Loading...
HomeMy WebLinkAbout25437AGREEMENT INFORMATION AGREEMENT NUMBER 25437 NAME/TYPE OF AGREEMENT R.J. HEISENBOTTLE ARCHITECTS, P.A. DESCRIPTION AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT/OLYMPIA THEATER 40-YEAR RECERTIFICATION REPAIRS/FILE ID: 16093/R-24- 0227/MATTER I D : 24-605 EFFECTIVE DATE February 13, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 2/13/2025 DATE RECEIVED FROM ISSUING DEPT. 2/13/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 0- CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Anthony Hansen EXT. 1923 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: R.J. Heisenbottle Architects, P.A. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 3,344,894.39 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 3 ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): Olympia Theater 40 year Recertification Repairs. ■ NO NO COMMISSION APPROVAL DATE: 06/18/2024 FILE ID: 16093 ENACTMENT NO.: R-24-0227 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER Ponassi Reviewed and OK to proceed. Fernan o January 23, 202 lie fi5re 5R4°EST An SIGNATURE: Ann -Marie Share I 10:46:48pEST SIGNATURE: p—DocuSignedb -,¢414A:t. i `-89540EB73CA �DocuSignedt Fr t t1 t RISK MANAGEMENT January 23, 2025 BUDGET OFFICE Total amount through Amendment #2 is encumbered and there is funding is available in 40-670100 February 4, 20.n[8:25 Marie j EST SIGNATURE: `-7 395 631 d2t ` -7',`' �s 1z�s c. for Amendment #3 LEN} �/4/25 s IMF 24-605 CITY ATTORNEY Matter ID No. 24-605 February 10, (; KK 2R2grgr i.6W cr IliST SIGNATURE:cc ,-DocuSignedb ��t,aV'6�t, �� ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER February 11, 2(TZ�r�'ISRri'956��3 EST SIGNATURE: DocuSignedb -I �" " Spi —@QD45628 ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE February 11, 20251 I 13:34:47 EST SIGNATURE: DocuSignedb) rOF4AngARTI DEPUTY CITY MANAGER February 11, 2pp��� } a S�la fe! C9lrvfffms SIGNATURE: DocuSigned b N4. C CITY MANAGER February 11, qct ZUZ�u I NTMy41 EST SIGNATURE: 84B7009 5 DocuSignedb, aVTL', A* CITY CLERK February 13, 20T9M 1-199n : 54 EST SIGNATURE: 850e �C-332D Signed by: ' 'tX 8FB93A2AF74. 468... y: 144(17 4E7... 495 UJ11sat 48B... ao4 45A 41 B... CA.. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24300 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 AMENDMENT OVERVIEW PSA TITLE: Amendment No. 3 to the Professional Services Agreement between the City of Miami, Florida and R.J. Heisenbottle Architects, P.A. for the Olympia Theater 40- year Recertification Repairs. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of ❑ City Manager - Authority level City Commission - RESOLUTION No. R-24-0227 2. PROCUREMENT METHOD: 0 RFP/Q 0 ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 0 OTHER (Please explain): Procurement through Emergency Declaration on Olympia Theater, dated 02/15/2022, pursuant to Section 18-90 of the Procurement Code, and Sections 255.20 (1)(c)(1)(a) and 287.055 of Florida Statutes. 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. 3 to increase capacity of the agreement by $914,494.27 for a total contract value of $3,344,894.39. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? YES ❑ NO ❑X N/A IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide design of the variable refrigerant A/C system, new hurricane impact approved windows and storefronts, a complete cost estimate for construction repairs, and 24 additional monthly facade inspections. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements and DREAM. 7. IS THE AWARDEE THE INCUMBENT? N/A Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon completion of Project. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $2,430,400.12 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Emergency Declaration on Olympia Theater, dated 02/15/2022. 12.SUNBIZ: Is the Firm(s) a Florida Registered Corporation or a Foreign Corporation (not from Florida)? R.J. Heisenbottle Architects, P.A. — Florida Profit Corporation. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT AMENDMENT NO. 3 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R.J. HEISENBOTTLE ARCHITECTS, P.A. FOR OLYMPIA THEATER 40-YEAR RECERTIFICATION REPAIRS This Amendment No. 3 to the Professional Services Agreement dated May 31, 2022 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and R.J. Heisenbottle Architects, P.A. ("Consultant"), a Florida Corporation, for the provision of the Olympia Theater 40-Year Recertification Repairs ("Services") for the Department of Real Estate and Asset Management ("DREAM") is entered into thisl3th day of February , 2025. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-72, 18- 73, and 18-116, the City Manager executed a Professional Services Agreement with Consultant for an amount of $795,195.54; and WHEREAS, pursuant to Amendment No. 1 dated April 19, 2023, the Agreement was increased to an amount of $2,385,230.60; and WHEREAS, pursuant to Amendment No. 2 dated August 10, 2023, the Agreement was increased to an amount of $2,430,400.12; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the design of the variable refrigerant A/C system, new hurricane impact approved windows and storefronts, a complete cost estimate for construction repairs, and 24 additional monthly facade inspections; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to protect the safety of its citizens and users; and WHEREAS, this Amendment No. 3 to the Agreement increases the existing capacity of the Agreement by $914,494.27, from $2,430,400.12 to an amount of $3,344,894.39. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 3. Remuneration, Audit and Inspection. A. The Consultant shall receive Three Million Three Hundred Forty -Four Thousand Eight Hundred Ninety -Four Dollars and Thirty -Nine Cents ($3,344,894.39) for the Services specified herein Exhibit "B." The City, as it may deem in its best interest, reserves the right to request additional related services to be provided by the Consultant. Any additional Services in excess, shall be negotiated and pre -approved in writing by the City Manager, or designee, prior to the Services being rendered. The Consultant will invoice the City monthly. The amount of each invoice will be based upon the Consultants estimated percentage of completion for each task, as enumerated in Exhibit "B." All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 3 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: /iCtj� 1/6PE f9PIN()741.- Print Name, Title ATTEST: ant Secretary jj- J (Affirm Consultant Seal, if available) ATTEST: "—Signed by: a�ara4�4 Todd B. Hannon, City Cler APPROVED AS TO INSUR REQUIREMENTS: DocuSigned by: rFratAk GowIt7 z'L73%CC31 14 Ann Marie -Sharpe, Director Sinned b Risk Management Department R.J. Heisenbottle Architects, P.A., a Florida Corporation G�jag20 /�o77ZPrint Name, Title of Au71:=75ex ed Officer or Manager P /06N% (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: argutr. Novitia. g4ag @c372aa,12n... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ea by: 8t,orrc, Ootisat4 111 i6'E9'� George ysong III, City Attorney Ds 24-605 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 3 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of R.J. Heisenbottle Architects, P.A, a corporation organized and existing under the laws of the State of Florida _ held on the loth day of March , 20 87 a resolution was duly passed and adopted authorizing (Name)Richard HeisenbottleaS (Title) President 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 -fit,- day of March 2024 . Secreta Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) that at a meeting of the Board of Directors of , a partnership organized and existing under , held on the day of , 20_, a resolution 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 HEREBY CERTIFY the laws of the State of was duly passed and adopted I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 . Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 3 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs 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 SS: COUNTY OF Miami -Dade The foregoing instrument was acknowledged before me this 8th day of March , 20 2A by Eddie D. Law , who is ersonally knovl to me or who has produced as identification and who did not) t k-)an oath. SIGNAT RE OF NOTARY( I?UBLIC STATE (F FLORIDA Ricardo Lopez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC RICARDO LOPEZ ff Notary Public • State of Florida .:�$, Commission N HH 363641 ,,,, My Comm. Expires Feb 16, 2027 Bonded through National Notary Assn. IMO Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager Initial DATE: December 3, 2024 FILE: B-70100 SUBJECT: Amendment No. 3 to increase capacity of the Professional Services Agreement (PSA) with R.J. Heisenbottle Architects, P.A. for Olympia Theater and Apartments Jose R. Perez r ENCLOSURES: Professional Services Agreement Director ("PSA") executed May 31, 2022 Office of Capital Improvements By this memorandum, the Office of Capital Improvements ("OCI") is requesting to modify the Professional Services Agreement ("PSA") with R.J. Heisenbottle Architects, P.A. ("Consultant"), to increase the contract capacity of said PSA by an amount of $914,494.27, for a total contract capacity of $3,344,894.39. The additional scope elements include design of the Variable Refrigerant A/C System ("VRS") on the residential portion, addition of new impact hurricane rated windows, doors and storefronts for the entire building (Theater and residential portions), repairs to 1st floor historic elements, emergency lighting, new reinforcement to concrete stem walls and masonry infills, repairs to fire scape doors, 24 additional monthly inspections to the stabilized facade and cost estimates for construction. BACKGROUND On February 18, 2022, the City Manager authorized waiving the competitive bid process as defined in Section 18-90 of the City of Miami ("City") Procurement Code ("City Code"), finding the Olympia Theater and Olympia Apartments an emergency. On May 31, 2022, the City executed a PSA with Consultant for a not -to -exceed contract value of $795,195.54 to perform emergency stabilization repairs on the building facade that allowed for the continuation of the Flagler Street renovation Project and included facade assessment, emergency stabilization, complete design, permitting, and provide building support services. On April 19, 2023, the City Manager executed Amendment No. 1 increasing the capacity of the PSA by a not -to -exceed amount of $1,590,035.06, thereby increasing the contract value to $2,385,230.60 which included additional design and construction administration to complete the recertification process as well as repairs on the internal structure and Marquee restauration. On August 10, 2023, the City Manager executed Amendment No. 2 increasing the capacity of the PSA by a not -to -exceed amount of $45,169.52, thereby increasing the contract value to $2,430,400.12 which included monthly visual facade inspection for 12 months. On or about December 1, 2023, OCI, the Department of Real Estate and Assets Management ("DREAM") and the General Services Administration ("GSA") made the determination that it was in the best interest of the City to complete the design of the VRS in lieu of replacing the existing cooling towers #2 and #3 to serve the floors 3rd through 10th of the existing apartment building and the ground floor retail spaces. Subsequently, OCI staff requested the Consultant to provide a price proposal to complete the VRS, which was received on December 15, 2023. Upon deliberate review by OCI, it was determined that the proposed price was in line with current market conditions, and it was recommended for approval in the amount of $90,891.40. On or about May 2023, DREAM required the entire building to get new impact hurricane approved windows and storefronts. Subsequently, OCI staff requested Consultant to provide a price proposal to complete the additional design, after negotiations and analysis, final proposal was received on August 8, 2024, and materials and scope of work were agreed by the City and the Consultant. Upon deliberate review by OCI, it was determined that the proposed price is in line with current market conditions, and it is recommended for approval in the amount of $686,290.25. At a meeting held on or about July 16, 2024, the Consultant was required by OCI to provide a proposal for a complete cost estimate for construction related to the repairs on the facility based on the latest approved scope of work. Subsequently, OCI staff requested the Consultant to provide a price proposal to complete the cost estimates for the interior repairs and for the facade restauration, which were received on July 29, 2024. Upon deliberate review by OCI, it was determined that the proposed