,342.23) TO THE AMENDED CONTRACT AMOUNT OF EIGHT HUNDRED SIXTY-FOUR THOUSAND THREE HUNDRED FORTY-TWO DOLLARS AND TWENTY-THREE CENTS ($864,342.23) FOR THE COSTS ASSOCIATED WITH ADDITIONAL SCOPE OF WORK ITEMS, AS DESCRIBED IN EXHIBIT "A," ATTACHED AND INCORPORATED; ALLOCATING FUNDS FROM OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. B-40571; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVALS AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on June 29, 2015, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 14-15-028, under full and open competition, to obtain architectural and engineering services for Virrick Park New Swimming Pool Facility ("Project"); and WHEREAS, on July 29, 2015, five (5) proposals were received in response to the RFQ, and after Procurement completed its due diligence effort, two (2) proposals were deemed non- responsive for failing to meet the minimum submission requirements; and WHEREAS, subsequently, the proposals were reviewed by Procurement staff, upon which the remaining three (3) proposals were deemed responsive and responsible in accordance with the minimum submission requirements of the RFQ; and Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 WHEREAS, On October 14, 2015, the Evaluation Committee completed the evaluation of the three (3) proposals and recommended the top -ranked responsive and responsible Proposer, Alleguez Architecture, Inc. ("Alleguez"), for award of Professional Service Agreement ("PSA"); and WHEREAS, the contract terms and conditions negotiated and agreed upon by the Alleguez were formally accepted by the City on or about December 12, 2015; and WHEREAS, on March 8, 2016, the City Manager executed the Agreement with the Alleguez for the provision architectural and engineering services for the project, in an amount of Three Hundred Eleven Thousand Six Hundred Forty -Two Dollars and Twenty -Three Cents ($311,642.23); and WHEREAS, on December 4, 2020, Amendment No. 1 to the Agreement authorized a capacity increase of One Hundred Twelve Thousand Seven Hundred Dollars ($112,700.00), thereby increasing the total contract value from Three Hundred Eleven Thousand Six Hundred Forty -Two Dollars and Twenty -Three Cents ($311,642.23) to an amount of Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($424,342.23); and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the City's additional Architectural and Engineering services as detailed in Exhibit "A," attached and incorporated; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate outstanding and foreseeable future services; and WHEREAS, this Amendment No. 2 to the Agreement increases the capacity of the Agreement by Four Hundred Forty Thousand Dollars ($440,000.00), thereby increasing the total contract value from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars And Twenty -Three Cents ($424,342.23) to an amount of Eight Hundred Sixty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23); and WHEREAS, any increase in the total compensation limit above 10% (ten percent) of the current contract amount requires City Commission approval pursuant to Section 18-117 of the City Code; and WHEREAS, funds are to be allocated from the appropriate Office of Capital Improvements ("OCI") projects and departmental budgets; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is hereby authorized' to negotiate and execute Amendment No. 2 to increase the contract capacity of the PSA with Alleguez, solicited and awarded pursuant to RFQ No. 14-15-028, to provide architectural design and construction administration services for Virrick Park Aquatic Facility, Project No. B-40571 - D2, by an amount 1 The herein authorization is further subject to compliance with all regulations that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and City Code provisions. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 of Four Hundred Forty Thousand Dollars ($440,000.00), thereby increasing the original contract compensation amount from Four Hundred Twenty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($424,342.23) to the amended contract amount of Eight Hundred Sixty -Four Thousand Three Hundred Forty -Two Dollars and Twenty -Three Cents ($864,342.23) for the costs associated with additional scope of work items, as described in Exhibit "A," attached and incorporated. Section 3. Funding is hereby allocated from the Office of Capital Improvements. Project No. B-40571. Section 4. The City Manager is further authorized1 to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, and prior budgetary approvals, and in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City of Miami's Procurement Ordinance, Anti -deficiency Act, and financial integrity principles, all as set forth in Chapter 18 of the City Code, all in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: rge Wye ng III, C ty ttor -y 11/12/2024 Pursuant to the resolution, this item became effective immediately upon adoption by the Commission. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH ALLEGUEZ ARCHITECTURE, INC. FOR ARCHITECTURAL AND ENGINEERING ("A&E") SERVICES FOR VIRRICK PARK NEW SWIMMING POOL FACILITY This Amendment No. 1 to the Professional Services Agreement dated March 8, 2016 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Alleguez Architecture, Inc. ("Consultant"), a Florida Corporation authorized to transact business in Florida, for the provision of A&E Services for Virrick Park New Swimming Pool Facility ("Services") for the Office of Capital Improvements ("OCI") is entered into this 4 day of , 2020. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 14-15-028, pursuant to Resolution R-15-0024, adopted by the City Commission on January 22, 2015, the City Manager executed an Agreement with the Consultant for an amount not -to -exceed $311,642.23; and WHEREAS, additional scope elements to the design were added and Consultant, as the Architect of Record having finalized 90% of the design -related effort, has overall familiarization with the project and objectives to meet the new scope elements added to the design; and WHEREAS, funds are to be allocated from OCI Project No. B-40571 prior to City authorization to commence future assignments issued pursuant to this Amendment. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.04-1 Compensation Limit is hereby increased by one hundred twelve thousand seven hundred dollars ($112,700.00), thereby increasing the total award value from three hundred eleven thousand six hundred forty-two dollars and twenty-three cents ($311,642.23), to an amount not -to -exceed four hundred twenty-four thousand three hundred forty-two dollars and twenty-three cents ($424,342.23). The four hundred twenty-four thousand three hundred forty-two dollars and twenty-three cents ($424,342.23) is inclusive, without limitation, of fees, costs, and reimbursable expenses. Section 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Amendment No. 1 to the Professional Services Agreement with Alleguez Architecture, Inc. for A&E Services for Virrick Park New Swimming Pool Facility — Project No. B-40571 All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, the day and year above written. WIT S/ATTEST: Alleguez Architecture, Inc., a Florida corporation Signature Lidice Perez / Office Manager Print Name, Title ATTEST: Ana Alleguez Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: odd B. Hanno Jerk APPROVED AS TO INSURANCE REQUIREMENTS: Digitally signed by Terry M. Quevedo Date: 2020.08.21 12:31:29 -04'00' Ana Alleguez / President Print Name, Title (Corporate Seal) Cs - e !,k .4 n c t. CITY OF MIAMI, a municipal corporation of the State of Florida Arthur Norig V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Digitally signed by Min, Bamaby Date: 2020.09.29 14:29:53 -04'00' Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 CITY OF I\il� n\M0 DEPARTMENT OF CAPITAL IMPVEIVIENTS PrOG A PROFESSs. ,L L SEiWOCES AG EE'iiENT Service Category Contract Type ColrosLultant Ar=TICLE 1 DEFINITIeNS TICLE 2 GEEI;AL CON 2.01 TERM Architectural and Engineering Services for Virrick Park New Swimming Pool Facility, B-40571 (RFQ 14-15-028) Project Specific Alleguez Architecture, Inc. TABLE OF CONTENTS ITI ce; 2.02 SCOPE OF SERVICES 4 NS 6 6 2.03 COMUNITY USINESS ENTERPRISE ("C 2.04 COMPENS /F\TION ARTICLE 3 PEFORMNCE 3.01 PE FORM +NCE AND DELEG;\TION 3.02 REMOVAL OF U^;SATISFACTORY PERS 3.03 CONSULTANT KEY STAFF 3.04 TO E FOR PEFOMANCE 3.05 STFaNDAr;D OF CARE ARTICLE 4 SU1- -CNSULTI;, 4.01 GENERAL 4.02 SU-CONSULTANT RELATIONS i TIPS 4.03 CHANGES TO SU=-CONSULTANTS TICLE 5 DEF\ULT f't 5.01 GENE AL 5.02 CONDITIONS •F DEFAULT 5.03 TO E TO CURE DEFAULT; FO CE MAJEURE 8 ARTICLE 6 TER IN .TIN OF AGREEMENT 8 6.01 CITY'S RIGHT To, TERMINATE 8 6.02 CONSULTANT'S RIGHT TO TERMINATE 9 6.03 TE1-:MINATION DUE TO UNDISCLOSED LOBBYIST OR ;\GENT 9 TICLE 7 DOCUMENTS AND RECORDS 9 7.01 0 NE SHIP OF DOCUMENTS ' 9 7.02 DELIVE'?Y UPON F EOUEST O CAiNCELLATION 9 7.03 RE -USE r,Y CITY 9 7.04 NON •'ISCLOSURE 9 7.05 MAINTENANCE OF RECORDS; PUio:LIC RECORDS 10 A''TICLE INII,EMNIFICATION 10 ARTICLE 9 INSURANCE 11 ARTICLE 10 MISCELLANEOUS 12 10.01 AUDIT `TIGHTS; INS r=ECTIc•N FIGHTS 12 10.02 ENTIi E GEEMENT 12 10.03 SUCCESSOS AND ASSIGNS 12 10.04 TRUTH -IN -NEGOTIATION CERTIFIC TE 12 10.05 APPLICAiz3LE LANVENUE OF LITIGATIN 12 10.06 NOTICES 6 E") Pe r TICIPATIO 6 6 6 6 NNEL 6 7 7 7 NTS 7 7 7 8 8 8 8 13 10.07 INTEJ` PRETATION 13 10.®S JOINT PI EP TION 13 10.09 PIOI ITV OF PROVISIONS 13 10.10 MEDIATION - OF JURY TRIAL 14 10.11 TI E 14 10.12 COSytiPLIANCE ITH LAS 14 10.13 NOPA=:TNE•SHIP 14 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 TA LE F CONTENTS (CONTINUED) 10.14 DISCRETION OF DIRECTO,` 14 10.15 RESOLUTION • F CONTRACT DISPUTES: 10.16 INDEPENDENT CONTRACTO 10.17 CONTINGENCY CLAUSE° 10.18 THIRD PA"TY oENEFICIARY• 10.19 ITIONAL TERMS AN 'Ia CONDITIONS: 10.20 SEVERABILITY• ATTACHMENT A = SCOPE OF WORK AI'TICLE i 1 GENERAL A1.01 SCOPE OF SERVICES A1.02 0"'1KOR ERS ARTICLE A2 ASIC SERVICES • A2.01 'EVE- PMENT OF OBJECTIVES 2.02 SCHEMATIC ESIGN A2.03 DESIGN DEVELOPMENT A2.04 CONSTRUCTION DOCUMENTS A2.05 1=,IDi ING AND AWARD OF CONTRACT 2.06 ADMINISTRATION OF THE CONSTRUCTION CONTR 1 F TICLE A3 As DITIONAL SERVICES A3.01 GENE '";AL ,3.02 EXAMPLES 3.03 ADDITIONAL DESIGN 28 Ar TICLE A4 CITY'S RESPONSIBILITIES 28 A4.01 PROJECT SITE INFORMATION 28 A4.02 CONSTRUCTION MANAGEMENT 28 SCHEDULE A2. ® KEY STAFF 30 \TTACHMENT = COMPENSATION AND PAYENTS 31 AI`TICLE -,1 METHOD OF COMPENSATION 31 1.01 CMPENSATION LIMITS 31 1.02 CNSULTAT NTEXCEED 31 AI�;TICLE =2 WOV'�OEATES 31 2.01 FEE I:ASIS 14 15 15 15 15 16 20 20 20 21 21 22 22 23 23 2.02 EPLOYEES , 2.03 MULTIPLIE 2.04 CALCULATION 2.05 G2.06 AI''TICLE B3.01 A A B3.02 N 24 CT 25 27 27 27 31 JO CLASSIFICATIONS 31 EMPLOYEE BENEFITS AND VERHEr\D 32 ESCALATION 3 COMPUTATION OF FEES AND COMPENSATION 32 32 LUMP SUM 31 HOURLY RATE FEES 3.03 REIMBURSABLE EXPENSES 3.04 FEES FR ADDITIVE or DEDUCTIVE ALTERNATES: 32 3.05 FEES F*1=t ADDITIC.NL SEVICES 33 3.06 PAYMENT EXCLUSIONS 33 B3.07 FEES RESULTING FROM PROJECT SUSPE': RTICLE B4 PAYMENTS TO THE CNSULTANT PAYMENTS GENERALLY 31 32 I B4.01 B4.02 B4.03 4.04 4.05 TICLE 5.01 136.02 TICLE SION 33 33 33 32 32 FOR COMPREHENSIVE BASIC SERVICES 33 BILLING a HOURLY RATE P YMENT IF : R ADDITI:: 'IAL SEIVICES DEDUCTINS 5 I°;EI GEI REI 6 6.01 GENE SCHEIULE C-1 SCHEDULE SCHEDULE is E L 34 EIi3URSALE EXPENSES 34 URSAI=-LE EXPENSES: 34 34 ,URSEMENTS TTHE SU CO PENS TIN F AL AGE ATES SUM • R -CONSULTANTS EUSE OF PLANS AND SPECIFIC Y 34 35 TONS 35 35 2 - CONSULTANT PI':OPSAL 36 3 ® CONSULTANT INVOICE 37 47 A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 2 J Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 DEPART CITY OF MIAMI ENT F CAM L I'iIPROVEMENTS VP OFESSIO ;,>>,L SE "VICES AGREE /I OG ENT Service Category Contract Type Consultant Consultant Office Location City r,uthorrization Architectural and Engineering Services for Virrick Park New Swimming Pool Facility, B-40571 (RFQ No. 14-15-028) Fixed Price A Alleguez Architecture, Inc. 901 Ponce de Leon Blvd., Suite 202, Coral Gables, FL 33134 Resolution No. R-15-0024 (Expedite Ordinance) n,, /� THIS ROFESSIONAL SERVICES AGREEMENT ("AGREEMENT") made this 3 day of '► V K�/� . in the year 2016 byand between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and (Consultant's Name), hereinafter called the "Consultant." ECITAL A. The City issued a Request for Qualifications ("RFQ") No. 14-15-028 on June 29, 2015, for the provision of Architectural and Engineering Services for Virrick Park New Swimming Pool Facility ("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, 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 the event of any conflicts(s) 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, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14 15-028) Page 3 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT TBCLE 1 DEFONIDTVONS 1e01 Iddlitionai Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachamer is means the Attachments to this Agreement are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 ease Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 asic Services means those services designated as such in a Work Order. 1.05 City Cmmissioon means the legislative body of the City of Miami. 