prices are in line with current market conditions, and they are recommended for approval in the amounts of $41,076.76. for the interior repairs, and $24,665.86 for the facade restauration. P R24074 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 At the same meeting, the Consultant was required by OCI to provide a proposal for 12 additional monthly facade inspections, which was received on August 01, 2024. Subsequently, OCI staff requested the Consultant to increase the proposal to 24 additional monthly inspections, which was received on September 26, 2024. Upon deliberate review by OCI, it was determined that the proposed price is in line with current market conditions, and it is recommended for approval in the amount of $71,570.00. Your signature below indicates your approval of OCI's recommendation to increase the contract capacity of the Consultant's agreement by $914,494.27. Approved: Q NbVtt la 850CF6C372DD42A.. Armor ivonega v., i.Armorty Manager [DocuSigned by: Date: January 13, 2025 1 11:17:00 EST c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, Assistant City Manager/Chief of Infrastructure Larry M. Spring, Jr., CPA, Assistant City Manager/Chief Financial Officer Thomas Fossler, Assistant City Attorney, Office of the City Attorney Annie Perez, CPPO, Chief Procurement Officer/Director, Department of Procurement Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement P R24074 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX R.JHEISENBOTTLE A R C H I TECTS December 1 5, 2023 Mr. Hector Badia Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Olympia Building 40 Year Recertification Interior Repairs 174 Flagler Street, Miami, FL Additional Services Proposal Phase 4 Revised Scope of Work RJHA Project No. 22-3528 Dear Mr. Badia, R.J. Heisenbottle Architects, (RJHA) is proud to have this opportunity to serve as Architect for the Olympia Theater and Apartment Building 40-Year Recertification Repairs. This proposal is specifically for Additional Services pertaining to Phase 4 Revised Scope of Work. The City of Miami previously authorized RJHA to commence work on the Olympia Theater and Apartment Building 40-Year Recertification Repairs. Additional Services are as defined in Article 3 of the Prime Agreement. SCOPE OF ADDITIONAL SERVICES The A/E fee for the design the VRS system includes: • Design a Variable Refrigerant A/C System (VRS) in lieu of replacing existing cooling towers #2 and #3 to serve the floors 3 through 10 of the existing apartment building and the ground floor retail spaces. The new VRS units serving the retail spaces shall be located on the lower theater roof and the units intended to serve the tower floors 3 through 10 shall be located on the apartment building roof. • Each VRS condenser shall have new electrical service connections and controls provided, and insulated condenser piping for each unit shall be run through the exterior wall and be capped on each floor inside the building for future tenant use. • One VRS condenser shall be connected to one new 100% outside air unit located in the mechanical penthouse and shall connect to the existing vertical distribution duct chase to provide limited A/C and ventilation to floors 3 through 10 and the ground floor (3,985 sqft). Later when the new tenant spaces are fully defined, new air handling units and VRS condenser distribution will be installed under a separate work order and permit. ADDITIONAL SERVICES FEE BREAKDOWN The "Scope of Additional Services" outlined above shall be: • Revisions to previously submittal 90% Construction Documents • Architectural revisions to sheets D1.02, A1.02, A1.04, A1.05, A1.06, A1.07, and A6.01 and all additional new sheets and revisions. • Mechanical and Electrical revisions and updates to theater and apartment building roof equipment drawings. www.rjha.net A Professional Association AAC001513 TOTAL ADDITIONAL SERVICES FEE $ 90,891.40 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 TERMS & CONDITIONS OF PAYMENT FOR ADDITIONAL SERVICES Payments for Services shall be made monthly in proportion to the services performed by each consultant during each phase of their work. The Consultant shall include reasonable backup with each invoice, but shall not be required to submit timecard backup for these lump sum services. Timecards will only be submitted for services provided on an hourly basis. If it becomes necessary for portions of our Basic Services to be performed more than thirty (30) months after the date of this proposal, our lump sum fees for those remaining services will be adjusted to reflect increases in our standard billing rates at that time. Hourly Rate Our fee for the performance of "Additional Services" will billed on an Hourly Basis at the following rates: Principal $223.30 per hour Sr. Project Manager $168.20 per hour Director of Architecture $168.20 per hour Staff Architect Level III $135.58 per hour Staff Architect Level II $121.61 per hour Staff Architect Level I $104.83 per hour Intern Architect $ 89.90 per hour Administrative Assistance -Support $ 58.00 per hour Clerical $ 37.70 per hour CONCLUSION RJHA will utilize its extensive experience in historic preservation projects to make this a truly successful project for the City of Miami. Provided that this proposal meets with your approval, please prepare the necessary Work Authorization and include this fee proposal and fee breakdown as an Exhibit thereto. We will start work on this assignment immediately upon receipt of your written authorization to proceed. Thank you once again for the opportunity to be of assistance. We look forward to completing the requested additional services. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A Richard J Heisenbottle Digitally signed by Richard J Heisenbottle Date: 2023.12.15 11:56:56 -05'00' Richard J. Heisenbottle, FAIA President Digitally signed by ,retoklia, Hector Date Date: 2024.01.16 at16 8e16d Ti5'00' Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Olympia Building 40 Year Recertification Interior Repairs Additional Service Proposal (174 E. Flagler Street, Miami FL) Phase 4 - Construction Documents Architectural Mechanical and Electrical RJHA $ 18,847.10 TLC $ 72,044.30 TOTAL SERVICES * Consultant fees include RJHA's 10% Overhead and Profit markup $ 90,891.40 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Building 40 Year Recertification Interior Repairs Additional Services Project No.: B- Description: Construction Documents Consultant Name: Richard J Heisenbottie Architects, P.A. Contract No.: Date: 12/15/2023 Estimator Richard J Heisenbottie , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Principal Rate: $77.00 Position 3 Project Manager Rate: $58.00 Position 4 Architect Level III Rate: $58.00 Position 5 Architect Level II Rate: $46.75 Position 6 Architect Level I Rate: $36.15 Position 7 Clerical Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity 1 Project Administration & Coordination 8 $616 10 $580 18 $1,196 $66.44 2 Engineering Coordination 10 $580 10 $580 $58.00 3 Field Investigations 4 $308 8 $464 4 $187 16 $959 $59.94 4 Document Review 4 $308 8 $464 12 $772 $64.33 5 Demolition Orchestra Level Floor Plan 4 $187 4 $187 $46.75 6 Orchestra Level Floor Plan 4 $187 4 $187 $46.75 7 First Balcony Level Floor Plan 4 $187 4 $187 $46.75 8 Second Balcony Level Floor Plan 4 $187 4 $187 $46.75 9 Attic Floor Plan 4 $187 4 $187 $46.75 10 Theater Roof Plan 8 $374 8 $374 $46.75 11 Roof Details 24 $1,122 24 $1,122 $46.75 12 Misc New Sheets 8 $374 8 $374 $46.75 13 Additional Revisions 4 $187 4 $187 $46.75 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 16 36 68 120 Total Staff Cost $1,232.00 $2,088.00 $3,179.00 $6,499.00 $54.16 Total % of Work by Position 13.3% 30.0% 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 Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Gty of Miami, C IP. Form 117: rerr 09115/08 56.7% 1 -SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Rounding 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $18,847.10 $18,847.10 $18,847.10 $18,847.10 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ESTIMATE OF WORK EFFORT AND COST- PRIME CONSULTANT Project: Olympia Theater MEP Retrofit , AS #1 Project No.: B- Description: Services under Expert Consultant Agreement Consultant Name: TLC Contract No: Date: 12/15/2023 Estimator: STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Erick Gonzalez Rate: Sr. PMIMech/QA QC Pelayo Galante Rate: $48.39 Sr. Electrical Engineer Jose Machado Rate: $48.39 Electrical Engineer Javier Rivas Rate: $36.90 Mechanical Engineer Shay O'Donnell Rate: $36.90 CAD Manager Mario Fernandez Rate: $24.60 Office Manager Denise Saltzman Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/Activity Man hours Cost/Activity 1 Site inspection and evaluation of existing conditions 5 $242 16 $774 21 $1,016 $48.39 2 Design Development 8 $387 40 $1,936 40 $1,476 24 $886 4 $92 116 $4,777 $41.27 3 Construction Documents 50% 8 $387 60 $2,903 80 $2,952 60 $2,214 6 $148 214 $8,604 $40.21 4 Construction Documents 100% 8 $387 50 $2,420 80 $2,952 50 $1,845 8 $197 196 $7,800 $39.80 5 Project Management 8 $387 8 $387 $48.39 6 7 8 9 0 11 2 3 4 5 6 7 8 9 20 21 22 23 24 25 26 27 Total Staff Hours 37 166 200 134 18 555 Total Staff Cost $1,790.43 $8,032.74 $7,380.00 $4,944.60 $436.65 $22,584.42 $40.71 Total % of Work by Position 6.7% 29.9% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C I P Form 111: Ravi d9115/08 36.1% 24.2% 3.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Sub 1 Subconsultant Sub2 Subconsultant: Sub 3 Subconsultant: Sub4 Subconsultant: Sub 2- SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3- SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $65,494.82 $65,494.82 $ $65,494.82 $65,494.82 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX R.JHEISENBOTTLE CHI I TECTS www.rjha.net A Professional Association AAC001513 August 8, 2024 Mr. Hector Badia, Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Revised Olympia Theater and Apartments Exterior Restoration/Repairs 174 Flagler Street, Miami, FL Additional Services Fee Proposal for Window Replacement RJHA Project No. 22-3520 Dear Mr. Badia, R.J. Heisenbottle Architects, P.A. (RJHA) is pleased to submit this additional service fee proposal for the replacement of windows in the Olympia Theater and Apartment Building. The City of Miami has previously engaged RJHA through its Professional Services Agreement Project B-70100 Olympia Theater Restoration and the terms and conditions of this additional service shall be those as set forth in that agreement. It is our understanding that the City of Miami along with the Department of Real Estate and Asset Management (DREAM) wishes RJHA and the consulting structural engineering, Wiss, Janney, Elstner, Associates (WJE), to provide revisions and related necessary additional services for the replacement of all the Theater and Apartment Building windows and other scope items outlined below. RJHA will engage WJE as the structural engineer consultant to assist in providing these services. SCOPE OF ADDITIONAL SERVICES Additional Scope Items: As you will recall, the original project was limited to construction documents and specifications for the "window restoration above level 2." As such, the original scope did not include the replacement of ground floor storefronts, replacement of ground floor theater and apartment building entrance doors, the replacement of the theater windows, the replacement of apartment building windows, the replacement of north and south alley windows, and other miscellaneous items. This necessitates the additional services outlined below. 1. Replacement of all Theater and Apartment Building wood windows; Due to the extreme decay and damage caused by termites, RJHA proposes to design impact resistant mahogany wood windows that match the exact historic profile of the 1926 design. This is being done because aluminum windows are not available in the large sizes required, cannot meet the current wind loading requirements, nor are aluminum windows available in the profile that would match the historic 1926 design. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2. Replacement of all Theater and Apartment Building alley steel windows; RJHA proposes to design impact resistant aluminum windows that closely resemble the historic profile of the 1926 design. 3. New windows at the Apartment Building west elevation at the request of City of Miami and DREAM; RJHA proposes to install impact resistant aluminum windows that closely resemble the historic profile of the 1926 design. 4. RJHA will be responsible for the preparation of Construction Documents for the replacement windows throughout the facade. The window product testing and anchorage design into the existing masonry walls will be delegated to the window manufacturer and finalized during the construction submittals/shop drawings process. 5. Restoration of the two east elevation entrances at the storefront level along NE 2nd Avenue, located at the Theater and Apartment Building; These entrances were originally clad in terra cotta but have been altered during past renovations and are now covered with a combination of stucco, concrete, and thin stone paneling which have substantially deteriorated. WJE will be responsible for design and detailing of the new terra cotta wall cladding and decorative brackets to replicate what was originally in place. This will also require design of new anchorage and attachment to the embedded structure. These repairs go hand -in -hand with the new impact resistant entry doors. The design will be finalized during the construction submittals/shop drawings process. 6. Replacement of the north elevation Theater entrance doors along Flagler Street and two east elevation entrance doors along NE 2nd Avenue at the storefront level, at the request of City of Miami and DREAM; The existing doors are at least 20 years old and are in poor but serviceable condition. They do not meet current code and do not have impact resistant glass or a three- point locking device. RJHA proposes to replace the Flagler Street and Second Avenue entrance doors with impact resistant glazed mahogany wood doors that will match the size, profile, and configuration of the original 1926 wood doors. Mahogany doors are required because the aluminum doors cannot be fabricated in the original configuration. 7. Replacement of all ground floor storefronts along Flagler Street and Second Avenue; The ground floor storefronts will be replaced with impact resistant painted aluminum storefront systems that will closely resemble the size, profile, and configuration of the original 1926 retail storefronts. 8. Provide a "Tenant White Box" in the ground floor retail areas; This scope will allow the for restoration and repairs of the existing retail storefronts, soffits, exterior lighting restoration, and exterior finish floor design. The interior spaces will be prime -painted drywall. All MEP services for the interior retail spaces will be done by others. RJHA, with TLC Engineering Solutions, will provide temporary A/C and ventilation to retail spaces under separate contract, at the request of City of Miami and DREAM. 9. New 8-inch reinforced concrete stem walls; RJHA and WJE will design new 8- inch concrete stem walls behind the new cast stone storefront base that are to support the new storefront window systems; New reinforced concrete footings, or repairs to reuse existing footings, below the partition walls within Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 the storefront system at the west end of the north elevation will also be designed. 10. New emergency lighting; RJHA will design new emergency lighting in ground floor Theater exit alley and fire escapes located in Theater and Apartment Building alleys. RJHA, with TLC Engineering Solutions, will provide the new emergency light fixtures under separate contract. 11. Miscellaneous masonry infills throughout Theater and Apartment Building facades; Existing infills are noted as possible entry points for water intrusion and are to be replaced with new 8" concrete block and stucco finished to match adjoining surfaces. 12. Miscellaneous repairs and restoration to fire escape doors; RJHA will provide sandblasting to existing rust and repainting under this contract. RJHA, with Eastern Engineering, will provide structural repairs to fire escape under separate contract. Phase 2 - Construction Documents: 1. RJHA and WJE will review construction documents (e.g., original drawings) related to the existing exterior wall construction for the Olympia Apartments and Theater. This also includes production and revisions of existing construction documents (drawings and specifications) for restoration of the storefront windows and doors, as well as window replacement. This task will also include cursory research through the original construction documents and photographs of the building to better understand the original terra cotta at the two east elevation entrances along the storefront. 2. RJHA and WJE will prepare updates to plans, elevations, and details for the additional scope items outlined above and prepare material specifications for new scope. All new drawings and specifications will be incorporated into the construction documents that we have already prepared for the facade restoration and repairs. 75 percent complete construction documents have already been submitted to the City of Miami for review. Therefore, we anticipate that these new drawings and specifications will be incorporated into the 100 percent complete submittal set. Drawings already filed with the City of Miami Building Department will be updated to include this additional scope. 3. RJHA and WJE will perform project administrative tasks required to complete the above referenced additional scope of work will include owner and consultant coordination, correspondence, internal meetings, and external meetings, as required. Phase 3 - HEPB Submittal and COA Approval: 1. RJHA will perform additional services required to modify the HEPB submittal to reflect the new scope of work and obtain COA approval. A formal public hearing and PowerPoint presentation are anticipated. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Phase 4 & 5 — Bidding and Permitting: 1. RJHA will perform project administrative tasks required to complete the above referenced additional scope of work will include engineering coordination, provide responses to Building Department review comments, make necessary drawing revisions, prepare and issue bid addenda, and respond to Construction Manager/Contractor RFIs during the Bid Phase. Phase 6 — Construction Administration (18 Months Maximum): 1. RJHA and WJE will review additional required technical submittals and shop drawings specific to the above referenced additional scope of work. 2. RJHA and WJE are to revise details for the above referenced additional scope of work to address unforeseen conditions. We anticipate finalizing detailing for the terra cotta restoration of the two east elevation entrances at the storefront level in conjunction with review of shop drawings after demolition. 3. RJHA is to perform site visits to review initial mock-ups jointly with WJE and City of Miami. The window anchorage design will be the responsibility of the window manufacturer; therefore, these mock-ups will be reviewed for technical conformance such that these mock-ups for each window type to serve as the standard of expected quality for the remainder of the project. 4. RJHA and WJE will document on -site observations, work status, and discussions with the Contractor and field personnel with field reports when for each bi-weekly site visit. 5. RJHA and WJE will perform project administrative tasks required to complete the above referenced additional scope of work. This includes internal coordination and correspondence, internal meetings, and external correspondence and meetings, as required. ADDITIONAL THRESHOLD INSPECTION SERVICES: Section 307.2 of the South Florida Building Code requires that a qualified professional architect or engineer perform Construction Phase Inspections of structural systems as the work is progressing. RJHA through its structural engineering consultant, Eastern Engineering Group, will provide Special Inspection Services for this Threshold Building. The Building Official will require either Threshold Inspection or Special Inspector services for the new window, door, and storefront replacement portions of the project. The original contract contained an Allowance of $40,000 for Threshold Inspection Services to be provided on an hourly basis. Due to the substantial additional scope of work, we are requesting an additional lump sum fee of $132,000 to provide the threshold inspections required for these services. Additional Special Inspection Services will be provided on an hourly basis at the rates shown on the City Work Sheets attached. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ADDITIONAL SERVICES FEE BREAKDOWN Our fee for the "Scope of Additional Services" listed above will be as follows: Phase 2 - Construction Documents Phase 3 - HEPB Submittal and COA Approval Phase 4 & 5 - Bidding and Permitting Phase 6 - Construction Administration TOTAL ADDITIONAI SFRVICFS FFF ADDITIONAL THRESHOLD INSPECTION ALLOWANCE: ADDITIONAL SERVICES GENERAL ALLOWANCE: $225,167.83 $ 5,544.80 $ 39,1 15.20 $219,462.42 $489,290.25 $ 132,000.00 $ 65,000.00 Our original contract called for a General Allowance of $70,000. Due to the significant additional scope of work, we are requesting that this allowance be increased by an additional $65,000. A complete breakdown of this Professional Service Fees is attached for your review. TERMS & CONDITIONS OF PAYMENT FOR ADDITIONAL SERVICES Payments for Services shall be made monthly in proportion to the services performed by each consultant during each phase of their work. The Consultant shall include reasonable backup with each invoice, but shall not be required to submit timecard backup for these lump sum services. Timecards will only be submitted for services provided on an hourly basis. If it becomes necessary for portions of our Basic Services to be performed more than thirty (30) months after the date of this proposal, our lump sum fees for those remaining services will be adjusted to reflect increases in our standard billing rates at that time. HOURLY RATE Our fee for the performance of "Additional Services" and Threshold Inspection Services will be billed on an Hourly Basis at the hourly rates listed in the Prime Agreement. CONCLUSION RJHA will utilize its extensive experience in historic preservation projects to make this a truly successful project for the City of Miami. Provided that this proposal meets with your approval, please prepare the necessary Work Authorization and include this fee proposal and fee breakdown as an Exhibit thereto. We will start work on this assignment immediately upon receipt of your written authorization to proceed. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Thank you once again for the opportunity to be of assistance. We look forward to completing the requested additional services. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, Richard J Heisenbottle Richard J. Heisenbottle, FAIA President P.A Digitally signed by Richard J Heisenbottle DN: c=US, o=R. J. HEISENBOTTLE ARCHITECTS PA, dnQualifier=A01410D0000017EB5CA25AD00054BEF,cn=Richard] Heisenbottle Date: 2024.08.08 16:28:20 -04'00' Digitally signed by Badia, Hector Date: 2025.01.16 11:17:44 -05'00' Acceptance and Authorization to Proceed Please Print Authorized Representatives Name and Title Date B-70100 Olympia Theater and Apartments Exterior Restoration/Repairs Additional Services Fee Proposal for Window Replacement Phase 2 - Construction Documents Phase 3 - City of Miami HEPB Sub and COA Approval Phase 4 & 5 - Phase 6 - Bidding and Construction Permitting Administration Architectural RJHA $ 197,875.85 $ 5,544.80 $ 39,115.20 $ 159,262.20 Structural Engineering * WJE $ 27,291.98 $ 60,200.22 TOTAL SERVICES CONTINGENCY ALLOWANCES: SPECIAL INSPECTION FEE ADDITIONAL SERVICE ALLOWANCE $ 489,290.25 $ 225,167.83 $ 5,544.80 $ 39,115.20 $ 219,462.42 $ 132,000.00 $ 65,000.00 OVERALL TOTAL $ 686,290.25 * Consultant fees include RJHA's 10% Overhead and Profit markup ZS30£6d£600Z-adoe-3L617-0669-88OLL9S8 :al adoIanu3 u6isnooa ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartments Exterior Restoration/Repairs - Additional Services Project No.: B- Description: Phase 2 - Design & Construction Documents Additional Service Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 8/8/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Principal Rate: $77.00 Position 3 Project Manager Rate: $58.00 Position 4 Architect Level III Rate: $58.00 Position 5 Architect Level II Rate: $46.75 Position 6 Architect Level I Rate: $36.15 Position 7 Clerical Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours 1 Project Administration & Coordination 40 $3,080 40 $2,320 80 $5,400 2 Engineering Coordination 40 $2,320 40 $2,320 3 Field Investigations 40 $3,080 40 $2,320 40 $1,870 120 $7,270 4 Document Review 12 $924 24 $1,392 36 $2,316 5 Construction Documents 622 $29,079 622 $29,079 6 Specifications 344 $19,952 344 $19,952 $67.50 $58.00 $60.58 $64.33 $46.75 $58.00 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 92 488 662 1,242 Total Staff Cost $7,084.00 $28,304.00 $30,948.50 $66,336.50 $53.41 Total % of Work by Position 7.