1.06 City ✓Iamager 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 which is a party hereto and for which this Agreement is 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 or if the Manager has delegated authority for a certain task the Director as the Manager's authorized designee. . 1.0 City f'isk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management. 1.09 City Commission means the legislative body of the City of Miami. 1.10 Community t-¢iisiness Enterprise ("C_:E") means an architectural, landscape architectural, engineering or surveying and mapping professional services, including a design -build firm, as defined in Section 2-10.4.01 of the Code of Miami -Dade County. 1.11 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, or any combination thereof, of properly registered professional architects, or engineers, which has entered into the Agreement to provide professional services to the City. 1.12 Contract,r 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. 1.13 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 the purpose of this Agreement, the Director is the top administrator (e.g. the Director) of the Department of Capital Improvements and Transportation Program or designee. 1.14 Errors means items in the plans, specification or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 1.15 Guaranteed Maximum Price ("GM ") The sum established in this Agreement as the maximum cost crf performing the specified work inclusive of labor, related personnel expenses, materials, supplies, costs and reimbursablitems. 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 4 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 1.17 Notice To ;r-'roceed means same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.1 > Omissions means items in the plans, specification or other documents prepared by the Consultant that are not shown or included which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.19 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 and the construction of a project as a direct representative of the City. 1.20 'reject means the 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. 1.21 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. 1.22 Professional Services Agreement ("agreement➢' or "PSA") means this Agreement and all attachments and any authorized amendments thereto. In the event of a conflict between the Response to the Request for Qualifications ("RFQ") and the Consultant's response thereto the RFQ will control. In the event of any conflict between the Consultant's response to the RFQ, this PSA will control. In the event of any conflict between this PSA and its attachments this PSA will control. 1.23 /•Fisk Adml :istrator means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.24 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.25 Sub -consultant means a person or organization of properly registered professional architects, engineers, registered surveyor or mapper, and/or other professional specialty that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.26 '/ age ['ates means the effective direct expense to the Consultant and/or the Sub -Consultant, 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. 1.27 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1,2, !'%ork •rdr r means a document internal to the City authorizing the performance of specific professional services for a defined Project or Projects. 1.29 Work Order Prot.osal 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 5 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT TICLE 2 GENERAL CONDITI®iAS 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 terminate upon satisfaction and completion of all the terms and conditions of the by the City. 2.02 SCE OF SE F VICES Consultant agrees to provide the Services as specifically described and set forth in Attachment "A- Scope of Services" hereto, which by this reference is incorporated into and made a part of this Agreement. 2.03 C*MMUNITy BUSINESS ENTERPRISE ("Cr=E") P 1-TICIPATION EQUIREMENTS ORNANCE 13331, codified as §18- 7(p), City Code, Prospective Firms must adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE"); 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries (e.g. within the City limits). For information on the City's CBE requirements, visit the CITP website at: http://dev.miamigov.cam/capitalimorovernents/pages/ProcurementOpportunities/ProjectPages/CBE form sasp 2.04 COMPENSATION 2.04-1 Compensation Limits The amount of compensation payable by the City to Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B hereto, which by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed (total value of award) ($311,642.23) in total over the term of the Agreement and any extension(s), unless explicitly approved by action of the City Commission or City Manager as applicable and put into effect by written amendment to this Agreement. This amount shall serve as a "Guaranteed Maximum Price "payable by the City to the Consultant. Said fee is comprised of a fee for basic services of $283,142.23 plus $26,500.00 for testing, surveys, and additional services and $2,000.00 for reimbursable expenses. The City may, at its sole discretion use other compensation methodologies. The work may never exceed the limitations provided in §287.055 (2) (g), Florida Statutes applicable to fee limits on "continuing contracts" as referenced therein. . 2.04-2 Payments Unless otherwise specifically provided in Attachment B —Wage Rate Summary, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "proper invoice" as defined by §218.72, Fla. Stat., and to allow a proper audit of expenditures, should the City require one to be performed. The Consultant shall utilize Attachment "C" for the submission of invoices. T1CLE 3 PERFOR';'ANCE 3.01 PEFRMANCE AND ELEGATION 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. Any such approval shall not be construed as constituting an agreement between the City and any other person or firm. 3.02 EOL')F UNSATISFACTORY PERSONNEL Director or designee may make written request to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Sub -Consultants or subcontractors, or any personnel of any such Sub -Consultants or sub -contractors 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 A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 6 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 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 said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by City, in part, on the basis of qualifications of particular staff identified in Consultant's response to City's solicitation, hereinafter referred to as "Key Staff'. Consultant shall ensure that Key Staff are available for Work hereunder as long as said Key Staff is in Consultant's employ. Consultant will obtain prior written acceptance of Director or designee to change Key Staff. Consultant shall provide Director, or designee with such information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME Fc ,R PE'',FCA NCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed issued by the Director and to complete each assignment, task or phase within the time stipulated in the Notice to Proceed. Time is of the essence with respect to performance of 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 extension of time shall not be cause for any claim by the Consultant for extra compensation. 3.05 STAND A ° D OF CAE Consultant is solely responsible for the technical accuracy and quality of their Services, Consultant shall perform all Services in compliance with Florida Administrative Code Rule 61G15-19,001(4) and Section 471.033(1) of the Florida Statutes, as amended. Consultant shall perform due diligence, in accordance with best industry practices, in gather 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, specification 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, specification or other Services. ARTICLE 4 SU'=-CNSULTANTS 4.01 GENERAL 4.01-1 A Sub -Consultant, as defined in Article 1.24 is a firm that was identified as part of the consulting team in 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 Schedule Al attached hereto and incorporated by reference. 4,01-2 A Specialty Sub -Consultant 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 Sub -Consultant shall be in addition to those identified in Schedule Al. 4.02 SU >-CONSULTANT ELATICNSHIPS 4.02-4 All services provided by the Sub -Consultants shall be performed pursuant to appropriate written agreements between the Consultant and the Sub -Consultants, 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 Sub -Consultants. The Consultant acknowledges that the Sub -Consultants are entirely under his direction, control, supervision, retention and/or discharge. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 7 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 4.03 CHANGES TO SUM1'-CONSULTANTS The Consultant shall not add or modify change any Sub -Consultant listed in 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 substitution. ARTICLE 6 DEF n\ULT 5.01 GENE AL If the Consultant fails to comply with any term or condition of this Agreement, 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 suspend or withhold reimbursements from the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS C iF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any of the following: 6.02-1 The Consultant fails to obtain or maintain the professional engineering certification / licensure, insurance or bonding herein required. 6.02-2 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 TI'"E TO CUE EFAULT; 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 saiddefault within time stipulated in said notice, after which time the City may terminate the Agreement, The City at its sole 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 shall 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. TICLE 6 TEI-?i\iillNTION OF , G EEMENT 6.01 CITY'S RIGHT TO TERINATE The City, including the Director or designee has the right to terminate this Agreement for any reason or no reason- for convenience, upon thirty (30) days' written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions of Attachment B provided documentation is turned over to Director or designee within ten (10) business days of the date aofsthe termination letter or other written notification. Failure to timely deliver the documentation shall be just cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page. 8 8 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the Services that was 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. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this agreement, in writing, following breach by the City, if breach of contract has not been corrected within sixty (60) days from the date of the City's receipt of a written statement from the Consultant specifying its breach of its duties under this Agreement. 6.03 TEMINATION DUE TO UNDISCLOSED LOf I YIST O 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 deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. RTIOLE 7 ;c+%CUMENTS AND ECO''DS 7.01 ONE SHIP iF OCUMENTS 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 there from, 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 the 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 the site 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 of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) days of termination , or within ten (10) 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 from 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 plans and specifications, including construction drawings, 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 LIISCLOSUF`<E 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 or designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, Sub -Consultants, and subcontractors to comply with the provisions of this paragraph. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 9 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 7.05 MAINTENANCE OF f?ECOr"DS; ECORtS The Consultant will keep adequate records and supporting documentation, which concern or reflect its services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation will 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 that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records to the City in a format compatible with the City's information technology systems. Af''TICLE 8 IN ERA INC rTION The Consultant shall indemnify, defend, and hold harmless the City, its officers, agents, directors, and/or employees, agencies and instrumentalities from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, failure to follow any standard of care, mistake, error, or misconduct of Consultant and persons employed or utilized by Consultant in the performance of 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 or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent,. These indemnifications shall survive the term of this Contract. 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 satisfactory to the City. 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 expense, to and through administrative, regulatory, trial, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City whether performed by the Consultant, or persons employed or utilized by Consultant. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725,06 and/or §725.08, Florida Statutes, as applicable. The Consultant shall require all Sub -Consultant agreements to include a provision that they will 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 Sub- Consultant, under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 10 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT consideration for the granting of this Indemnification, the receipt and sufficiency of which is acknowledged by the Consultant, ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Manager or his/her authorized designee, has approved such insurance. 9.01 CO i1PANIES PI=OVIDING 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), as per A.M. Best Company's Key Rating Guide, latest edition. 9.02 VEFIFICATION OF INSUi/\NCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. Consultant shall maintain coverage with equal or better rating as identified herein for the term of this contract. Consultant shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non -renewal of the insurance within 30 days of the change. Consultant shall furnish a copy of the insurance policy or policies upon request of the Risk Administrator, Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator within ten (10) days of written request. 9.03 FS OF COVEGE 9.03-1 COI ir,IIE COAL GENE AL LIABILITY The consultant shall maintain commercial general liability coverage 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. 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 equivalence. Notice of cancellation should read (30) days/ (10) days for nonpayment, 9.03-2 USINESS r,UT : ;MOBILE 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 (30) days/ (10) days for nonpayment. 9.03-3 P!-:OFESSIONAL LIAi_;ILITY INSURANCE The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 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 year after completion of the construction and acceptance of any project covered by this Agreement. 9.03-4 v'/ORKER'S COPENSATION 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 each occurrence. 9.03-5 SUI>-CO iNSULTANT COi`;1PLIANCE Consultant shall ensure that all Sub -consultants comply with these same insurance requirements. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 11 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 9.04 'i7ODIFICATISNS T COVERAGE The Risk Administrator or his/her 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) day written notice to the Consultant in accordance with §10,06 herein. 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 City accompanied by justification. A1= TICLE 10 MISCELLANEOUS 110.011 AUDIT itIGHTS; INSPECTION RIGHTS 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 §18-101 and § 18- 102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AG F EEMENT 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 any other breach of any provision of this Agreement. 10.03 SUCCESSOt;S 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 cancel this Agreement. The Consultant shall have no recourse from such cancellation. 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 T'-;UTH-III-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 Notice to Proceed. 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. 10.05 APPLICAI-?LE LA '/ 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 where the Consultant shall pay the City's reasonable attorney's fees in the event it must institute an action to enforce the Consultant's duty to indemnify. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-0.28) Page 12 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 1OE06 Nc•ICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by 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 Mt v off ',,'lams: Annie Perez, CPPO Director Procurement Department City of Miami 444 S.W. 2nd Ave., - 6th Floor Miami, Florida 33130 Ith Cles o° Mr. Jeovanny Rodriguez, P.E, Director Capital Improvements and Transportation Program (CITP) City of Miami 444 S.W. 2nd Ave., - 8th Floor Miami, Florida 33130 For Consultant: Ana Alleguez, R.A. Principal Alleguez Architecture, Inc. 901 Ponce de Leon Blvd,, Suite 202 Coral Gables, FL 33134 10,07 tNTEPETATION The language of this Agreement has been agreed to by both parties to express their mutual intent 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 and n of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and th singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such s "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to anart e 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 asar whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. a p r 10,08 JOINT PEPAt-zATtON. 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 P`=;OVOISIONS 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) ��� Page 13 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 10.10 MEIATION m WAIVER OF JUr:Y T ;BAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions with all Sub -Consultants and/or independent contractors and/or the Consultants retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party will 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. 10.12 COi','iFLANGE '�/1TH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, City Code provisions as to Community Small Business Enterprise, Local Workforce, Living Wages, as they may be applicable to this Agreement 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-DISCHIINATIIN 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, sex, religion, age, handicap, marital status or national origin. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA C•MPLIANCE The Consultant warrants that it will comply with all safety precautions as required by federal, state or local laws, rules, regulations and ordinances. The City reserves the right to refuse the Consultant access to City property, including project jobsites, if the Consultant 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 CO /IPLIANICE 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 & II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally -the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10,13 NO PTNEI SHIP The Consultant is an independent contractor. This Agreement does not create a Joint venture, partnership or other business enterprise between the parties. The Consultant has no authority to bind the City to any promise, debt, default, or undertaking of the Consultant. 10.14 [I)ISCi;ETIONI 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 CS)NTRACT 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, A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 14 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 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 CITP, as identified in Article 10.06, Notices. Upon receipt of said notification the Assistant Director -Contracts shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of CITP fail to resolve the dispute the Consultant shall submit their dispute in writing within five calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification the Director of Procurement shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five 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 his/her 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 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) 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) 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 IPI EPENDENTC*NTCTOR: The Consultant has been procured and is being 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. 10.17 CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) 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 i\DDITION L TEr- iv S AND CONDITIONS: No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation, If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If a PSA or other Agreement is provided by the City and included in this solicitation no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ --___-_.w_.�.�----- ---- 14-15-028) Page 15 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 10.20 SEVEi-;A[->BUBTY: If any provision of the Agreement, or any paragraph, sentence, clause, phrase, or word, or the application thereof, is held invalid, the remainder of the Agreement shall be construed as if such invalid part were never included herein and the Agreement shall be and remain valid and enforceable to the fullest extent permitted by law. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 16 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 CORPORATE RESOLUTION WHEREAS, ALLEGUEZ ARCHITECTUTRE, INC. desires to enter into an agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, The Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the PRESIDENT type title of officer ANA ALLEGUEZ, R.A., is hereby authorized and instructed to enter into a contract, in the type name of officer name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding performance bond. Corporate Secretary DATED this 8th day of February, 2016. Chairperson of the Bo erectors (Corporate Seal) Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Sign tur Print Name, Title ATTEST: MArwiAr\r-- Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: Todd Hannon, City Clerk APPROVED , S'TO INS ~ " .CE REQUIREMENTS: -Marie Sha e, Direct ysk Manage ' ent Depart ent Alleguez Architecture, Inc. Print Name, Title of Authorized Officer or Official (Corporate Seal) %F IIA11111, a municipal corporation of the State of Florida Daniel J. Alfonso,,jjMlanag Z APPROVED)fr\' TOL GAL FORM AND COLI RECT K ESg:--- toria Me dez, Gity Attorney A&E Services for Virrick Park New Swimming Pool Facility (itFQ 14-15-028) Page 17 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT CEI fII9CATE OF AUJTHO QTY I HE(IF CORPORATI N OR LLC) Ptr; ER�T,IFY that at a Gh�meeting of the Board of Directors of the laws of the State of V G' , a corporation organized and existingunder the la n was dulyheld on the $ day of (Title)of ssed and adopted authorizing (Name) �1(p �s1.. on alllot the corporation and providing that his/her execution thereof, attested o the corporation to execute agreements behalf 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. by the secretary of the t. IN WITNESS WHEREOF I have hereunto set myhand 20, Secretary: this day of,.cbrt/ ogvkl Print: P- OETQFICATE OF AUTO-1*RQTY HEREBY (IF !...,.RTNERSHI.) CERTIFY that at a meeting of the Board of Directors of the laws of the State of , a partnership organized and existing under was duly passed held on the _ (Title) and adopted authorizing day of g (Name) ' ---, a resolution partnership and provides that h .of the execution thlp to execute ereof, attested agreements on as act and deed of the partnership.the by a partner, shall I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF I have hereunto set my hand this 20 ,day of Partner: Print: Names and addresses of eartners: A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) _ m Page 18 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT CE[ TIFICATE F /!`,UT ORITY (IF JOINT VENTUP E) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFIC\TE OF AUT 0 (IF INDIVIDU,\L) 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: ITY NOT RIZATI0N STATE OF nOri A01, �/ ) SS: COUNTY OF �" Ili Ain I L- The foregoing instrument was acknowledged before me this p day of , 20 I(D , by AAA, Aild.,but,2- , who�is personally known to or whd has produced as iden Ification and who (did / did nke an oath. CSIGNA 7i RE OF NOTARY PUBLIC STATE �►i FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 011011111111100 0.". ' oerl, �,�® �.,.