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ 39.3% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 53.3% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Pedro Figueiredo - Wind Load Calculations Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Special Inspection Fee Allowance 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $192,375.85 $5,500.00 $197,875.85 $ 132,000.00 $329,875.85 $65,000.00 $394,875.85 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartments Exterior Restoration/Repairs - Additional Services Project No.: B- Description: Phase 3 - City of Miami HEPB Submittal and COA Approval Additional Service Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 8/8/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Principal Rate: $77.00 Position 3 Project Manager Rate: $58.00 Position 4 Architect Level III Rate: $58.00 Position 5 Architect Level II Rate: $46.75 Position 6 Architect Level I Rate: $36.15 Position 7 Clerical Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours 1 Coordination & Review Mtg. with Historic Preservation 4 $308 4 $232 8 $540 2 Prepare COA Application & Preliminary Submission Bo( 8 $464 8 S374 4 $80 20 $918 3 Prepare Final COA Submission Books and Submit 8 5374 4 $80 12 $454 $67.50 $45.90 $37.83 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 4 12 16 8 40 Total Staff Cost $308.00 $696.00 $748.00 $160.00 $1,912.00 $47.80 Total % of Work by Position 10.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ 30.0 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 40.0% 20.0% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $5,544.80 $5,544.80 $5,544.80 $5,544.80 2 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartments Exterior Restoration/Repairs - Additional Services Project No.: B- Description: Phases 4 & 5 - Bidding & Permitting Additional Service Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 8/8/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Principal Rate: $77.00 Position 3 Project Manager Rate: $58.00 Position 4 Architect Level III Rate: $58.00 Position 5 Architect Level II Rate: $46.75 Position 6 Architect Level I Rate: $36.15 Position 7 Clerical Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours 1 Administration 24 $1,848 24 $1,392 48 $3,240 2 Review & Respond to Building Department Comments 24 $1,848 40 $2,320 40 $1,870 104 $6,038 3 Prepare & Issue Bid Addendum 24 $1,392 24 $1,122 48 $2,514 4 Review & Comment on Bids 8 S616 8 $616 5 Pre -Bid Meetings with City Staff, Contractor & Bidders 8 $616 8 $464 16 S 1,080 $67.50 $58.06 $52.38 $77.00 $67.50 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 0 0 0 to (Q m co 0 -a (D 0 co cn O) 00 00 1) O T 00 C) T 0 I3 C) C) W T W O m cn N Total Staff Hours 64 96 64 224 Total Staff Cost $4,928.00 $5,568.00 $2,992.00 $13,488.00 $60.21 Total % of Work by Position 28.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ 42.9% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 28.6% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $39,115.20 $39,115.20 $39,115.20 $39,115.20 3 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartments Exterior Restoration/Repairs - Additional Services Project No.: B- Description: Phase 6 - Construction Administration Additional Service Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 8/8/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Principal Rate: $77.00 Position 3 Project Manager Rate: $58.00 Position 4 Architect Level III Rate: $58.00 Position 5 Architect Level II Rate: $46.75 Position 6 Architect Level I Rate: $36.15 Position 7 Clerical Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours Man Cost/ Activity hours 1 Administration 72 $5,544 72 $4,176 144 $9,720 $67.50 2 PreConstruction Meeting 3 Submittals/Shop Drawings Review 8 $616 120 $6,960 40 $1,870 168 $9,446 $56.23 4 Bi Weekly Site Visits Max. 80 $6,160 160 $9,280 240 $15,440 $64.33 5 Site Visit Field Reports 6 Virtual Bi-Weekly Progress Meetings 7 Contractor Pay Application Review 20 $1,540 20 $1,160 40 $2,700 8 Change Orders and Scope Modification Requests 20 $1,540 80 $4,640 100 $6,180 9 Contractor Coordination and RFI's 20 $1,540 80 $4,640 100 $6,180 10 Project Closeout and Record Documents Review 8 $616 40 $2,320 48 $2,936 11 40 Year Recertification Report 12 $924 24 $1,392 36 $2,316 $67.50 $61.80 $61.80 $61.17 $64.33 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 240 596 40 876 Total Staff Cost $18,480.00 $34,568.00 $1,870.00 $54,918.00 $62.69 Total % of Work by Position 27.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ 68.0% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 4.6% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $159,262.20 $159,262.20 $159,262.20 $159,262.20 4 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartment Building Developer RFP Project No.: B- Description: Services under Expert Consultant Agreement Consultant Name: WJE Contract No.: Date: 3/5/2024 Estimator: STAFF CLASSIFICATION Job Classification Staff Applicable Rate Senior Consultant Brett Laureys Rate: $77.00 Senior Consultant Brian Calderone Rate: $77.00 Senior Consultant Nathan Harres Rate: $77.00 Senior Consultant Brent Chancellor Rate: $77.00 Associate III Sedona lodice Rate: $40.22 Senior Technician Senior Technician Rate: $27.17 Admin. Assistant Clerical Rate: $13.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Document Review 4 $308 2 $154 16 $1,232 4 $308 8 $322 34 $2,324 $68.35 2 Construction Documents (Drawings, Specifications) 8 $616 8 $616 16 $1,232 18 $1,386 24 $965 8 $104 82 $4,919 $59.99 3 Administration/Correspondence 2 $154 2 $154 8 5616 4 $308 2 $80 18 $1,312 $72.91 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 14 12 40 26 34 8 134 Total Staff Cost $1,078.00 $924.00 $3,080.00 $2,002.00 $1,367.48 $104.00 $8,555.48 $63.85 Total % of Work by Position 10.4% 9.0% 29.9% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 19.4% 25.4% 6.0% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $24,810.89 $24,810.89 $24,810.89 $24,810.89 ZS30£6d£600Z-adoe-3L617-0669-88OLL9S8 :al adoIanu3 u6isnooa ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartment Building Developer RFP Project No.: B- Description: Services under Expert Consultant Agreement Consultant Name: WJE Contract No.: Date: 3/5/2024 Estimator: STAFF CLASSIFICATION Job Classification Staff Applicable Rate Senior Consultant Brett Laureys Rate: $77.00 Senior Consultant Brian Calderone Rate: $77.00 Senior Consultant Nathan Harres Rate: $77.00 Senior Consultant Brent Chancellor Rate: $77.00 Associate III Sedona lodice Rate: $40.22 Senior Technician Senior Technician Rate: $27.17 Admin. Assistant Clerical Rate: $13.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Terra Cotta Shop Drawings Review 4 $308 4 $308 24 $1,848 16 $1,232 2 $80 50 $3,776 $75.53 2 Window Shop Drawings Review 4 $308 4 $308 16 $1,232 24 $1,848 2 $80 50 $3,776 $75.53 3 Detailing Revisions 2 $154 2 $154 4 $308 4 $308 12 $483 24 $1,407 $58.61 4 Site Visits 20 $1,540 32 $2,464 16 $644 68 $4,648 $68.35 5 Site Visit Reports 8 $616 16 $1,232 24 $1,848 $77.00 6 Administration/Correspondence 4 $308 4 $308 16 $1,232 12 $924 4 $161 40 $2,933 $73.32 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 14 14 88 104 36 256 Total Staff Cost $1,078.00 $1,078.00 $6,776.00 $8,008.00 $1,447.92 $18,387.92 $71.83 Total % of Work by Position 5.5% 5.5% 34.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 40.6% 14.1% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $53,324.97 $53,324.97 $53,324.97 $1,402.50 $54,727.47 ZS30£6d£600Z-adoe-3L617-0669-88OLL9S8 :al adoIanu3 u6isnooa 2 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Threshold Inspections and Inspection Reports for the Olympia Theater Project No.: B- 70100 Description: Threshold Inspections and Reports Consultant Name: Eastern Engineering Group Contract No.: Date: 3/5/2024 Estimator: Fernando Torres STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Rate: $77.00 Project Manager Rate: $51.24 Project Engineer Rate: $46.57 CAD Technician Rate: $27.17 Administration Rate: $15.00 Position 7 Rate: Position 7 Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Threshold Inspections 2 Inspection Reports 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) ZS30£6d£600Z-adoe-3L617-0669-88OLL9S8 :al adoIanu3 u6isnooa Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Eastern Engineering Group CONSULTANT WORK ORDER PROPOSAL Date: March 5, 2024 Stephanie E. Michell Project Manager R. J. Heisenbottle Architects, P.A. 2199 Ponce de Leon Blvd. Suite 400 Coral Gables, FL 33134 Work 1305.446.7799 ext. 20 Mobile 1305.965.6490 E-Mail I smichell@riha.net Web I http://www.RJHA.net Re: Proposal for Threshold Inspections and Certification Letters for the Olympia Theater. Scope of Work Threshold Building Inspections -Estimated Duration 18 Months Eastern Engineering Group will perform inspections during the construction phase in accordance with the Threshold Inspection Plan prepared by the Engineer of Record. The main goal of the inspections will be to verify compliance of construction works with the approved permit plans and documents. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group The following tasks are the general work to be performed by the Threshold Inspector. Structural Elements to Inspect: • Footings • Columns • Shear Walls • Beams (Concrete and Steel) • Precast Slabs • Poured in Place Slabs • Load Bearing/Non-Load-Bearing CMU Walls Rebar Inspections • Inspection of grade, size, quantity, configuration and spacing of reinforcing for compliance with the structural plans and threshold inspection plan. • Inspection of rebar surface, free of excess rust or other coating that may adversely affect the bonding capacity. • Inspection of installation of hooked bars. • Verify minimum clearance requirements from concrete surfaces. • Verify that the reinforcing is adequately supported and tied to resist displacement or shifting during pour. • Verify splice locations and required length of lap. • Verify that accepted mechanical couplers are properly installed per manufacturer specifications. • Check that expansion joint material is installed, including dowels, keys and bulkheads as per approved documents. • Check additional reinforcing around openings if required by approved documents. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group Formwork, Shoring and Re -Shoring • Verify that the Shoring and Re -Shoring Special Inspector hired by the owner to be on site for: 1. Verify that the formwork, shoring and re -shoring are properly placed as per shop drawings, including shoring elements. 2. Check that the members dimensions, including length, depth, width, camber, and side bow, are within allowable tolerances. 3. Shoring and Re -shoring Special Inspector will provide a certification letter of approval for each shoring and re -shoring of post tension slab before commencing of pouring. • Verify that members used in formwork are not displaced during concreting. • Check that expansion materials, anchors and other embedment items are correct and have been positioned and secured in place so that displacement is not possible. • Check that construction joints, including dowels, keys and bulkheads are in conformance with the contract documents. Review the location of construction joints in beams and slabs for compliance with the construction joint location plan submitted by the contractor to the engineer. Concrete Inspections • The special Inspector shall be on site when concrete is being placed for the primary structural frame as necessary to ascertain that proper concreting practices, as required by ACI 301, ASTM C94 and others recognized industry standards are followed. • Verify that the testing agency is on site and that temperature, mixing time, slump and specified compressive strength are in comply with approved documents. • Verify that the concrete delivered to the project site is as specified for that portion in which placement is to occur. • Verify that concrete is being consolidated and thoroughly worked around reinforcement, embedded items and into corners of forms, eliminating air or stone pockets which may cause honey combing, pitting or planes of weakness. • Verify that precast members are installed as per manufacturer specifications. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group Structural Steel Installation Inspections • Inspection of the structural steel prior concealment to verify grade, sizes, connections, straightness and finish. • Check with contractor the approved documents and approved shop drawings. • Inspect the setting of anchor bolts, embedment and other miscellaneous structural items prior concreting. Verify Size, quantity and finish. Miscellaneous Connections Inspections Bolted Connections: • Type, size, and number of bolts. • Check that bolts are clean and lubricated and have proper washers and they conform to the specifications. • Check that the bolt holes are specified type and size. • Verify that bolts are properly tightened. • For Slip -Critical Bolts with loads indicator washers, check all bolts visually and 10% with a feeler gauge. Turn of the nut method is not acceptable. Welding Connections: • Verify that welders are AWS CERTIFIED for the type of welds being made. • Visually examine all welds for type, size, and length for compliance with the structural drawings. • Check Head stud anchor welding. • Verify that non-destructive testing is performed by the testing agency if it is required on approved plans. • Verify that welds are clean, free from slag, and that rust protection has been applied as per specifications. Windows, Glass Doors and Curtain Walls: • Observation of structural portion of the installation, verifying compliance with submittals and approved shop drawings. • Inspection of size and quantity of fasteners. • Inspection of wood buck fastening to concrete frame and fastening of window elements to wood buck in accordance with approved shop drawings. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group Threshold Inspector Responsibilities: • The Threshold Inspector is responsible to the Enforcing Agency having jurisdiction for the project. The presence of the threshold inspector does not relieve the enforcing Agency, the architect, the structural engineer of record or the specialty engineer of their responsibilities. • The Threshold Inspector is responsible for observing the construction of the structure and reporting to the concerned parties that those portions of the structure are being built in general conformance with the approved plans, and if not, the location and descriptions of those variations. • The Threshold Inspector shall cooperate with the contractor but shall not direct the contractor work nor be responsible for the construction means and methods. • The Threshold Inspector shall maintain a record of the progress, working conditions, observations, testing, any required action by the contractor, and deviation from the official contract documents. • It is the duty of the Threshold Inspector to immediately notify the contractor in person, and the architect, the structural engineer of record or the specialty engineer by telephone, or email, of the following: 1. The use of materials, tests, equipment, workmanship or construction not conforming to the official contract documents. 2. Construction performed without inspections and not capable of being inspected or tested. 3. These exceptions shall then be issued in writing immediately to those listed above and attached to the daily field reports. • The Threshold Inspector shall write and sign a report each day an inspection is made in the Contractor site log. The report shall consist of the following: 1. Identify name and location of the project, name of the Threshold Inspector and his representative, date, working conditions including weather and temperature, and type and location (Area, Floor, Axis) of work performed. 2. Detailed report of each inspection, including presence and activities of the testing agency. Place Emphasis on those areas where deficiencies recur. 3. Daily Inspection results shall be Approved or Rejected. All parties involved on the project will be notified immediately in case that the inspection is rejected. 4. The Threshold Inspector cannot make the required completion statement and the building official will not receive a certificate of occupancy if work is not in substantial accordance with the official contract documents, or if construction is performed without inspection and is unable to be inspected. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group Contractor Responsibilities: • The Contractor shall cooperate with and assist the Threshold Inspector in performing his inspection duties as specified herein. The Threshold Inspector shall always have free access to the project. • The Contractor shall advise the Threshold Inspector, in advance, of construction schedules and planned operations in order to assure timely and appropriate observation and inspection of items specified. • The minimum notice given the Threshold Inspector shall be 24 hours prior to the time of the inspection. Further, the scheduled inspection time for reinforcing steel shall be not less than one hour prior to the concrete placement. • The Contractor shall furnish in a timely manner to the Threshold Inspector, copies of all reviewed and accepted submittals (Including but not limited to revised drawings, shop drawings, supplemental sketches, correspondence, etc., excluding calculations) for the structural elements to inspect. All structural plans and construction documents need to be signed and sealed by a Florida Licensed Professional Engineer. • Work which is in non-compliance with the official contract documents may be corrected by the contractor or the contractor may submit to the Architect/Engineer a requested for acceptance of the deviation. • Construction performed without inspection and that is unable to inspect may require testing or removal as determined by the Structural Engineer of Record/Specialty Engineer and Threshold Inspector. • The Contractor shall provide the Threshold Inspector with office facilities at the construction site to accommodate his needs. As a minimum, this office, is to be equipped with the following items: Desk, Chair, Plan Table, Utilities, Air Conditioning and Janitorial Services. • Owner Responsibilities: • The owner shall arrange for all necessary contract documents, including two complete sets of architectural and structural documents for the project, including all drawings and specifications and material test results, to be furnished to the Threshold Inspector during the progress of the work in a timely manner. • The owner shall ensure that the contractor shall provide to the enforcing agency, architect, structural engineer of record and the Threshold Inspector a shoring and re - shoring plan which is signed and sealed by a delegated engineer registered in the State of Florida. • The owner shall ensure that a qualified testing agency is retained at the site during Pour. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Eastern Engineering Group I. SCHEDULE OF WORK — TIME OF PERFORMANCE The following schedule is suggested. Consultant shall submit the Deliverables and perform the Work as depicted in the tables below: (additional paces may be added as needed SCHEDULE OF DELIVERABLES Task, Sub -task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable Duration (specify weeks or calendar days) Delivery Date* (cumulative weeks, or calendar days) Threshold Inspections 18 Months NTP + 18 Months Inspection Reports 2 Days NTP + 2 Days * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. II. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum of one hundred twenty thousand dollars ($120,00.00). If additional services are required, we will notify you and provide an updated proposal for our services. SUMMARY OF COMPENSATION* Task, Sub- task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis Threshold Inspections and Reports $120,000.00 Lump Sum Subtotal — Professional Fees $120,00.00 Allowance for Reimbursable Expenses Allowance for Additional Services TOTAL $120,00.00 Lump Sum *Note: Compensation should match the Task, Activities, and/or Deliverables identified. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Eastern Engineering Group III. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. IV. DATA PROVIDED BY CITY The following information or documents are to be provided by the City: 1. Any plans that the City might poses of the facilities. 2. City is to provide access to the facility. V. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Gonzalo Paz. Submitted by: Fernando Torres, Eastern Engineering Group. 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 01011 Eastern Engineering Group 3401 NW 82nd Ave, Suite 370, Miami, Florida 33122 Telf. (305) 599-8133 / Email: info@easterneg.com Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX R.JHEISENBOTTLE A R C H I T E C T S July 29, 2023 Mr. Hector Badia, Assistant Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Revised Additional Services Fee Proposal for Cost Estimating Services to the Olympia Apartments and Theater Building Interior Repairs 174 Flagler Street, Miami, FL Dear Mr. Badia, R.J. Heisenbottle Architects, P.A. (RJHA) is pleased to submit this additional service fee proposal to provide cost estimating services for the above referenced project. Please review the following proposal to see if it matches your expectations for the estimating support you require. RJHA will engage RIB U.S. Cost to coordinate project details for these additional services. The City of Miami has previously engaged RJHA through its Professional Services Agreement Project B-70100 Olympia Theater Restoration and the terms and conditions of this additional service shall be those as set forth therein. DESCRIPTION OF THE PROIECT The project scope is repair of interior elements including historic finishes, Select HVAC, Plumbing, Electrical and Life Safety systems. The ICE deliverable will include a Basis of Estimate, Major Quantity Summary, Escalation Calculation and Estimate Summary Cost Reports. Plan details will be quantified and listed as detailed cost line items and categorized into the Uniformat II Classification. Line item costs will include material, labor and equipment costs including subcontractor markups. Allowances will be provided either directly to the systems or as overall design contingency. Other factors (markups) will be provided for General Contractor's general conditions and general requirements, home office overhead, bonds, and fee. As appropriate for the current construction market conditions in the project area as a percentage calculation. Finally, the escalation factor will be calculated and applied based on the current anticipated project schedule. SCOPE OF ADDITIONAL SERVICES Provide one, Independent Cost Estimate (ICE) for the Olympia Theater Interior Repairs and Restoration for these submissions: 1. CD Submission Cost Estimate 2. Fee based on 1 cost estimate Submission Only 3. Digital report reproduction, estimate delivered via email 4. One estimate, per submittal, utilizing commercially available estimating software. www.rjha.net A Professional Association AAC001513 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F93OE52 EXCLUSIONS TO PROPOSED SERVICES FEE: Hazardous Material Abatement and Scope noted on DWG Sheets A5.10 - A5.97, Staff Relocation/Moving Costs, Pricing of Loose Furniture, Reconciliation / Workshops, Window scope and Exterior Scope, Project Construction Scheduling development and analysis, Economic Analysis, Life Cycle Costing, Value Engineering or Analysis, Constructability and Phasing Analysis, Travel or Meeting Costs. ADDITIONAL SERVICE FEE BREAKDOWN Our Lump Sum Fees for the performance of the "Scope of Additional Services" outlined above shall be as follows: R.J. Heisenbottle Architects, P.A. Fee Our fee for the above referenced "Scope of Additional Services" outlined above will be a Lump Sum Fixed Fee for administration and coordination of the work will be a fixed fee in the amount of $ 8,253.86 See City of Miami Worksheet Attached. RIB U.S. Cost Fee The Lump Sum Fixed Fee for the performance of the "Scope of Additional Services" outlined above shall be in the amount of $ 32,822.90 See RIB U.S. Cost Fee Proposal Attached. Note: Fees include 10% RJHA Overhead & Profit Factor TOTAL ADDITIONAL SERVICE FEE $ 41,076.76 CONCLUSION RJHA will work closely with City staff and RIB U.S. Cost to complete the Cost Estimating Additional Services in the most effective and productive way. We will start work on this assignment immediately upon receipt of your written authorization to proceed and issuance of a Purchase Order. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J Heisenbottle Richard J. Heisenbottle, FAIA President Accep Digitally signed by Richard J Heisenbottle DN: c=US, ,,=R. J. HEISENBOTTLE ARCHITECTS PA, dnQualifier=A01410D0000017EB5CA25AD00054BEF, cn=Richard J Heisenbottle Date: 2024.08.01 16:55:01 -04'00' > Procef.dDigitally signedIbyBadia, Hector Date: 2025.01.16 11:18:08-05'00' Please Print Authorized Representatives Name and Title ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater Interior Restoration Project No.: B- 70100 Description: Additional Services - Cost Estimating Services Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 7/29/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 R Heisenbottle Rate: $77.00 Position 2 Juan Alcala Rate: $77.00 Position 3 Benjamin Cross Rate: $58.00 Position 4 Ansel Blanco Rate: $58.00 Position 5 Maria Carvajal Rate: $46.75 Position 6 Stephanie Michell Rate: $41.59 Position 7 Rosa Luzardo Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Architecture 2 Project Administration 24 $1,848 24 $998 48 $2,846 $59.30 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 24 24 48 Total Staff Cost $1,848.00 $998.16 $2,846.16 $59.30 Total % of Work by Position 50.