► 2 .. #FF 922722 y9 ..,1�a B4ndeil tb�` ��e�e Q�" %00//1/06111b6%"\\‘ <S 4 A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 19 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT ATTACH M E T SC PE OF WORK A <TBCLE Al GENERAL Professional Architectural and Engineering Services for Virrick Park New Swimming Pool Facility to assist the City in fulfilling its responsibilities under Miami 21 and all other relevant State, County and City ordinances. Services shall include, but is not limited to the following. a. Production/Design Services 1. Manage design team, surveyors, and other engineering vendors (geotechnical and asbestos) 2. Conduct field Investigations 3. Assist in planning and programming 4. Attend and participate in public/community meetings and/or charrettes 5. Provide cost estimating 6. Provide feasibility studies 7. Permitting 8. Provide complete construction documents (includes architectural, civil, mechanical, electrical, plumbing, structural and landscape designs, and technical specifications) b. Services during Bid/Award 1. Attend pre -bid conferences 2. Respond to bidders questions 3. Assist in preparing Addendums 4. Review bids and provide recommendations c. Construction Management Services 1. Attend pre -construction conference, and prepare minutes of the meeting 2. Review shop drawings, product cut sheets and samples 3. Respond to the Contractor's Requests for Information (RFI) 4. Attend site progress meetings and prepare minutes of the meetings 5. Conduct separate field observation meetings and report findings 6. Address construction issues that are a result of design errors and omissions 7. Review the Contractor's Pay Applications 8. Prepare Record Set All services provided shall be in accordance with Section 287.055 Florida Statutes, as amended, Consultants' Competitive Negotiations Act (CCNA). The City may also require the consultant to perform construction engineering inspections (CEI) and threshold inspections. M.01 SCOPE F SERVDCES The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable law, building and environmental regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services presented in this Agreement, depending on the needs of the City for the Project. Consultant shall furnish, as Basic Services, comprehensive architectural and engineering professional services for the Project. The City may phase the Work required to complete the Project so that the Project is designed and constructed in the most logical, efficient, and cost effective manner. The Consultant shall be directed to proceed with each phase of the Project through the use of Work Orders Proposals and Work Orders. The Project includes Architectural and Engineering design services for the construction of a swimming pool facility including, but not limited to the following components: a. Demolition of the existing swimming pool facility; b. A "L" shaped pool. The large area shall be 25 yards long with eight swimming lanes. The smaller area will be used to facilitate learn -to -swim and other aquatic programs; c. An eight inch main along Hibiscus Street with connectivity to the County's water main at intersecting streets; d. Pool bath house (includes men and women bathrooms, pump room and storage); A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 20 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT e, Lifeguard office/first aid room; f. Splash playground; g. Room (or building) to store park maintenance equipment and materials. The construction of the swimming pool facility will be performed by a firm selected through an Invitation to Bid (ITB) separate from this RFQ. The ;-zFQ has been Initiated for NE services only, A1.02 WO K01-DE`r8 A1.02-1 PRE CEDU ES When CITP has determined that a specific phase of the Project is to proceed, the Director of CITP 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 prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Sub -Consultants, and deliverable items and/or documents. The CITP 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 CITP will prepare a Work Order that will be reviewed by CITP staff and the Director or designee. Upon approval CITP will issue a written Notice to Proceed subsequent to approval of the Work Order by the Director or designee. ARTICLE 2 ,SIC SEf`VI ;ES Consultant agrees to provide complete Architectural and Engineering services as set forth in the tasks enumerated hereinafter, in accordance with Florida Statute 481.311, 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 the Agreement. Consultant shall submit one (1) electronic set of all documents and a maximum of seven (7) copies of documents required under Article A2, without additional charge, for review and approval by 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 Florida Administrative Code Rule 61G15-19,001(4) and Section 471.033(1) (g) of the Florida Statutes. 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, specification 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, specification or other Services. Elements of the project may be considered for Value Engineering Studies. To this end, the Project Manager may direct the Consultant to examine the various elements of the design segment and submit an informal written statement or memorandum addressing those elements where it appears significant savings and other advantages can be realized. The statement shall be sufficiently informative to enable the City to determine whether to direct a detailed Value Engineering Study or possibly direct immediate design changes where the value of the change is apparent without the need of detailed study and analysis. Consultant or its subcontractors shall not incorporate in the design materials or equipment of single or sole source origin without written approval of the City. Proprietary names of material or equipment shall not be used in the plans and specifications A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 21 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT A2.01 DEVELOP ENT OF O JECTWES A2,01-1 Consultant shall confer with representatives of City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. \ 2.01 -2 Consultant shall, utilizing a compilation of available documentation, confer with representatives of City, the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed facility program that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptual and the remaining items will be called Designs. A2,01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. 2.02 SCHESESION A2.02-1 Design Concept and Schematics Report 1. Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any special requirement affecting the Project, a Statement of Probable Construction Cost, Project Development Schedule and review of Constructability Review reports. 2. Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations, sections, and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single -line diagrams. The Consultant shall be required to assist the City in presenting the revised schematic design to the community and stakeholders. Acceptance from the community and stakeholders is a requirement for City approval. Rendering shall be utilized in the community meeting. 3. A Statement of Probable Construction Cost, prepared in Construction Standard Index (CSI) format, to include a summary of the estimated project cost and an evaluation of funding allocation. Such summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and construction contingency. Such evaluation shall comprise a brief description of the basis for estimated costs per each element and similar project unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds, in the event that the statement of Probable Construction Costs exceeds allocated funds, Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. Any "Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. 4. The Project Development Schedule shall show the proposed completion date of each task of the Project through design, bidding, and post design services. 5. Constructability Review reports shall be conducted by the City and/or its consultants at design stages deemed necessary by the Project Manager. Consultant shall provide five additional deliverable plan sets for distribution, by City, to others for this purpose. There shall be an established deadline for review report submission back to City. Consultant shall provide written responses to all comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, City may coordinate Constructability Review meetings with some or all of the reviewers with Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above, City reserves the right to conduct a Peer Review of the project documents at any design stage. Cost of such a Peer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by Consultant, and if requested by City, would be incorporated into the design documents, at no additional cost to City and no extension of time to the schedule. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 22 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT A2.03 DESIGN ',EVELOPMENT From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at oral presentations, if requested, for approval by City, separate Design Development Documents, updated Project Development Schedules, updated Statements of Probable Construction Costs and a review of Constructability Review reports. 1. The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, and sections), outline specifications, and other documents. 2. Design Development consists of continued development and expansion of architectural and engineering Schematic Design Documents to establish the final scope, relationships, forms, size, and appearance of each element through: 2.1 Plan sections and elevations 2.2 Typical construction details 2.3 Final materials selection 2,4 Construction phasing plan 3. The updated Development Schedules shall show the proposed completion dates of each milestone of each Project through design, bidding, construction and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. 4. Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. 6. Constructability Review reports A2.04 CONST UCTI;-N DcCt➢MENTS From the approved Design Development Documents, Consultant shall prepare for written approval by City, Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable, permittable, constructible Project. Consultant shall produce 60%, 90% and Final Construction Documents for review and approval by City, which shall include the following: 1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 60%, 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to fully define the Project. 2. The updated Project Development Schedule to include an outline of major construction milestone activities and the recommended construction duration period in calendar days. 3. An updated Statement of Probable Construction Cost in CSI format. 4. Consultant may also be authorized to include in the Construction Documents approved additive and/or deductive alternate bid items, to permit City to award a Construction Contract within the limit of the budgeted amount. 6. A Project Specifications index and Project Manual with at least 60%, 90% and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and 6. Consultant shall include, and will be paid for, City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. a. Consultant shall not proceed with further construction document development until approval of the 60% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. Consultant shall resolve all questions indicated on A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 23 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT the documents and make all changes to the documents necessary in response to the review commentary. The 60% Documents review (check) set shall be returned to City upon submission of 90% complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided, the Consultant shall submit four (4) full size copies of the drawings and specifications, and one digital copy in .pdf format. A2.04 1 Maximum Cost Limit Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shall establish and communicate to the Consultant, a maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) days after the Consultant submits the Final Design to the City, the estimate of the cost of construction shall be adjusted by Consultant. Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten (10%) percent of the Maximum Cost Limit. A2.04-2 Dry Run Permitting The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work, for approval by City, County, State and/or Federal authorities having jurisdiction over the Project by law or contract with the City, and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by CIP of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that in the opinion of the Consultant is caused by the requirement(s) of such. Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be submitted, five (5) full size sealed copies of the drawings and specifications. Consultant shall also provide digital versions of the drawings in .dwg, .plt, and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats, 2.05 =BIDDING AND A i`h%al^;D OF CONTRACT A2.05-1 Bid Documents Approvals and Printing Upon obtaining all necessary approvals of the Construction Documents from authorities having jurisdiction, and acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost, the Consultant shall assist the City in obtaining bids and preparing and awarding the construction contract. The City, for bidding purposes, will have the bid documents printed, or at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A2.05-2 Issuance of Solicitation Documents, Addenda and Bid Opening 1, The City shall issue the Solicitation Documents to prospective bidders. The Consultant shall assist the City in the preparation of responses to questions if any are required during the bidding period. All addendum or clarifications, or responses shall be issued by the City. 2. The Consultant shall prepare revised plans, if any are required, for the City to issue to all prospective bidders. 3. The City may schedule a "Pre -Bid Conference" on an as needed basis, for the Project. The Consultant shall attend all any pre -bid conference(s) and require attendance of Sub - Consultants at such meetings. 4. The Consultant will be present at the bid opening, if requested by the City. 5. The Consultant shall prepare minutes of the pre -bid conference, A2.05-3 I yid Evaluation and Award The Consultant shall assist the City in evaluation of bids, determining the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total Allocated Funds for Construction, the City may: 1. Approve an increase in the Project cost and award a Contract; 2. Reject all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant; A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 24 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 3, Direct the Consultant to revise the scope and/or quality of construction, and rebid the Project, The Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. 4, Suspend, cancel or abandon the Project. NOTE: Under item 3 above the Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A2,O6 Ai 1NDST1110N OF THE CONSTUCT1ON CONTRACT -" 2.O6 11 The Construction Phase will begin with the issuance of the Notice to Proceed and will end when the Consultant has provided to the City all post construction documents, including Contractor As - Built drawings, Consultant's record drawings, warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During this period, the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A2.06-2 The Consultant, as the representative of the City during the Construction Phase, shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. 2.O6-3 The Consultant and respective sub -consultants shall visit the site to conduct field observations, at a minimum on a bi-weekly basis, and at all key construction events to ascertain the progress of the Project, and shall visit the site as appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Consultant shall conduct any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City. The Consultant shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work, The Consultant and/or will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agreement. The Consultant will be responsible for writing and distributing minutes of all meetings and field inspections report it is asked to attend. Consultant and will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The Consultant will not be held responsible for the Contractor's or sub -contractors', or any of their agents' or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the Consultant's acts or omissions. A2 06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by Consultant and require all to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work on forms furnished by the City. The Consultant shall submit the reports in a timely manner. The Consultant and Sub -Consultant shall ascertain that the Work is acceptable to the City. Consultant shall assist the City in ensuring that the Contractor is making timely, accurate, and complete notations on the "as -built" drawings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide written reports of all site visits or minutes of meeting shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. A2.06-5 1. Based on observations at the site and consultation with the City, the Consultant shall determine the amount due to the Contractor based on the pay for performance milestones and shall recommend approval of such amount as appropriate. This recommendation shall constitute a representation by the Consultant to the City that, to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the Contractor is entitled to amount stated on A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 25 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT the requisition subject to: a detailed evaluation of the Work for conformance with the contract upon substantial completion; 2. The results of any subsequent tests required by the contract; 3. Minor deviations from the contract correctable prior to completion; 4. Any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor, the Consultant will prepare a written statement to the City on the status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose the Contractor has used money paid on account of the Construction Contract Sum. A2;06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. The Consultant shall render Interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions, within maximum of ten (10) calendar days, on all claims, disputes and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from, the Contract Documents and shall be In written or graphic form. 2,06-7 The Consultant shall have the authority to recommend rejection of Work which does not conform to the Contract Documents. Whenever, in his/her reasonable opinion, the Consultant considers it necessary or advisable to insure compliance with the Contract Documents, the Consultant will have the authority to recommend special inspection or testing of any Work deemed to be not in accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the Project, or installed and completed. A2.06$ The Consultant shall promptly review and approve, reject or take action on shop drawings, samples, RFIs and other submissions of the Contractor. Changes or substitutions to the construction documents shall not be authorized without concurrence of the City's Project Manager and/or Director of Capital Improvements and Transportation Program. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute §218.70. 2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultant's own observations or as requested by the City, and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City, his/her recommendation or proposed action along with an analysis and/or study supporting such recommendation. A2,06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall, prior to occupancy by the City, recommend execution of a "Certificate of Acceptance for Substantial Completion" after first ascertaining that the Project is substantially complete in accordance with the contract requirements. The Consultant shall In conjunction with representatives of the City and the Contractor prepare a punch -list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Florida Statute 218.735. Upon satisfactory completion of the punch -list the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant shall obtain from the Contractor upon satisfactory completion of all items on the punch -list, all necessary close-out documentation from the Contractor including but not limited to all guarantees, operating and maintenance manuals for equipment, releases of liens/claims and such other documents and A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 26 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT certificates as may be required by applicable codes, law, and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance with its contract relative to 1) initial instruction of City's personnel in the operation and maintenance of any equipment or system, 2) initial start-up and testing, adjusting and balancing of equipment and systems and 3) final clean-up of the Project to assure a smooth transition from construction to occupancy by the City. A2.06-12 The Consultant shall review the Contractor's "as built" drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built" drawings. A2.06.13 The Consultant shall furnish to the City the original documents, including drawings, revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific condition. in preparing the "Record Set" documents the Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certification required under this Agreement including the contents of "as -built" documents is conditioned upon the accuracy of the information and documents provided by the construction contractor. Transfer of changes made by "Change Authorization", "Change Order", "Request for Information", substitution approvals, or other clarifications will be the Consultant's responsibility to incorporate into the "Record Set" and record documents. Changes made in the field to suit field conditions, or otherwise made by the Contractor for its convenience, shall be marked by the Contractor on the "Field Record Set" and transferred to the original contract documents by the Consultant. The original documents, as well as the "Record Set" shall become the property of the City. A reproducible set of all other final documents will be furnished to the City free of charge by the Consultant. The Consultant shall furnish to the City one complete set of "Record Set Drawings", in an Auto CADD Version or such other format acceptable to the City. A2.06-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A2.06-16 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project amount. ARTICLE A3 ADDITIONAL SERVICES 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, Section B3.06. 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, 3.02-3 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 A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 27 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT 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 Maior 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 significant portion thereof). defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any A3.02-5 Exaert Witness• Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or legal proceeding, providing, however, that Consultant cannot testify against 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. 3,03 ADDITIONAL DESIG \i The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 CITY'S F.<IESPONSI'1LGTIES 4.01 PROJECT SITE INFO ,TIN City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. ,4.01.1 General Proiect Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program as per Section A2. 4.01-2 Existing Drawinas: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Section A2 to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A4.01-3 Reliability: The services, information, surveys and reports described in A4.01-1 through A4.01-4 above, 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, A4.02 CONSTr UCTION 1MANAGEMENT A4.02-1 During construction, Consultant and the City staff shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A4.02-2 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 28 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT SCHEDULE Al. ® SUB -CO HSULTt\NTS RR ii Isl; o E CSNISULTDNG WELD Carty Architecture, LLC Architecture Fraga Engineers, LLC Mechanical, Electrical, and Plumbing Engineering Bliss & Nyitray, Inc, Structural Engineering SRS Engineering, Inc. Civil Engineering Laura Llerena & Associates, Inc. Landscape Architecture Aquadynamics Design Group, Inc. Aquatic Engineering A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 29 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 PROFESSIONAL SERVICES AGREEMENT SCHEDULE 2. ® KEY STAFF N,';ME JO =- CLASSiFICATDON Ana Alleguez, RA Principal Orlando Melian, RA Senior Project Manager Marlene de la Cruz Architect PM Coordinator Christian Mejia Architect CADD Technician Judy Carty, RA Principal - Project Architect Carlos Veloso, RA Architect PM Coordinator Ignacio Serralta, PE Civil Principal Oliverio Sanchez, PE Civil Sr. Project Manager Jean Claude Fontaneau Project Manager Paul Zilio, PE Structure Principal James Ordija Structure Proj. Eng. Raul Martinez Structure CADD Irene Fraga, PE Principal MEP Cristina Santa Cruz, PE MEP Proj. Engineer John Wahler Principal Aquatic Ofelia Taboada, PE Aquatic Engineer L. Hernandez-Llerena, RLA Principal Landscape Arch. Jason Karose Landscape Designer A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 30 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACHMENT B ® COMP J1SATDON ATTACHMET ' C '0) MPENSATION AND PAYMENTS RTICLE ' '1 METHOD 0)F CO i PENS MN 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 (See Section B3.01). b) An Hourly Rate, as defined B3.02 in Section and at the rates set forth in Section. TE: The Lump Sum manner of compensation is the preferred and primary form of compensation. 11.01 CMPENSATI.N U;'ilITS 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, 2.03-1 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. 1.02 Co NSULTANT 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. ATHOLE B2 WAGE ATES ;2.01 FEE BSIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified VVage Rates that have received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Sub -Consultant 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. -2.02 EMPLOYEES AN JCLASSIFICATIoNS Schedule B1 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. 2.03 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. 2.04 CLCUL,A,TI•N 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 A2, Key Staff. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 31 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACH ENT mCOIfiPENSATION B2.05 E'»PLOYEE ENEFITS 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 cancellation of this Agreement. 82,06 ESC A\LATION There shall be no escalation clause as part of this Agreement. ARTICLE 3 CO PUT ,,A\TION OF FEES AN f 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: 3.01 LUMP SUiv 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. 3.01-1 Lump Sum compensation shall be calculated by the Consultant utilizing the Wage Rates established herein. Prior to issuing a Work Order, the City may require the Consultant to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Schedule A2, Key Staff. B3.02 HOURLY - \TE FEES 3.02-1 Hourly Rate Fees shall be those rates for the Consultant and Sub -Consultant employees identified in Attachment B, -Compensation; Schedule B1 Wage Rates Summary. 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. 3.02-2 CCSNDITION OF USE Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSA`-LE 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. 3.04 FEES FOf-z 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 32 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACHMENT B ® COMPENSATION 3.05 FEES FOB-: 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 Sections B3.053 and B3.035 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: www.rniamigov.com/capitalimorovements/pages/ProcurementOpportunities. 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. 3.05-1 Determination , -f Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum; Hourly Rate with a Not to Exceed Limit. 3.05-2 Procedure and Compliance An independent and detailed Notice to Proceed, 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 Notice to Proceed 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. 