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 50.0% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Rounding 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $8,253.86 $8,253.86 $8,253.86 $8,253.86 0 0 0 to Do m m 0 -a 6 co cn O) v v co co 6) O v T W 0 T 0 IV C) W T (0 W O m Ul Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 RIBU.S.COST July 26, 2024 R. J. Heisenbottle Architects, P.A. 2199 Ponce de Leon Blvd. Suite 400 Coral Gables, FL 33134 Subject: Olympia Theater Interior Repairs and Restoration Miami, FL Proposal for Cost Estimating Service Attn: Stephanie Elyse Michell U.S. Cost 11475 Great Oaks Way, Ste 250 Alpharetta, GA 30022 T + 1770 481 1600 www.rib-uscost.com Thank you for considering RIB US Cost for this task. Please see the attached fee proposals for cost estimating services on the above referenced project. Please review the following proposal to see if it matches your expectations for the estimating support you require. Task Description Provide one, Independent Cost Estimate (ICE) for the Olympia Theater Interior Repairs and Restoration, at Miami, FL, for this submissions: • CD Submission Cost Estimate Fee based on 1 cost estimate Submission Only Digital report reproduction, estimate delivered via email • One estimate, per submittal, utilizing commercially available estimating software. The project scope is repair of interior elements including historic finishes, Select HVAC, Plumbing, Electrical and Life Safety systems. The ICE deliverable will include a Basis of Estimate, Major Quantity Summary, Escalation Calculation and Estimate Summary Cost Reports. Plan details will be quantified and listed as detailed cost line items and categorized into the Uniformat II Classification. Line item costs will include material, labor and equipment costs including subcontractor markups. Allowances will be provided either directly to the systems or as over all design contingency. Other factors (markups) will be provided for General Contractor's general conditions and general requirements, home office overhead, bonds, and fee. As appropriate for the current construction market conditions in the project area as a percentage calculation. Finally, the escalation factor will be calculated and applied based on the current anticipated project schedule. I / 2 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 R I B U.S.COST Exclusions to proposed services fee are: U.S. Cost 11475 Great Oaks Way, Ste 250 Alpharetta, GA 30022 T + 1770 481 1600 www.rib-uscost.com • Hazardous Material Abatement • Project Construction Scheduling and Scope noted on DWG development and analysis Sheets A5.10 - A5.97 • Staff Relocation/Moving Costs • Economic Analysis, Life Cycle Costing • Pricing of Loose Furniture, • Value Engineering or Analysis including • Reconciliation / Workshops* • Constructability and Phasing Analysis • Window scope and Exterior Scope • Travel or Meeting Costs Should scope of services change or additional services be required such as additional design submission estimates, design alternates estimates, value engineering, construction scheduling or analysis workshops, then these would be available upon request, on a time and material basis. Base Proposal Estimating Services: RIBUSC proposes a LS Base fee for providing the services as described above in the amount of $29,839 as We will need 2 weeks to do cost estimate after receiving all documents as well as a manufacture contact info for the new windows. Submissions Total CD Submission Cost Estimate $ 29,839 Excludes scope noted on DWG Sheets A5. I 0 - A5.97 TOTAL LS AMOUNT $ 29,839 RJHA 10% Overhead & Profit Factor $29,839 x 10% $32,822.90 We look forward to working with you on this project. Please feel free to contact me if additional information is needed or if there are any questions. I may be reached at 770-481-1653 or via email me at russell.mcelreath@rib-uscost.com. Sincerely, 6. 71? via Russell McElreath, CCP Signature: Vice President RIB ., :. Print Name: CC: File, WM Date: R. J. Heisenbottle Architects, P.A. Representative 2/2 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX RJHEISENBOTTLE ARCH! TECTS July 29, 2023 Mr. Hector Badia, Assistant Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Revised Additional Services Fee Proposal for Cost Estimating Services to the Olympia Apartments and Theater Building Exterior Repairs 174 Flagler Street, Miami, FL Dear Mr. Badia, R.J. Heisenbottle Architects, P.A. (RJHA) is pleased to submit this additional service fee proposal to provide cost estimating services for the above referenced project. Please review the following proposal to see if it matches your expectations for the estimating support you require. RJHA will engage RIB U.S. Cost to coordinate project details for these additional services. The City of Miami has previously engaged RJHA through its Professional Services Agreement Project B-70100 Olympia Theater Restoration and the terms and conditions of this additional service shall be those as set forth therein. DESCRIPTION OF THE PROIECT The project scope is repair exterior facade elements including replacing windows, storefront and doors, exterior skin as well as other miscellaneous exterior repairs. The ICE deliverable will include a Basis of Estimate, Major Quantity Summary, Escalation Calculation and Estimate Summary Cost Reports. Plan details will be quantified and listed as detailed cost line items and categorized into the Uniformat II Classification. Line item costs will include material, labor and equipment costs including subcontractor markups. Allowances will be provided either directly to the systems or as overall design contingency. Other factors (markups) will be provided for General Contractor's general conditions and general requirements, home office overhead, bonds, and fee. As appropriate for the current construction market conditions in the project area as a percentage calculation. Finally, the escalation factor will be calculated and applied based on the current anticipated project schedule. SCOPE OF ADDITIONAL SERVICES Provide one, Independent Cost Estimate (ICE) for the Olympia Theater and Apartments Exterior Restoration/Repairs for these submissions: 1. CD Submission Cost Estimate 2. Fee based on 1 cost estimate Submission Only 3. Digital report reproduction, estimate delivered via email 4. One estimate, per submittal, utilizing commercially available estimating software. www.rjha.net A Professional Association AAC001513 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F93OE52 EXCLUSIONS TO PROPOSED SERVICES FEE: Hazardous Material Abatement, Staff Relocation/Moving Costs, Pricing of Loose Furniture, Reconciliation / Workshops, Interior Renovation Work, Project Construction Scheduling development and analysis, Economic Analysis, Life Cycle Costing, Value Engineering or Analysis, Constructability and Phasing Analysis, Travel or Meeting Costs. ADDITIONAL SERVICE FEE BREAKDOWN Our Lump Sum Fees for the performance of the "Scope of Additional Services" outlined above shall be as follows: R.J. Heisenbottle Architects, P.A. Fee Our fee for the above referenced "Scope of Additional Services" outlined above will be a Lump Sum Fixed Fee for administration and coordination of the work will be a fixed fee in the amount of $ 8,253.86 See City of Miami Worksheet Attached. RIB U.S. Cost Fee The Lump Sum Fixed Fee for the performance of the "Scope of Additional Services" outlined above shall be in the amount of $ 16,412.00 See RIB U.S. Cost Fee Proposal Attached. Note: Fees include 10% RJHA Overhead & Profit Factor TOTAL ADDITIONAL SERVICE FEE $ 24,665.86 CONCLUSION RJHA will work closely with City staff and RIB U.S. Cost to complete the Cost Estimating Additional Services in the most effective and productive way. We will start work on this assignment immediately upon receipt of your written authorization to proceed and issuance of a Purchase Order. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J Heisenbottle Richard J. Heisenbottle, FAIA President Digitally signed by Richard J Heisenbottle DN: c=US, ,,=R. J. HEISENBOTTLE ARCHITECTS PA, dnQualifier=A01410D0000017EB5CA25AD00054BEF, cn=Richard J Heisenbottle Date: 2024.08.01 16:53:24 -04'00' Digitally signed by Badia, Hector Date: 2025.01.16 11:18:33 -05'00' Acceptance and Authorization to Proceed Date Please Print Authorized Representatives Name and Title ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater Exterior Restoration Project No.: B- 70100 Description: Additional Services - Cost Estimating Services Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 7/29/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 R Heisenbottle Rate: $77.00 Position 2 Juan Alcala Rate: $77.00 Position 3 Benjamin Cross Rate: $58.00 Position 4 Ansel Blanco Rate: $58.00 Position 5 Maria Carvajal Rate: $46.75 Position 6 Stephanie Michell Rate: $41.59 Position 7 Rosa Luzardo Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Architecture 2 Project Administration 24 $1,848 24 $998 48 $2,846 $59.30 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 24 24 48 Total Staff Cost $1,848.00 $998.16 $2,846.16 $59.30 Total % of Work by Position 50.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 50.0% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Rounding 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $8,253.86 $8,253.86 $8,253.86 $8,253.86 0 0 0 to Do m m 0 -a 6 co cn O) v v co co 6) O v T W 0 T 0 IV C) W T co O m Ul Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 RIBU.S.COST July 26, 2024 R. J. Heisenbottle Architects, P.A. 2199 Ponce de Leon Blvd. Suite 400 Coral Gables, FL 33134 Subject: Olympia Theater and Apartments Exterior Restoration/Repairs Miami, FL Proposal for Cost Estimating Service Attn: Stephanie Elyse Michell U.S. Cost 11475 Great Oaks Way, Ste 250 Alpharetta, GA 30022 T + 1770 481 1600 www.rib-uscost.com Thank you for considering RIB US Cost for this task. Please see the attached fee proposals for cost estimating services on the above referenced project. Please review the following proposal to see if it matches your expectations for the estimating support you require. Task Description ilh Provide one, Independent Cost Estimate (ICE) for the Olympia Theater and Apartments Exterior Restoration/Repairs, at Miami, FL, for this submissions: • CD Submission Cost Estimate Fee based on 1 cost estimate Submission Only Digital report reproduction, estimate delivered via email • One estimate, per submittal, utilizing commercially available estimating software. The project scope is repair exterior facade elements including replacing windows, storefront and doors, exterior skin as well as other miscellaneous exterior repairs The ICE deliverable will include a Basis of Estimate, Major Quantity Summary, Escalation Calculation and Estimate Summary Cost Reports. Plan details will be quantified and listed as detailed cost line items and categorized into the Uniformat II Classification. Line item costs will include material, labor and equipment costs including subcontractor markups. Allowances will be provided either directly to the systems or as over all design contingency. Other factors (markups) will be provided for General Contractor's general conditions and general requirements, home office overhead, bonds, and fee. As appropriate for the current construction market conditions in the project area as a percentage calculation. Finally, the escalation factor will be calculated and applied based on the current anticipated project schedule. Exclusions to proposed services fee are: • Hazardous Material Abatement • Staff Relocation/Moving Costs • Pricing of Loose Furniture, • Reconciliation / Workshops* • Interior Renovation Work • Project Construction Scheduling development and analysis • Economic Analysis, Life Cycle Costing • Value Engineering or Analysis including • Constructability and Phasing Analysis • Travel or Meeting Costs Should scope of services change or additional services be required such as additional design submission estimates, design alternates estimates, value engineering, construction scheduling or analysis workshops, then these would be available upon request, on a time and material basis. I / 2 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 RIBU.S.COST U.S. Cost 11475 Great Oaks Way, Ste 250 Alpharetta, GA 30022 T + 1770 481 1600 www.rib-uscost.com Base Proposal Estimating Services: RIBUSC proposes a LS Base fee for providing the services as described above in the amount of $14,920 as We will need 2 weeks to do cost estimate after receiving all documents