3.05-3 Fee Liimltati ins 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 sub -consultant costs, the Consultant will apply the multiplier of one- (1.0) times the amount expended by the Consultant. 3.06 PAYENT 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. =3.07 FEES RESULTING FROM P,-.OJECT 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 renegotiations. ARTICLE :=:4 PAYMENTS TO THE CONSULTANT B4,01 P „\YMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Sub -Consultant 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 on the City's Webpage at www.miamigov.com/Capital Improvements/pages/ProcurementOpportunities. Failure to use the City Form will result in rejection of the invoice. r4.O2FOR CO',>'IPIY;EHENSIVE f=:ASIC 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 33 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACHMENT B ® COMIPENSATOON 4.03 :;LUNG ® HSURLY 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 Sub - Consultants 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. 4.04 PAYMENT FOR A•`1TIONAL SERVDCES I*E1 ';UREA LE 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 Sub -Consultants 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. 4.05 •:,E s UCTIONS 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. TICLE =-5 REIM URSABLE EXPENSES: 5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Sub -Consultants, and the Special Sub -Consultants in the interest of the Work for the purposes identified below: B5.01-1 Transportation Transportation shall not be considered as reimbursable expenses under this Agreement. 5.01-2 Travel and Per Die; Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. 5.01-3 Communication Expenses Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant and Sub -consultants. r: 5.01-4 '°production, Photography Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. 5.001-5 P,-rmit Fees All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. 5.01-6 Surveys Site surveys and special purpose surveys when pre -authorized by the Project Manager. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 34 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACHMENT ® COMPENSATION 5.02 REIMEU •'.SE A ENTS TO THE SU-C•NSULTANTS Reimbursable Sub -Consultant's expenses are limited to the items described above when the Sub - Consultant 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 herein. r-7 RTDCLE B6 CO PENS TON FO ' EUSE OF PLANS AND S 'ECYIFiC TDONS 6.01 GENE;*; \L 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. A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 35 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 TTACHIVIENT B ® COMPENSATION TTACHMENT B m COMPENSATION SCHEDULE B`I - WAGE RATES SU - Key Personnel Dame Ana Alleguez, RA - : Position Tit Principal linleadecl es Paid by �_., .., .. ► ...: $61.00 leaetieted _I-tourlyRate ,.. (2 9 Home) .- Negotiated.,°= r Hourly Rate r .(2 4 Field) _.. $176.90 $146.40 Orlando Mellen, RA Senior Project Manager $36.06 $104.57 $86.54 Marlene de la Cruz Architect PM Coordinator $31.25 $90.63 $75.00 Christian Me`ia Mejia Architect CADD $18.50 $53.65 $44A0 Judy Carty, RA Principal -Project Architect $61.00 $176.90 $146.40 Carlos Veloso, RA Architect PM Coordinator $31.25 $90.63 $75.00 Ignacio Serralta, PE Civil Principal $61.00 $176.90 $146.40 Oliverio Sanchez, PE Civil Sr. Project Manager $45.00 $130.50 $108.00 Jean Claude Fontaneau Project Manager $36.06 $104.57 $86.54 Paul Zilio, PE Structure Principal $61.00 $176.90 $146.40 James Ordija Structure Project Engineer $36.06 $104.57 $86.54 Raul Martinez Structure CADD $18.50 $53.65 $44.40 Irene Fraga, PE Principal MEP $61.00 $176.90 $146.40 Cristina Santa Cruz, PE MEP Project Engineer $36.06 $104.57 $86.54 John Wahler Principal Aquatic $61.00 $176.90 $146.40 Ofelia Taboada, PE Aquatic Engineer $45.50 $131.95 $109.20 L. Hernandez-Llerena, RLA Principal Landscape Arch. $46.00 $133.40 $110.40 Jason Karose Landscape Designer $30.00 $87.00 $72.00 A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 36 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACHMENT B v COMPENSATION ATTACHENT f y . COO/CPENSATION SCHEDULE B2 - CO ` SULT T '" ROPOSAL A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 37 000usignEnvelope ID: aEEFoA19-4FE7-4ao1-8oF4-2oaccaoo4cao ����� �L�EZ ARCHITECTURE, MC. ARCHITECTURE /wrcn/ox oso/ow � � ear mr.mrya n: pLAmm/mm oomsrxucnuw MxwAsMswT CONSULTANT ORK ORDEWPIROPOS4l REVISED AWPER NEGOTIONS The AUegmez Team proposes toprovide the services identified below and onattached Consultant proposals for the project entitled "Virrick Park New Swimming Pool Facility". U. GENERAL The Project Scope of Work consists of the A/E design services of a new swimming pool facility, including the following components: o.A"C'shaped pool. The large area shall be 2.5 yards long with eight swimming lanes. The smaller area will beused tofacilitate learnfo-swimand other aquatic programs; b. Design elements of an eight inch mainalong Hibiscus Street with connectivity to the County's water main etIntersecting streets; c Pool bath house (includes men and women bathrooms, pump room and ugoroQe)| d. Lifeguard office/first aid room; e. Splash playground; t Room (or building) to store park maintenance equipment and materials. The Team will m/U| provide Architecture, Landscape Architecture, Civil, Mechanical, Electrical, Plumbing, Structural, and Pool engineering design. Team will finalize Programming and perform Community Meetings Tram will perform field investigations, due diligence, will meet with City to review requirements, finalize, and approve schematic phase, Prepare and submit Construction Documents with technical specifications on the p|nme based on approved schematic phase for Oty'e review and permitting. We will provide a Probable Construction Coot Estimate and respond to all Building Dept. comments. The Team will also provide Bidding and Limited Construction Administration Services. All work ahm|| be performed imaccordance to Miami Dade County and Florida Building Code minimum requirements. Services mmfollows: allocation and verification for submittal Building Department t 1, Prepare application for requesting water and sewer agreement, o lPrepare the FDEP water and sewer permit applications and submit with the construction drawings to MDWASD, RER, Fire Department and Health Department for permitting the water and sewer utility systems _—'_,'. 1. This proposal isbased two submittals mt5Q% &,05%since the scope m6work Is straightforward, I Specifications will beincluded onthe drawings, Specification Manual will NOT baprovided, ]. Fee includes allowances for survay, 800*eohn|ca| and environmental testing, Additional Services for AETeam, and incidental reimbursable items aoallowed bythe Contract, P age 38 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 4, All permit fees Is NOT included will be the City's responsibility 5. All permit processing beyond that noted, is to be provided by the City. SCOPE F RK Scope of our services includes the following: A. Task 1 — Programming, Due Diligence & Schematic Phase Task 2 — 100% Construction Documents C. Task 3 — Permitting D. Task 4 Bidding & Award E. Task 5 — Limited Construction Administration UL SU:-CO SULTANTS The below listed Stab -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise Fraga Engineers Mechanical, Electrical, Plumbing Bliss & Nyitray, Inc. Structure SRS Engineers Civil Llerena & Associates Landscape Architecture Aquadynamics Pool Engineer V. SCHEDULE OF ORK —TIME OF PERFORMANCE Consultant shall submit the Deliverablesw SCHEDULE OF DEUVERA; LES Task, Sub -task, or Activity OD # Major Task, Sub -Task, Activity, or Deliverable Duration (specify weeks or calendar days) Delivery Date* (cumulative weeks, or calendar days) 1 Programming, Due Diligence ** 30 clays 60 days 1 Schematic Phase** 30 days 60 days 2 50% Construction Document Phase** 45 days 45 days 2 100% Construction Document Phase** 45 days 45 days 3 Permitting*** 120 days TBD 4 Bidding & Award 90 days TBD 5 Construction Administration + Closeout 300 days TBD in upaarea sc e u e, inwcciting actualdelivery dates,based on the above durations, will be provided to the City upon receipt of the NTP. Duration of tasks 1 and 2 do not account for City's review time frame and are from issuance of Notice to Proceed for each task ** Time frame for Permitting is an estimate and dependent on ATIJ CIP Form 116 Revised 7/30/10 Page 3 9 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 V. CO PENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of Thrre Hundred Eleven Thousand Six Hundred Forty Two Dollars and 23/100 (S 3464124 The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved to in writing. Said fee includes allowances for gectechnical and environmental testing of Five Thousand Dollars ($5,000,00) and for surveying of Seven Thousand Five Hundred Dollars ($7,500.00). The Fee also includes a miscellaneous fee of Six Thousand Five Hundred Dollars ($2„000.00) for Reimbursable Expenses that shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes' § 112.061. This Fee also includes an allowance for Additional Services of Twenty Thousand Dollars ($14,000.00)0 SU ) MARY OF COIVIPENSATIM Task, Sub - task, or Aceivity ID Major Task Name and/or Activity Description Fee Amount Fee Basis 1 Programming, Field Investigations, Due Diligence, Schematic Phase $ 55,752.00 Lump Sum, Fixed 2 100% Construction Document Phase $ 147,583 93 Lump Sum, Fixed 3 Permitting $ 13,356.50 Lump Sum, Fixed 4 Bidding & Avvard $ 6,512.80 Lump Sum, Fixed 5 Construction Administration & Closeout Phase $ 59,937.00 Lump Sum, Fixed NIC Subtotal — Professional Fees $ 283,142.23 Lump Sum, Fixed Ally YANCES / .'ei, burnable (Estimates) for Lump Sum, Fixed Testing......... ......... ..., ..... ........,...... .... ... ,... ......... . . ....„ $ 5,000000 Surveys $ 7,500.00 AE Additional Services ....,....,.. ........ .......... ........ „.. .... " $ 14,000.00 Reimbursable (Permit Fees NOT Included) $ 2,000.00 T *TAL $311,642.23 Lump Sum, Fixed VI, ADDlTIO AL SERVICES The allowance for additional services indicated above is for unforeseen circumstances which shall be utilized at the sole discretion of the City. VIL DATA PROVIDED BY CITY The following information or documents are to be provided by the City: Any and all information of existing property that may be available. * ACT 11/ ANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Orlando Melian, RA Submitted by: Ana Alleguez, R ,Architecture, Inc, Reviewed and approval in concept Recommended by: ,..e"--Andre Bryan, Pro eet- anager / Capital Improvements Program CIP Form 116 Revised 7/30/10 Page 4 0 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project ViRRICK PARK NEW SVs; MMING POOL FAC!UTY Project No.: 6- A305853 Description: NEW SWAIMNG POOL FACPLI'':'Y Consultant Name: Aaieguez Ambitec urs, Vac. Contract No.: Date. 12/18/2015 Estimator. Ana Alleg:tm Jsiti C?as5.. ate-utel tia i;; AnaAilegttez APpfr:.a�e Rats Rate: $63_iiG ls r AA.ectritest g Judy Carty Rate: $61.O0 Sr. Project Mgr. Orlando Marian Rate: $30-06 Arth PM GOonifinater1 CADD CarlosValoso 1 ChristianMejia Rate: $31.2rr Rate: $SB:Sir F'OSMON NAME Rate: SBTtON THE Race: Stag Haws By i Salary Average i j Cost By i Rate Per Activity Task y Work Activity s his Cost/ Activity Man hc$3 Cost! Act v ty hours i Cost/ Actively Man 3 !Cost/ Activity hours Man hours Activity u, MCost/ hours Cost/ °' Man hours Cost/ Activity Activity 1 TASK 1-PROGPAMM1NG-1- SCHEMATIC PHASE S0 !! 90 gsg 2 Fimiee Pragr8nming f Commonly Meetings 10 $610 32 $1,952 12 $433 24 $750 $9 $0 SO 78 1 $3,745 $48.01 3 Field Vetificaiion, Due Diligence, Code Peseaej 0 aO '. •EIEMICIN +i8 $888 $0 $0 72 $1,443 $35.8 % ` 4 Schematic Design 16616 $97fi 24 $1.�'64 24 9865 40 91,250 48 3888 80 50 152 $ 55,443 936.81 t 5 MngswffitCi1giAHJ 16 € $976 t 16 $976 12 6t $433 6 $1:88 $0 $0 i $0 50 ( $2,572 $Si t4 j $o $ 3 $0 $o $0 $0 $0 0 $0 $0.00 7TASK 2-CO>+PSTRilCTi0NDOit3R'1647ptiASE � i $a $o $3 0 $a $0..7 8 Design Devsiapmsrt./Product R .,,, ..h 12 $732 1 16 $976 24 pp $865 t 32 $1.000 40 $740 � $0 F $0 4 12. $4,313 �4.78 9 Construction DoamrerksS0% i 8 $488 8 $488 j, 80 1 $2,a85 40 $1,250 ( 7i $1,425 $0 $0 iI 213 ` $6,535 f $30.68 10 CDs 10946 Wi review commerta Permit Set 24 $1,464 8 $488 60 1 $2164 j 40 $1,250 40 $740 $0 $0 t I!I 172 $3106 t $35.50 yy 11 QA / CC t Coo, i /Cay Review Responses 12 $732 $ $488 60 I $2,164 6 i 40 $1,250 qsq d0 $740 $0 $0 160 $5,37 4 $33.59 12 tugs with City 8 5468 8 $488 6 { $216 6 I $188 , $0 $a $3 za $1,380 $49:26 13 Probable Construction Cost -mate 8 $365 2 $122 I 2 $ $.; 2..., i $3 $o I $3 $3 13 u $56,O1 14 `0 $0 `Jt3 $9 B $0 $0 $0 0 $0 $C.00 15TASKS -Psa ia'"T[NG 4 $122 24 t $865 e. $148 3 $0 SO i 3e 31,379 f $36.30 16 $0 I 1 $0 � $0 ! $0 $O 4 $0 $0 0 � $O $0 00 7TA,S104-8)00 &A'WARD _.. 1 4 �.18 52 $2?4 24 $855 t � i a $37 ;;, $3 $a t 34 � $1 39a 1 $4fl,9c i $0 $0 SO $O t 60 $0 1 f 0 $0 50.00 1 15 TASK 5- LIM17E6 CONSTRUCT. ADMIiY. PHASE 30 $0 $0 50 $0 € SO $0 0 $0 5a 20Pre-C iotifslb3 2 - $12 ; 2 $1122 4 2 $72 6 $188 $0 � $0 $0 12 $SC4 1 $41.57 21 Step Draweag Review: pp e0 k $0 { 24 $855 1 24 $750 1 $0 0 i 3 $il 48 � $i.6; ra �3.t5 22 Admsa a e2 Projr; Responses t PRs: 300 days 12 $'32 $0 72 $2,596 30 l 50 1 $0 $0 E4 $3,328 i $ 9.62 23 ekty Ste vsit during CA; S10 days (119mths) 8 $-388 $0 i 72 $2.598 $O Se € 50 50 so $ ,0a4 1 83s.v . 