as well as a manufacture contact info for the new windows. Submissions Total CD Submission Cost Estimate $ 14,920 TOTAL LS AMOUNT $ 14,920 RJHA 10% Overhead & Profit Factor $14,920 x 10% $16,412 We look forward to working with you on this project. Please feel free to contact me if additional information is needed or if there are any questions. I may be reached at 770-481-1653 or via email me at russell.mcelreathPrib-uscost.com. Sincerely, Russell McElreath, CCP Signature: Vice President RIB U.S. Cw6. Print Name: CC: File, WM Date: R. J. Heisenbottle Architects, P.A. Representative 2/2 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX Rj HEISENBOTTLE September 26, 2024 Mr. Hector Badia, Assistant Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Revised Additional Services Fee Proposal for an Additional Twenty -Four (24) Months of Visual Facade Inspections to the Olympia Apartments and Theater Building 174 Flagler Street, Miami, FL Dear Mr. Badia, R.J. Heisenbottle Architects, P.A. (RJHA) (Consultant) is pleased to submit this revised additional service fee proposal to provide an Additional Twenty -Four (24) Months of Visual Facade Inspections to the Olympia Apartments and Theater Building. The City of Miami has previously engaged RJHA through its Professional Services Agreement Project B-70100 Olympia Theater Restoration and the terms and conditions of this additional service shall be those as set forth therein. It is our understanding that per City of Miami Building Department requirements the City of Miami wishes our structural engineering consultant, Wiss, Janney, Elstner, Associates (WJE) to conduct an additional Twenty -Four (24) months visual inspections of the condition of the facade and temporary stabilization measures completed by MARK1 per WJE instruction. RJHA will again engage WJE as specialty structural engineering consultant to provide these monthly visual inspections of the masonry facade. Description of the Project The historic Olympia Apartments and Olympia Theatre (formerly the Gusman Center for Performing Arts) was constructed in 1925 and opened in 1926. The vintage 1920s high-rise building is steel framed and clad in brick masonry and terra cotta. The Olympia Apartment building is ten stories in height, while the Theatre is an equivalent four stories in height attached to the south elevation of the Olympia Apartments. The ten -story Olympia Apartment building is currently used as a residential apartment building while the theatre remains in operation today. The aforementioned temporary stabilization measures by MARK1 and WJE were implemented to allow short term removal of the existing protective sidewalk canopy along Flagler Street during the ongoing streetscape renovation project only. WJE issued a report dated July 19, 2022 that summarized our findings from the assessment. WJE performed monthly visual inspections from June 2023 through May 2024 (12 inspections total). To our knowledge, a new protective sidewalk canopy has been installed at the base of the building; however, WJE was not involved with design and has not been on -site to review the installed canopy. www.rjha.net A Professional Association AAC001513 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 It should also be noted that RJHA and WJE are currently developing long-term restoration drawings and specifications for the Olympia anticipated to begin construction in 2024/2025. Scope of Additional Services Monthly Visual Facade Inspections — Estimated Duration 24 Months 1. WJE internal coordination and preparation during and after the inspections. 2. WJE will perform visual facade inspections each month for the next year (Twenty - Four (24) inspections total). These inspections will be performed by local WJE staff. 3. WJE will prepare letter reports following each visual inspection to include a summary of general findings during the inspections. 4. Perform project administrative tasks required to complete the above referenced scope of work. This includes internal coordination and correspondence, internal meetings, external correspondence, and invoicing as required. LIMITATIONS OF THE VISUAL FACADE INSPECTION Because of the variability in physical properties of materials used for exterior walls and the limitations on detecting concealed internal distress, a visual facade inspection may not identify all deteriorated or distressed conditions or unsafe and imminently hazardous conditions in the walls that are not visible from the exterior. Furthermore, a limited portion of the exterior facade can be observed via visual and binocular inspection from grade level. Therefore, the visual facade inspection and the submittal of a report are not a representation that all deteriorated and distress conditions have been identified. ADDITIONAL SERVICE FEE BREAKDOWN Our Lump Sum Fees for the performance of the "Scope of Additional Services" outlined above shall be as follows: R.J. Heisenbottle Architects, P.A. Fee Our fee for the above referenced "Scope of Additional Services" outlined above will be a Lump Sum Fixed Fee for administration and coordination of the work will be a fixed fee in the amount of $ 3,934.32 See City of Miami Work Order Fee Calculation Forms Attached. Wiss, Janney, Elstner Associates, Inc. Fee The Lump Sum Fixed Fee for the performance of the "Scope of Additional Services" outlined above shall be in the amount of $ 67,635.68 See City of Miami Work Order Fee Calculation Forms Attached. Note: Fees include 10% RJHA Overhead & Profit Factor TOTAL ADDITIONAL SERVICE FEE $ 71,570.00 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CONCLUSION RJHA will work closely with City staff and WJE and utilize our best efforts to complete these Additional Twenty -Four Months of Visual Facade Inspection Services in the most effective and productive way to comply with the Building Department request. We will start work on this assignment immediately upon receipt of your written authorization to proceed and issuance of a Purchase Order. Thank you once again for the opportunity to be of service. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J Heisenbottle Digitally signed by Richard J Heisenbottle DN: c=US, o=R. J. HEISENBOTTLE ARCHITECTS PA, dnQualifier=A01410D0000017EB5CA25AD000546 EF, cn=Richard J Heisenbottle Date: 2024.09.26 1 1:03:40 -04'00' Richard J. Heisenbottle, FAIA President Digitally signed by Badia, Hector Date: 2025.01.16 11:18:51 -05'00' Acceptance and Authorization to Proceed Date Please Print Authorized Representatives Name and Title ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater Restoration Project No.: B- 70100 Description: Additional Services - Additional Twenty -Four Months Visual Facade Inspections Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 9/26/2024 Estimator: Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 R Heisenbottle Rate: $77.00 Position 2 Charlie Law Rate: $72.11 Position 3 Benjamin Cross Rate: $58.00 Position 4 Ansel Blanco Rate: $58.00 Position 5 Maria Carvajal Rate: $46.75 Position 6 Stephanie Michell Rate: $41.59 Position 7 Rosa Luzardo Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Architecture 2 Project Administration 12 $924 6 $433 18 $1,357 $75.37 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 12 6 18 Total Staff Cost $924.00 $432.66 $1,356.66 $75.37 Total % of Work by Position 66.7% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at 33.3% / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Rounding 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $3,934.32 $3,934.32 $3,934.32 $3,934.32 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE September 26, 2024 Mr. Richard J. Heisenbottle R.J. Heisenbottle Architects, PA 2199 Ponce de Leon Boulevard, Suite 400 Coral Gables, Florida 33134 Wiss, Janney, Elstner Associates, Inc. 330 Pfingsten Road Northbrook, Illinois 60062 847.272.7400 tel www.wje.com Proposal for Additional Services - 2024-2026 Visual Facade Inspections (R2) Olympia Apartments and Olympia Theater 174 East Flagler Street Miami, Florida WJE No. 2021.8749.1 Dear Mr. Heisenbottle: Per your request, Wiss, Janney, Elstner, Associates, Inc. (WJE) has prepared this revised proposal for additional services to continue monthly visual inspections of the masonry facade at the Olympia Apartments and Olympia Theater (Olympia), located at 174 Flagler Street in Miami, Florida. Note that this revised proposal (R2) supersedes our proposals dated July 10, 2024 and August 9, 2024. As you are aware, WJE performed a close-up assessment of the Olympia facade in 2022 with the purpose of identifying unstable conditions that required temporary stabilization measures. Mark 1 Restoration, Inc. (Mark 1) provided access for this assessment and installed temporary stabilization at unsafe facade areas identified by WJE, in order to allow short term removal of the existing protective sidewalk canopy along Flagler Street during the streetscape renovation project. WJE issued a report dated July 19, 2022 that summarized our findings from the assessment. WJE performed monthly visual inspections from June 2023 through May 2024 (12 inspections total). To our knowledge, a new protective sidewalk canopy has been installed at the base of the building; however, WJE was not involved with design and has not been on -site to review the installed canopy. WJE is currently developing long-term restoration drawings and specifications for Olympia for a project that is anticipated to begin construction in 2024/2025. Based on recent discussions with RJHA and the City of Miami Office of Capital Improvements (Miami OCI), we understand that Miami OCI requested that WJE continue performing monthly visual inspections of the facade and temporary stabilization measures for the next two (2) calendar years. Below is a summary of our proposed scope of services for this task. PROPOSED SCOPE OF SERVICES 1. Internal Coordination and Preparation. Meet internally with WJE South Florida staff as required for the inspections. Our intent is to have our South Florida staff perform most of the monthly inspections to reduce overall cost; however, this will require internal coordination during the inspection process. 2. Monthly Visual Inspections. Perform visual facade inspections each month for the next two years (24 inspections total). The inspections will primarily be performed locally by staff from our South Florida Atlanta I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit I Doylestown I Honolulu I Houston I Indianapolis London I Los Angeles I Milwaukee I Minneapolis I New Haven I Northbrook (HQ) I New York I Philadelphia I Pittsburgh Portland I Princeton I Raleigh I San Antonio I San Diego I San Francisco I Seattle I South Florida I Washington, DC Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE R.J. Heisenbottle Architects, PA September 25, 2024 Page 2 office, which will require a one -day effort for each inspection. We have included two inspections by WJE project manager (Northbrook, Illinois), which will require a two-day effort, including travel time. 3. Reports. Prepare letter reports following each of the visual inspections listed above (24 reports total), which will include a summary of general findings and recommendations. Based on our knowledge of the severely distressed condition of the Olympia facade, our letters will include recommendations for maintaining protective canopies along the sidewalk until long-term facade repairs are completed, as well as recommendations for close-up review of conditions noted as concerning during inspections. 4. Administration/Correspondence. Perform project administrative tasks required to complete the above referenced scope of work. This includes internal coordination and correspondence, internal meetings, and external correspondence, as required, and other administrative tasks. Note that the above scope of services does not include close-up evaluation of the facade or specification of additional temporary stabilization repairs. If we observe any unsafe conditions that require close-up review and/or stabilization during our visual inspections, we will contact you immediately. LIMITATIONS OF THE VISUAL FACADE INSPECTION Because of the variability in physical properties of materials used for exterior walls and the limitations on detecting concealed internal distress, a visual facade inspection may not identify all deteriorated or distressed conditions or unsafe and imminently hazardous conditions in the walls that are not visible from the exterior. Furthermore, a limited portion of the exterior facade can be observed via visual and binocular inspection from grade level. Therefore, the visual facade inspection and the submittal of a report are not a representation that all deteriorated and distress conditions have been identified. BUDGET WJE proposes to perform the above listed scope of services for a lump sum of $61,486.98, inclusive of reimbursable expenses. We anticipate that our work will be performed in accordance with our current Architect/Consultant Agreement (AIA C401) with RJHA dated April 18, 2022. We appreciate the opportunity to provide this proposal for our additional services and we hope that it meets your satisfaction. If you have any questions or require any further information, please call. Sincerely, WISS, JANNEY, ELSTNER ASSOCIATES, INC. Na an J. Harres, RAIL) Asso e Principal/Project Manager Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Terms and Conditions for Professional Services V2NAT Page 1 of 2 Wiss, Janney, Elstner Associates, Inc. or WJE Engineers & Architects, P.C. (WJE) has been requested to perform certain professional and other services. The parties agree that these services shall be performed under the following Terms and Conditions, and that Client's acceptance of WJE's proposal or its direction for WJE to commence any services constitutes acceptance of these Terms. 