24 Firm' Punch Lim. ; SO $0 1 � 12 $433 1 $0 gg 0 $ S $G $0 12 t $433 i $36.06 25 As -Buts + Closeout t $0 $0 ! 8 $288 $0 g 32 $592 f $0 $0 40 $880 i $22 1 26 SO$a 1 $0 $0 $0 $O $0 0 1 $0 $0.00 27 �a $3 $0 $0i l $0 $o ;$c $o 0 . $o.ao Total StetHours 1 142 130 530 270 335 3 0 - 0 1,407 € } total Sst5Cost I $6,662.00 $7,930.00 1 -1 $19,111.80 l $8,437.50 1 F S6197.50 9 e 80.00 1 $0.00 1 $50 335.E # $35.78 1a1% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew crew days at / day = 4 - man Survey Crew: crew days at / day = $ Notes: 1. This sheet is to be used by Prirne Consultant to calculate the Grand Total Fee. 2 Manually enter fee from each sube0nsultent Unused subconsultant rows may be hidden 3. The basis for work activity cescriptiors shall be the F10E4FOOT Standard Scope and Staff Ho= 7 Estimation Handbook. Coy of Miami, C.I.F. Form 117: REu,sa5911ai06 192% 23.8% 0.0% 0.0% 1 - SU®TO TAL ESTIMATED FEE: )multiplier 23) Subconsuitant SRS-Civil Subconsultant: 81ti11- Sfrurdure. Subconsultait Frage--MEP Subcorisultant A4trady€san s-Pool Subconsultant Lterena- Landscape 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing ALLOWA.N$CE Survey Fee (or Survey Crew Fee): Otrae: Misc. Fee: SURVEY 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allow nce) Reimbursable$ (Allowance, GRAND TOTAL ESTIMATED FEE: $145,982.52 $44,714.87 $16,308.67 52g962.58 $29.93926 $9.234,33 6263,14223 $ S 7,axi00 $ 6,e4233 514,000.00 $311,64323 Z8Ob898OO80Z-b388-608b-L3di-66d£3338:al adoIanu3 u6isnoo4 11 TASK 1- PROGRAMIWNG + SCI-1=MAT1C P} 2 Finatza Ph:grarrnvng / Community Meetings I3 Find Verification, Due Daiger, Code Research 4 Setematic Design 100% 5 Meets gs with City /AEI 6 7 TASK 2 - CONS'^, i?UCTt3 N DOCUMENT 8 Design Develprtt / Resaarc�r 9 won Docsmsttts 5019 i0 CDis 100% wl review comments P t f.'C / Cocrdinalo/1 / Ci y Review Responses 12 Mretings wtttt City �I 3 PI,rb +,te C :4 Estmate / 15 TASK 3- PERMrflp 1- 16 i17 TASK 4 _ SIDDiAI a AWARD 19T .c Ad:Aiin+R 24 28 As-B tilts + closeout: 2 $122 I SO tCT. ADMIN. FI to P.Frs,-1t00 days (10 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Protect VIRRICK PARK NEW SWIMMING POOL FACILITY Pro;.:, Nc.• 13- Pans35z Description: NEW SWIMMING POOL FACILITY E ,tab Classification Stuc9nal Principal 4.._. .. Sty:richt/al PE CAav_._ Staff PaulZ9m o ! Sae Ordja Ii Raul Martinez Applicable Rate. Rate: $61.00 1 Rate: S36.06 ! Rate: $1 Work Activity 1 h aa I Cost/ Activity 2 $0 S0 $244 $122 $122 $122 $0 30 so SD SD 3122 2: Total Staff Hours Total StatT Cost Total % 'Work by Position SO 1 SO Man hours SO @ M 16 $577 16 € 5577 a f 5288 2 a 1 $72 1 $0 $72 S0 50 572 SO t 4 5144 4 I $74 Sn 20 f 78 9 St,220.00 SO 00 0 40 I $740 $740 $0 SD $0 $37 SO $D $0 0 STAFF CLASSIFICATION POSITION NAME Rate: $0 50 SO $0 0 SO $0 $0 POSITION NAME Rate: 50 So SO $0 50 Consuttan:Name: Bliss +Nyy In Contract No.: Date: 12/18/2015 Estimator. Paul2To POSITION NAME Rate: a0 t S0 $0 d $0 $D i j SO I SO 40 $0 I S{i 0 S0. u7 i $0 Rate: 60 42_4 % $2,612.68 86 F 0 $1,591-00 4E7 o It/ES` ESTIMATE EE OF SURVEY CREW COSTS Iv _ 3-manSunray Crew: crew days at Ida y = $ LC 1 4 man Survey Crew: __ crew days at(D / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2, Manuallyenter fee iron each subconsultant Unused subconsutiant rows may be hidden 3. The basis to -work a=tvtly descriptions shall be the FICE/1200T Standard Scope and Staff Hour s;itnafion Handbook. Ctyat7,9dvn.cE ram 1-1?; Rx'ursed st as 0-0% 2 $0.00 0 I S0.00 0.0% S0 $a 30 POSITION NAME 30 $0 $0 $0 $0 $0 $0 $0 Staff Hours Salary I By Cost By Activity Activity 0 0 2 $0 I 0 $0 E 0 0 1 0 1 l $0_00 $0.00 0:0% 0.0% 1 SUBTOTAL ESTIMATED FEE: Sub9onsutant Subconsuitent Subconstill'9Snt Subconstlltant Subconsultant 3 -- SUBTOTAL ESTE/IATED FEE: Geotechnical Field and Lab Testing, Survey Fez (or Survey Crew Feel: Other Misc. Fee: 3-SUBTOTAL ESTIMATEt FEE: Additional Services (Allowance) Reimbutsables (Allowance) GRAND TOTAL ESTIMATED PEE: 1 184 'ytnu1t1p5er 2.9) SO $0 216 $24 $0 $o $0 $244 i 561 00 S1,439 i S24.81 $1,439 $$24.31 Average Rate Per Task $72 $0 $109 30 $0 30 $72 $0.03 S0.00 $3S_066 561. SO.00 $0a0 9936.96 $0.00 $2728 $0.00 $003 $0.00 536_LE $433 i$.0s $410 $41 05 So 5360 $0 S0.00 SO SO.c0 Z8Ob898OO80Z-b388-608b-L3di-66d£3338:al adoIanu3 u6isnoo4 Project ViRFtICKPARKME1pJ3 NYt$iaPTh G POOL EAU Project Na: 6- A305683 Description: NEW OOL FACILITY ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Consultant Name; Fraga Engineers, LLC Contract No,; Date: 12/18/2015 Estimator. Irene Fraga a iAFF SSiFICATION -ob CI Sty Applicable Rate i°l7Ef' Rrinz paI kens Fraga Rate: $61_00 -F Aar. Eng E:'secln SIIaYfi Crstirna Santa Cruz I Alfonso Zamora Rate: MOB, Rate: $26.00 i i3 Zasalalt Garcia Rate: $113.S0 ',� NAME Rate. v Y3QI"fi2 NAME Rate: NAMEf Rate: a lours By s'1>Cavdty Salary Average SS Cost By j Rate Per Activity Task WorkActivity — Man hours Cost/Activiiy Man hours ! Cost(Activty1 hour Cost(Aciiv' Ili r ; Akan i Cost/ Activity Man CCos'J , 1 TASK -PROGRAMAfiIA.TG+SCI{EMA.TlC hours hours aCasi(Activity hours ours Cost/ Activity Activity l holes .P14855 2 Firokra"a soSO $0 $0 $0 II $0 0 sy,dmming/ Community Mee`ings SO j__ ! $3 $0 0 $0 $0,00 3 Reki Verfi oahan, . Diligence, Code Reseo;t:h SO $O c0 4 0 $0 $0:0J 4 SchemaItc Desig0 100% $0 0 -$0 50 $ 5 Meetings City!Afti 6 $4£8 50 i 80 I $0 a y $O0 80 8 g0 q $O.00 with 5 50 $3 SO $0 3G 0 $0a $67 00 . ... SO $7 & $0 ( $0 $G $O 0 $0 s 50.00 0 80 7 TASK 2- CON STRUCTtOtll DOCUry NTPHASSE 5O S3 $0 ! $0 i g 0 $0.00 i t $0 i e Desig:s Dereiopment/Product Resseamhh 8 , - $0 E $O SO $488 1$ $649. 1 10 $260 24 � i $ $0 $G 60. $1:841 � S3 30.6$0.0�8 9 Constudion Dottmteots 5 $305 15 $541 10 $0 CDs 100%wrs;ztietvcts:amenlsPernt , $260 24 54444 i $0 $0 54 $1.,550 r0 Set i i QA l32C 1 Coamrtatto t1 ^$671 15 $5'4.1 10 $260 24 $444 $0 $O '§0 60 $2370 $i,915 ! t 1 City Review Responses 12 Meet:!1cg +5h City 5 $0 I $0 $0 SO 5 $31.93 1 $$305 13 Probable Constrict 3 S"8` $0 $0 1 ! 50y"J Cn $0 3 ,% OG $183 rn Cost Esiilnate 2 S?.22 $u i 2 $61.00 $122 S61ae 14 $G $u } $0 $0 { $G 5L $2 J� $0 0 $G 1 $0.00 15 PERMITTINGTASIK3- 4 $0 $0 g j 2 $$0 2 2 $37$0 SO $0 SC 10 5405 $0 SG i. so $0 $0 G I$40.51 :7TASIC4-Sli)DING AW.RD 2 $122 2 $72 i pp $ sow 19 TASK 5 L $O 60 $3 $0 - $0 1' $0 0 $0 i - , uCONSaRg?CT.AI.1MlN.PHASE 120 Pre $D $0 $0 0 � $0SG00 50 0 $C 00 -Construction M 2 $122 2 $72 i9 4 - $0 $554 { 21 Shop Drawing Review $0 $ i $G i SO 1 sal 8 $288. i 8 $208 1 r l $4279 $� sae -s 22 Pr4 t Adnlio + Responses to RFts; 30G days 6 $366 I 8 $3 $0 j SO 0 $0 23 Hi 't#ay$ $288 1 10 $260 $0 50 24 mil eeklY Site vomit during CA; 3 (10riots} F51 /P 4 $244 SO $O l $3 SO $0 80 $0 4$ ' $38. ,0 , o-82 rr 3Lisf A5-@uilis $0 4 $i44 1 a $0 ? $0 O $ $0 $0 SO r, 1.i s61-Otrt $14 4 r+ C utSi 55 't .1 4 31 O4 4 $74 $0.. , $0SO ate.`' $O F $0 I SO SG O � SO SO $0 ° $0 3O 6 $0.00 Total Stff Hours 62 74 i 54 y t 78 ;. 0 0 0 $G $0.00 268 local SW; Cost -- '1' ;Ti $8,73200 $2,b68,4L $1,40400 F $1,k-'13.0G 39.OG $0.00 SD.{f0 I r. av9,e'974�, I *;itte; rosison _ 23.,1 27.6% 9n.19� oo ,o< ., �,.� $34.86 ESTIMATE OF SURVEY CREVVCOSTS 117) 3 - man Survey Crew crew days at ._ 4 - man Survey Crew- yew days at 1 day = $ (D Notes: 1. This sheet is to 5x used by Prime Consultant to calculate the Oio,.il Total Fee. W 2. Manually enter fee from each subc0nsuitant Unused subcorsufiaat rows maybe hidden 3. The basis for work -activity descrpEons shall be the FICE FDOT StantOrd Scope and Staff Hour Estimation Handbook 015 of Marra. C.I.F. Porn 117, Rea5 d3Yl510S /day = $ 0% 0.0.6 1 -SUBTOTAL ESTIMATED FEE: (multiplier 25) S&`bconsultant Scbconsulianb Subconsultant S0bconsultent Scbconsulmnt. 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Fred and Lab Testing Survey Fee (or Survey Crew Fee): Other Miss Fee: 3 - SUBTOTAL ES f lMATED FEE, Additional Services ;Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 7 $25.962.58 $26,962.68 $ $26,96258 I $26,96258 Z8Ob898OO80Z-b388-608b-L3di-66d£3338:al adoIanu3 u6isnoo4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project VIRRJGK PARK NEW SWIMMING POOL cACILITY Project No.: 8- A305553 Description: NEW SWIMMING POOL FACILITY Consultant Name: SRS Engineering, 6 Contract No_ Date: 12/18/2015 Esstimator. Ignacio Serralta - -- STAFF CLASSIFICATION Jowl Classification Staff Applicable Rate Principal Ignacio Se raita, P. . Rate: $51.00 St PrifieCt Mgr Project Mgr Ofaveria Sari, P.e ean-Claude Fe>aataxseai Rate: $45.80 , Rate: SMOG GADD Alex Morales Rate: 518.50 POSITION P;;S)T1ON NAME NAME Rate: I Rate: POSITION ION NAME : 51a Goers Sy Activity Salary Cost By Activity i Average Rate Pei - Task Walk Activity Man hours Cost/ Activity dY Man hour CcaN ACiavit i Man y trouts Cost/ Activity Man Hours Cost/ Activity Man i Man i Cost/ Activity! hours hours I Cost/ Actvity Meat hours Cost/ Actively 1 TASK 1 - PtL�4JM88Ar2Y SCH.ENIATIG PHASE $0 $0 SO $0 i $0 1 $0 $o o 50 o $0.00 2 Field ilmtion, Me EJiIx,)ertc2, Code Rexa,ut $O 4 $1 SO 8 8216 $0 $0 g $O SO 10 5396 $39.64 I S0 4 {tt 5180 ` 8 528E 8 $148 t 1 $0 P 3 Schematic Design 1004 $0. SO 2G $616 $33.8_ 2 4 Meetings with Cityl End User/AHJ $0 9 { 5405 1 $0 $O $O $O 30 9 $400 $45.00 5 $0 S0 ' SO S0 III SO 1 SO $0 0 $0 $0.00 6 TASK 2 - CONSTRtJC11ON DOCUMENT PHASE SO SD $O $0 i $0 1 SO $0 0 SO i ,;r0.0D 7 Design Development / Product Research $0 4 S180 16 $5f r 8 $148 $0 $0 $0 € 28 I $905 32 8 Contraction Docrntents 50% $0 8 S350 24 $565 16 $296 $3 $0 $0 48 $1.521 531,70 9 CDs 100% wt ravieat commends Permit Set $0 12 S540 .40 $1.442 32 $592 I so p $0 $0 84 $2.574 g $0.65 10 OA / DC / Caadinatton. / Cty Revie'w R ones $0 5 $270 8 $288 4 $74 ? $0 $0 $0 18 $632 i 6.5.1 ^. : 1 zip, with City 4 . $2 #4 4 5180 1 $0 50 3 .s8 $0 B $424 ( $53.00 12 Probable Constructor: Owl Ea/6 1, i4" i 5O 2 $90 { 8 $288 4 $74 $0 j $0 $0 14 S452 $32.32 :3 SO SO i SO $0 { $O i $0 $0 0 $0 '' 80.0*0 4TASK3- PER MFTTING 30 8 t l S35G 40 $D Stl $0 64 $2.098 1 $32.79 ,. 50 88 $0 $0 $0 $0 80 0 50 1 50,03 13 TASK - BIDDING 8 AXIARD SO 8 5360 4 $11.44 $0 SO .S0 $0 12 $504 542.02 17 SO. 88 50 $0 j 80 1 $0 0 $0 8000 18 TASK $- CONSTRUC-11t N AD:i IH. PHASE $O SO Ea SO $0 j V3 $0 0 {t $0 t 50,00 :9 Pie -Construct en tg $00 4 $180 $0 $0 SO S0 SO 4 S180 i m1a.G 20 Shop Drawing Review $O 4 $18 24 $885 $0 $0 $0 50 28 $1,045... $37.3- 21 Response to RRa SO 4 $1'80 ( 1a $577 $0 $0 y $0 50 20 $7 $S7,65 r"281-1Alee36y Site visit drying CA; 300 days 110 rtths) 6 $366 10 $453 I 30 $1,082 1 So $0 $0 $0 46 $1.898 `r+1.26 23 Final ?until List SO 3 82 0 ? 50 S0 }} $0 E -^y0 So 5 8270 345.00 24 As -.Bunts -r Gieseotr 2 $122 4 312u 8 $$288 8 $148 $0 SO I 80 22 $798 5' .67 25 $0 i SG SO SO £ $0 ; S6 $0 0 $0 I 5G.00 --"'6 $0 y$0t $0 $0 $0 1 $a $0 3 0 $0 SLIM 27 $0 $O $0 $0 SO 1 $0 $0 I 0 t+ S0 I 'Sa0.00 Total StatfHours 12 101 i 232 96 0 1 G I 0 441 Tata Staff Cost $732.00 $4:545.00 S8,3%;a.93 i $1.776.00 9 $0.00 $0.00 $0.00 $15,418.92I axaxr 04 csmacn 2.7% 22946 52.6% ESTIMATE OF SURVEY CREW COSTS 3-man Survey Crew: 4 - clan Surrey 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 alter fee from subconsultant Unused sebconsutiant rows may be hidden 3. The basis for woe< activity dascnpiions shall bathe FICE!FDOT Standard Scope and Staff Hour Estimation Handbook. 48 c a5ss.04e. Fair„ 117: Revised S 1573t 21.8% 0.0% C.0%o 0_0% 1-SUBTOTAL ESTI&PiA t bU FEE: (multiplier 29) Subconstsltattt Subccnsuliant Subconsultant Subecnsultant Subconsutta t 2 - SUBTOTAL ESTIMATED FEE: Geotechnicat Field and lab Testing: Survey Fee tor Surrey Crew Fee): Other Miss, Fee: 3 - SUBTOTAL ESTIMATED FEE, Acdtionat Son rzs (Atfowsnce) Reimbursables (Allowance) GRAND TOTAL. ESTIMATED FEE: $44.714.87 ,714.S7 4,87 714.87 Z8Ob898OO80Z-b388-608b-L3di-66d£3338:al adoIanu3 u6isnoo4 Project Ui,R, 1CK PARK NEW 8 Project No.: 6- A305853 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT INC POOL FACILITY Descrip8on: NEW SWIMMING POOL FACILITY Consultant Name: Laura Ua sns & Msoe:ates, Inc. Contract No_c Dale: 12/18/2015 Estimator. Laura 1}i. Ue ena-i k na dez STAFF CLASSIFICATION JobClassiatcation Staff... Applicable Rate PP Preacipet Pet Lierena-Hernaadel Rate:I $95.00 G Sr Project Mgr Jason Komse Rate: 3.C9ti Arch PM Coordinator g Rate: CADD POSITION NAME Rate: $48.5i? Rake: POSITION NAME Rate: POSITION NAME 1 Rate: Sty Hours Ely Activity Salary. Cost By A45vity Average Rate Per Task ; ActivityWork Man hours Cost!$Activity, Man hours Cost/Activity Man hours Cost/A Activity Man hours Cost/ ctiviay. Man hours tv :Cost/ Activity' ' Man i hours CosUActivityl Man I hoofs Cost! Activity TASK 1- PPS fSt6NARY SCHEMATIC PHASE 5 gQ so 0 1 so 6 so_oc 2 eInn iary nspec5on 1 $23 p 4 $120 $0 € 1 $19 $0 $0 f 1 %0 S162 $29.38 3 Schematic Design 100% and ex tree plan 1 $46 3 S90 S0 6 $1 a 1 $0 $0 1 SO I 1.0 $247 1 $24J0 4 Meetutgs with City i End Users /AHJ mascot. one 0 $0 3 S90 $0 0 $0 $0 S4 j SO 3 390 530.00 5 SO a SO $0 I $$0 { $0 d i $0 } $0 } 0 $ii 00 6 TASK 2-COt'STsRUCTIOAiDOCUMEN1 0 50 $0 $i) SO ? $0 j $0 0 SO SO.00 7 Design 0eveiopmentic,'o5uct Researth i -5,45 4 $120 $0 8 $146 I $0 $0 $0 13 6314 $24.15 8 Construction Documents 50 f, 2 $92 : 5 $150 $0 y 16 $296 30 $0 I $$0 23 $538 $2329 9 CDs i0(i%vJ rav lv mr xnents Permit Set 2 $92 5 $150 SO ' 10 S135 i 50 1 $0 9 S0 $127 $25.12 10 ;)AI r0C tCavrdatainaJa R Responses 1 2 $60 $0 1 4 $74 i s3 j 3 € SO !. 1t; 6 20 $25_71 11 Mee3ogs S' 1 t6y Max. one 0 $0 3 $90 40 0 S 1 SO $0 1 80 3 $$90 t S;10.00 12 P bTe Cot iruc900 CO._ Es3mete 1 W .. $90 $0 0 $Q jj' 20 30 i $0 i 4 .u5'i.36 # $34.00 13 $0 1 $0 50 $3 { $0 1 !._. $0 $0 0 QO 1 $0.00 14 TASK 3- PERM i1TIN.6 i 2 1 $19 EQ $0 SO 4 S125 531 3 1 $0 50 t g 50 i. $ $0 50 } Ct 60 } $0.00 16 TASK 4- MOD &AWARD a 1 $23 ( 1 533 S0 1 59 I $0 $Q } $0 9 a _ I{ �02 >31.73 17 50 3Q $0 SO SO 50 - 50 0 j £0 { $0.00 i 18 T/sSK 5- CC}i+ SIRUCTiON A JMSt FHASE SO SO 50 $0 i SO SO SO 0 $0 50.00 13 0 SO 0 3O $0 0 i SO SO 50 0 $O ! SOAO 20 Sbop Drawing Revievt 1 346 i 2 $60 $0 $ i $fl $0 € 50 i 4 i $115 j 532.93 1 21 Ruses to RFF`s 1 $46 I 2 $60 50 0 $0-• S0 $0 9 $0 3 $906 $35.33 i 22 itva ctfrssira0 00/pmgess bispectiuns 1 $46 i 8 $240 50 1 1 $.9 s0 $0 i SO 1 10 5305 } $50.45 23 'F9es Ps+ndr. fsSt 1 5fi6 i 3 $90 $0 1 Se 60 24 J - Cteseout 1 $46 2 $60 $0 2 $37 SO $0 C $0 5 $143 $28.60 25 SO I SC SO 50 } 50 $0 $0 0 SO } $0.00 9 26 450 1 SO $0 }. SO SO $0 30 0 S0 i 30.00 1 27 $0 $0 $0 30 30 s $0 50 0 $0 j 50.00 } . `aotaiStaff Hours 15 52 0 51 0 0 € 1 0 118 ( - Total Staff Cost ! J $690.00 1 } S1,560_00 h } $0.00 f j $934.25 1 $0c00 $0.00 1 $0.00 1 $3,184.25 .S27.10 q 0 51) (D otal % aT Wo On 12.8% 44.3 % 0.0% ESTIMATE OE SURVEY CREW COSTS 3 - mad Survey Cretin crew days al 4 - man Survey. G`reW: crew days at FP LTI r?ohs day = S / day = S "•.. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee_ 22 Manually enter fez from each subconsultant Unused subronsultant rows may be ridden 3. The ba$s for work activity. descriptors snail be the FIGE/EDO T Emrsdatti Scope and Staff Hour Estimation Handbook_ C y`of*initii, CSR 5.111 7. 3eead 6t16/09 43,0 . 0,0% 0.0% 0.0'/ 1- SUBTOTAL ESTIMATED FEE_ [mit 2.9) Subconsultn2 Subconsuttant: Subconsuitant Subconsuftnt Subconsultant 2 - SUBTOTAL ESTIMATE:3 FEE: Geotecrrrtical Field and Lab Tes5ng: Survey Fee (or Survey Crew Fee): other Misc. Fee'. 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance). Reirttbursabies (Allowance) GRAND TOTAL ESTIMATED FEE_ $9,234.33 0 0 0 tn. cQ m co 0 TS CD 6 co m m Co Co T m v Co 0 01 Co -n 0 O Co (3 (3 Co 0) CO (3 Co IV ro ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project VIRRICK PARK NEW MIMING POOL FACILITY Project No.: B- A.6R43 Description: NEW SWIMMING POOL FACILITY Consultant Name: AOUA0YNAM1CS Contract No.: Date: 12/10/2015 Estimator_ John Maier STAFF CLASSIFICATIOi a/5catani State Ap 8cable Rate Principal Ana Ailegssez; Rate; $5? 00 Sr Pro' e0t T 5l i .9'c5 PM Coordinator, Orlando Mahan Martens Kett i Rate $36.06 Rate: S"a425 i CADEd ChaStiara tdepa Rate: $18 ail PrbrWi¢aa! John Waffler Rate: 561.00 4gasria Engineer arena Ta3oada Rate $65.50 POSITION NAME Staff cots4 3 y Salary Cost Activity $0 j !1 s... Average i Rate Per Task $O.00 work Activity : ? TASX1-PRE' iAEAR.YSCtylr +9AT(CPiiASE Ilan hours Cost Activity $0. Man l M n Cosa/ Activity! hours hours s SO I Co=TI A au i ty; - -- SD ! Man gg SCost/Aaivtty hours f ..._. l $0 Man hours Costl Achv:fyl i.... ManMan figs CostlAGw atSrCos`J S's Activity hours $0 Activity 0 2 Field Ve tfi atian. Due D8 etx e, Code esearti; $0 0 $0 SOLO 3 S tern?atic Design l[A3k i $0 '. $G $0 i SO l 20 $1,220 8 $o 25 $i.6s4 $b60 4Meetings with City/End'Users1AHS Fina S0 I SO 50 SO I So SO f i $o o $o � c4 � { . 5 ze ra<ttming/Community Meetings SG $0 i SD S0 15 $976 $r J- , $O 16 $976 1 361.00 6TASRR2- CONSTRUCTION DOCUIVF-NT. PHASE 50 1 SO $ $0 ; 1 $0 t $O ; $o 0 1 $? 1 ` Design De�reiopmest / Product Research $0 i S0 $0 � 60 22 $1.'..42 3i $1,684 1 $Q 55 .0 S3,p25 i q : ,2 6 Consiruc%ion Documents53% $0 SC 50 � $0 30 $1.830 35 $1,593 $0 65 $3.423 I 352.65 g. CDs 100% wi review torments Permit Set S0. 1 SO ' RO SO 20 $1.220 40 $1,820 1 SO 60 $3.040 $50.67 1 10 OA IOC I Coordinallon! C8y Review Responses $0 1 so G o f f $c o SO I ! $ ao 11 Uteri rgs with SD € I 50 SO 1 SO $O $0 1 $0 0 $0 I SO:OD 12 Probable Corteiructicn Cost Estmata SO _ j $0 50 S0 $0 $0 1 5o 0 $o � ��3 3 SO $0 $0 pp 1 $0 SD $0 0 ; 114TASK 3-PEP ITI1NG SO 5J $O I € I $O 2 $.?22 & $-3E4 ; l SO 5486 .60 15 TASK SO SO 5 1 ptI $$0 $0 SO 1 $0 0 SO I $.0.00 16 4 - BIDDIhIG & AWARD SO 1 s $0 SO ( I f $0 6 $370 $0 F $o 6 5370 Sol.@G ;7 SO t { SO SO 50 $O $0 SQ G $0 SO,Co i 16 TASK 5 - CONS 1tuCTi£SN Ao i}l.N. PHASE 50 $0 ; S0 1 SO 0 $0 i 50.00 :9 Pre -Co stn. SO 30 i +5O g0 50 $0 3 SO 0 $0 20 slap Dra.ry Review $0 $0 ! $o f $0 8 $463 2 $91 t S0 10 5579 $57.SO 21 Re orses to RFI's S0 3 $0 SO ? $122 v0 So 2 $122 551.0E 122 di45 a 1y Site visit rSuring. CA; ) 30D days f1O mil::, 50 $0 I $0 i 1 0 se $o $a 0 SO sa.:�, 2 Finai Pt l#t SO 6 $G SO 1 So 2 $122 1 $e^ a Sty j 9ab_$3 24 ids-&1Rils=C1naa. t SO p So 5O i $0 $0 SO I $0 0 $G } j, 25 S0 1 $0 SO 1 j SO $0 $0 I i $0 0 I au.i0 , i2a $0 i $a wo $0 $o so i $o o $>= SOD' $0 $0 50 1 ;. $0 $0 So 50 0 $G ;`SC',00 Total Sttatt}tours 0 0 -.---- T�t8ta80os? a .mt- -10 .., .., ,. ten.,_ $0.00 $0.00 ,.. .,... 50,00 $0.00 $7.811.66 $5,960.50 R $i3-00 83 9?2.46 95 ▪ ESTIMATE OF SURVEY CREW COSTS 3 -I” ISurvey; Crew: crew days at 1 day = 1•P 4 -man Survey Crew crew days at /day = Notes: i. This ai+aet is to be used by Prime Consultant to calculate the Grand Total Fee, 2. Manually enterfae from each subconsultant Unused s, d onsuftant rows may be hidden 3. The basis for cork activity descriptions shall be the F.-ICE/FOOT Standard Scope and Staff Hour EEstima8on Handbook tas of tit) L 0.L<. Font 117: R ised 5J1556 49.47 50.6% 0.0% 1 - SUBTOTAL TAL ESTIMATED FEE: Subconst leant: Subconsoltant Subcor•_wtiant Subcorsuiiant Subcoosutant 2 - SUSTOT;t L SS`s )fit ATEO EE8 Geciechnic t Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ES11MATED l : Additional Services (Alowwance) Retmbursables (Allowance) GRAND TOTAL ESTI61,1ATED FEE: ( taltipfer 2.9) 09,9-39_%6 5 83925 5 S39,93926 $39,939.26 adoIanu3 u6isnooa EF3A19-4FE7-4801-88F4-208CC86B4C82 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 ATTACI-MIENT C ® CONSULTANT INVOICE SCHEDULE B3 ® CONSULT \NT B VOICE A&E Services for Virrick Park New Swimming Pool Facility (RFQ 14-15-028) Page 47 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Remaining Contract Balance: To: ATTN: From: NOTE: City of Miami Capital Improvements & Transportation Program 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 Prepare Invoices properly to avoid payment delay. Submit signed originals only. Each invoice must be signed by a Principal of the firm as designated. Attach appropriate back-up documents to each invoice. Invoice Number: invoice Date: Month 00, 0000 Page: Invoice Period: From: Contract No.: Contract Title: Project No.: Project Name: Purchase Order No.: Work Order No: Month 00, 0000 To: Month 00, 0000 SERVICE Schematic Design (SD) CONTRACT AMOUNT % COMPLETE TOTAL EARNED TO DATE PREVIOUSLY INVOICED - CURRENT INVIGE AMOUNT $ $ Design Development (DD) $ $ 30% Constructlon Documents (30% CD) 60% Construction Documents (60% CD) 90% Construction Documents (90% CD) 100% construction Documents (1 U0% GD) Dry Run Permitting Bidding or Negotiation Phase $ $ 0 $ $ $ 0 $ - $ $ $ $ 0 $ $ - $ Construction Administration (CA) $ $ $ $ $ - $ Reimbursable Expenses 1. (Title) 2. (Title) - $ 3. (Title) Additional Services 1. (Title) 2. (Title) 3. (Title) $ TOTAL: PRIOR TO THIS INVOICE I$ Subtotal: $ Deductions: Total Due : TO BE COMPLETED BY CONSULTANT FIRM CERTIFIED TRUE AND CORRECT BY: (Signature of Principal) (Type Name and Title of Principal) SUPPORTING. DOCUMENTS CHECKLIST: Activation Letter of Phase being Invoiced: Supporting Documents for Invoice: Construction Status Report: Final Payment Documents: Additional Service Authorizations: CITY OF ROAM! APPROVAL: DO NOT COMPLETE, TO BE COMPLETED BY CITY OF MIAMI DATE SIGNATURE PROJECT MANAGER TEAM LEADER CHIEF OF DESIGN Hector Badia ASSISTANT DIRECTOR Jeovanny Rodriguez, P,E, DIRECTOR Date Received CITP: Date Received for Payment Processing: Finance Validation: Date Implemented: 8/8/06 Date Revised: 09/2018 Form 106 Page 48 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 AC o® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 04/22/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth Ins & Risk Mgmt Services In P.O. Box 661628 Miami Springs FL 33266 CONTACT NAME: Erinn E Collinsworth PHONE FAX (A/C No Ext): (786) 930-4795 (A/C,No): (786) 930-4794 E-MAIL ADDRESS: erinn@collinsworthinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hartford Casualty Insurance Comp 29424 INSURED Alleguez Architecture, Inc. 7294 SW 48th St., Unit 4-A Miami FL 33155 (305) 461-4001 INSURERB: Hartford Underwriters Insurance 30104 INSURERC:Arch Insurance Company 11150 INSURERD: INSURERE: INSURERF: COVERAGES ZG CERTIFICATE NUMBER: Cert ID 18303 (70) REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 21 SBA RS0856 Approved by Terry Quevado 01/01/2024 04/23/2024 01/01/2025 EACH OCCURRENCE $ 1, 000, 000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREM SESO(Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10, 000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES 'ECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILELIABILITY X ANY AUTO OWNED X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 21 SBA RS0856 01/01/2024 01/01/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLALIAB EXCESS LIAB X O OCCUR CLAIMS -MADE 21 SBA RS0856 01/01/2024 01/01/2025 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 DED X RETENTION $ 10, 000 $ BER WORKAND EMPLOYERTIONS' AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N N/A 21 WEC AS6184 01/01/2024 01/01/2025 X PER STATUTE OTH- 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 Liab PAAEP0024407 Claims -Made Basis 04/17/2024 04/17/2025Each Claim Policy Aggregate $ 3,000,000 $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability Deductible is $10,000; Retroactive Date is 1/1/1989 If required by written contract, City of Miami is listed as an additional insured, excluding professional services, on the General and Auto Liability on a Primary and Non -Contributory basis. CERTIFICATE HOLDER CANCELLATION City of Miami - Procurement Department Attn: Mr. Luis Caseres 444 SW 2nd Avenue - 6th F1. Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 1 of 1 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 From: To: Subject: Date: Attachments: Ouevedo, Terry Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles. Yesenia RE: Renewal Certificate of Insurance for Alleguez Architecture, Inc. Tuesday, April 23, 2024 9:30:24 AM imaoe003.Dnq image005.pnq Luis The COI is adequate. Regards, PJ'I C/ // Gel e C City of✓Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax TquevedoOmiamigov.com -Sews y, S etacc ry, atird %a orrccry ata garsusurrc From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, April 23, 2024 9:28 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Renewal Certificate of Insurance for Alleguez Architecture, Inc. Good morning, Please review and approve. Best regards, Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Detail by FEI/EIN Number DIVISION OF CORPORATIONS ip / DIVE! ;.0rg CD r) pcijprrf'I iNfj �.� ur► uJjlriu! 3dure £f Fls+r/slu webs'is Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation ALLEGUEZ ARCHITECTURE, INC. Filing Information Document Number P02000009367 FEI/EIN Number 04-3639417 Date Filed 01/22/2002 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 08/06/2002 Event Effective Date NONE Principal Address 7294 SW 48th Street MIAMI, FL 33155 Changed: 03/01/2017 Mailing Address 7294 SW 48th Street MIAMI, FL 33155 Changed: 03/01/2017 Registered Agent Name & Address ALLEGUEZ, ANA 11225 SW 61 CT MIAMI, FL 33156 Officer/Director Detail Name & Address Title DPTS ALLEGUEZ, ANA 11225 SW 61 CT PINECREST, FL 33156 Title DPTS https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=043639417.. 1/2 Docusign Envelope ID: 8EEF3A19-4FE7-4801-88F4-208CC86B4C82 Detail by FEI/EIN Number ALLEGUEZ, ANA 11225 SW 61ST CT PINECREST, FL 33156 Annual Reports Report Year Filed Date 2022 03/09/2022 2023 03/08/2023 2024 03/20/2024 Document Images 03/20/2024 -- ANNUAL REPORT 03/08/2023 -- ANNUAL REPORT 03/09/2022 -- ANNUAL REPORT 02/17/2021 -- ANNUAL REPORT 04/03/2020 -- ANNUAL REPORT 03/27/2019 -- ANNUAL REPORT 03/13/2018 -- ANNUAL REPORT 03/01 /2017 -- ANNUAL REPORT 02/29/2016 -- ANNUAL REPORT 02/26/2015 -- ANNUAL REPORT 04/14/2014 -- ANNUAL REPORT 02/26/2013 -- ANNUAL REPORT 04/25/2012 -- ANNUAL REPORT 04/12/2011 --ANNUAL REPORT 03/17/2010 -- ANNUAL REPORT 03/04/2009 -- ANNUAL REPORT 02/26/2008 -- ANNUAL REPORT 04/04/2007 -- ANNUAL REPORT 03/23/2006 -- ANNUAL REPORT 02/16/2005 -- ANNUAL REPORT 02/18/2004 -- ANNUAL REPORT 02/17/2003 -- ANNUAL REPORT 08/06/2002 -- Name Change 02/28/2002 -- Amendment 01/22/2002 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 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/Search ResultDetail?inquirytype=Fei Number&directionType=Initial&searchNameOrder=043639417... 2/2 Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Thursday, December 19, 2024 12:38 PM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Document Distribution - Amendment No 2 -RFQ No. 14-15-028 Virrick Park New Swimming Pool Facility - Project No. 40571 - Alleguez Architecture, Inc. Amendment_No_2_-_RFQ_14-15-028_Virrick_Park_-Alleguez-Executed 12-19-2024.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. Reinike/Frankeetha You may now close this Matter ID 24-3313 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Amendment No. 2 City of Miami Alleguez Architecture, Inc. Virrick Park New Swimming Pool Facility 12/19/2024 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