1. Independent Contractor. WJE is an independent contractor, and all persons employed to furnish services hereunder are employees of WJE or its subcontractors/subconsultants and not of the Client. WJE and Client agree to be solely responsible for compliance with all federal, state, and local laws, rules and regulations, and ordinances that apply to their own respective employees. 2. Performance. The standard of care for all professional services performed or furnished by WJE will be the skill and care ordinarily used by members of WJE's professions performing similar services and practicing under similar circumstances at the same time and in the same locality. WJE makes no guarantees or warranties, express or implied, with regard to the performance of its services. WJE shall not have control over or be in charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures or for construction safety precautions and programs since these are the responsibilities of others. WJE agrees to perform its services in as timely a manner as is consistent with the professional standard of care and to comply with applicable laws, regulations, codes and standards that relate to WJE's services and that are in effect as of the date when the services are provided. Client agrees that no claim may be brought against any WJE employee individually for any claim involving performance of services. 3. Client Duties. In order for WJE to perform the services requested, the Client shall, at no expense to WJE, (1) provide all necessary information regarding Client's requirements as necessary for the orderly progress of the work; (2) designate a person to act as Client's representative for the services who shall have the authority to transmit instructions, receive instructions and information, and interpret and define Client's policies and requests for WJE's services; and (3) provide access to and make all provisions for WJE to enter, without cost, limitation, or burden to WJE, the specific property as required to perform the work, including the use of scaffolds or similar mechanical equipment. WJE is entitled to rely upon the information and services provided by the Client. 4. Safety. Field work will be performed only under conditions deemed safe by WJE personnel. Charges may be made for safety or security measures required by hazardous job conditions that WJE may encounter. Client understands that WJE is only responsible for the safety of its own employees and those of its subconsultants and is not responsible for the safety of other persons or property. 5. Compensation and Expenses. Client agrees to pay for WJE's requested services in accordance with WJE's standard hourly rate schedule or negotiated fee. Charges generally will be billed in monthly intervals with applicable taxes included. Travel, subsistence, and expenses incurred; communications; reproduction; and shipping charges will be billed at cost plus 5 percent and invoiced as an expense service fee. Use of vehicles will be billed at $0.60 per mile. Expended materials for field and laboratory work, rental equipment, and any fees advanced on Client's behalf will be billed at cost plus 10 percent and invoiced as an expense service fee. WJE equipment used in field or laboratory work is billed at WJE's equipment usage rate schedule in effect at the time the work is performed, subject to adjustment for minimum or extended usage. Portal-to-portal equipment usage rates are comparable to prevailing commercial rental rates (if available). Billing rates may be increased annually. Any subcontracted service will be billed at cost plus 10 percent providing the subcontract firm has in place adequate insurance coverage determined by WJE; otherwise, the cost will be marked up 20 percent and invoiced as an expense service fee. Client agrees to pay WJE's then -current time charges, attorneys' fees, and other expenses resulting from required attendance at depositions, administrative proceedings, or responding to subpoenas or court orders relating to the Project, but not for such expenses attributed to WJE's negligent performance of its services. Payment for WJE's services is expected in full in US dollars upon receipt of the invoice. Invoices more than 30 days past due are subject to a 2% interest charge per month (but no more than the maximum extent allowed by law) compounded annually and any related attorneys' fees and collection expenses. WJE reserves the right to suspend its services if the Client fails to make payment when due. In such an event, WJE shall have no liability to the Client for delay or damage caused the Client because of such suspension. 6. Termination. Both the Client and WJE have the right to terminate WJE's services for convenience upon seven calendar days° written notice to the other party. In the event the Client terminates without cause, WJE shall be entitled to compensation for its services and expenses up to the time of such notification, including fees for any transition services, and shall have no liability for delay or damage to Client because of such termination. 7. Reports, Drawings, and Work Product. WJE retains ownership of reports, drawings, specifications, test data, techniques, photographs, letters, notes, and other work product, including those in electronic form, it has created. These documents or parts thereof may not be reproduced or used by the Client for any purpose other than the purpose for which they were prepared, including, but not limited to, use on other projects or future modifications to this Project, without the prior written consent of WJE. Upon request, WJE will provide Client with a copy of documentation for information and reference purposes and bill for such reproduction in accordance with Paragraph 5 above. Any unauthorized use of WJE's work product shall be at the Client's sole risk and Client shall indemnify WJE for any liability or legal exposure to WJE. To the extent WJE terminates its services due to non-payment of fees by Client, Client shall not be entitled to use the documents described herein for any purpose whatsoever. 8. Environmental Hazards. Client acknowledges that WJE's services do not include the detection, investigation, evaluation, or abatement of environmental conditions that WJE may encounter, such as mold, lead, asbestos, PCBs, hazardous substances, or toxic materials that may be present in buildings and structures involved in this Project. The Client agrees to defend, indemnify, and hold WJE harmless from any claims relating to the actual or alleged Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Terms and Conditions for Professional Services existence or discharge of such materials through no fault of WJE's employees. WJE reserves the right to suspend its services, without liability for consequential or any other damages, if it has reason to believe that its employees may be exposed to hazardous materials and will notify the Client in such event. 9. Dispute Resolution. Prior to the initiation of any legal proceedings (except for WJE initiated claims for nonpayment for services), WJE and the Client agree to submit all claims, disputes, or controversies arising out of or in relation to the services provided by WJE to mediation. Such mediation shall be conducted under the auspices of the American Arbitration Association or such other mediation service or mediator upon which the parties agree. Client consents to suit for nonpayment in the state courts of Illinois. 10. Successors and Assigns. These Terms shall be binding upon Client and WJE and their respective successors, assigns and legal representatives. Neither party may assign, subcontract, or otherwise delegate its responsibilities without the prior consent of the other party, which consent shall not be unreasonably withheld. Additionally, in no instance shall this paragraph be interpreted to create any rights in any third party. 11. Insurance. WJE maintains commercial general liability, automobile, workers' compensation, and employers' liability and professional liability coverages under policies written by national insurance carriers rated by the A.M. Best Company, evidence of which will be provided upon request. Special endorsements are not allowed. No waiver of subrogation is allowed on WJE's professional liability policy. Upon written request, WJE agrees to name the Client as an additional insured to the commercial general liability and automobile coverages. Any request to add other parties as additional insureds must be made in writing and is subject to certain limitations. All policies are subject to annual renewal. Excess coverage is available for exposures over primary policy limits except for professional liability. 12. Indemnity. To the fullest extent permitted by law, Client and WJE each agree to indemnify and hold the other harmless, and their respective agents, officers and employees, from and against liability for all direct claims, losses, damages, and expenses, including reasonable attorneys' fees, to the extent such claims, losses, damages, or expenses are for bodily injury, sickness, disease, death, or property damage and to the extent they are caused by the negligent acts, errors, or omissions of the indemnifying party, and/or the indemnifying party s agents, officers, employees, independent contractors, or subcontractors of any tier. In the event such claims, losses, damages, or expenses are caused by the joint or concurrent negligence of Client and WJE, or their respective agents, officers, employees, independent contractors, or subcontractors of any tier, they shall be borne by each party in proportion to that negligence. 13. Agreed Remedy. To the fullest extent permitted by law, the total liability, in the aggregate, of WJE and WJE's officers, directors, employees, agents, and consultants to Client and anyone claiming by, through, or under Client, for any and all injuries, claims, losses, expenses, or damages, including, without limitation, attorneys' fees, arising out of or in any way related to WJE's services, the Project, or these Terms, from any cause or causes whatsoever, V2NAT Page2of2 including but not limited to, negligence, strict liability, indemnity or breach of contract shall not exceed an amount equal to the proceeds obligated to be paid under WJE's applicable insurance policy for such claims. If, for any reason, the applicable insurance policy does not provide coverage for any particular claim described herein, then the liability amount shall not exceed WJ E's fees for the services performed hereunder. In no event shall WJE be liable in contract, tort, strict liability, warranty or otherwise, for any special, incidental or consequential damages, such as, but not limited to, delay, disruption, loss of product, loss of anticipated profits or revenue, loss of use of equipment or system, non -operation or increased expense of operation of other equipment or systems, cost of capital, or cost of purchase or replacement equipment systems or power. 14. Third -Party Beneficiaries. Nothing contained in these Terms shall create a contractual relationship with, or a cause of action in favor of, a third party against either the Client or WJE. WJE's services hereunder are being performed solely for the benefit of the Client, and no other entity shall have any claim against WJE because of these Terms or WJE's performance or non- performance of services hereunder. 15. Laboratory or Material Testing Services. Material samples not consumed in WJE's work will be discarded 60 days after completion of the project unless the Client requests other disposition in writing. WJE cannot be responsible for material after 60 days and Client shall inform WJE in writing how to dispose of the samples. WJE will exercise reasonable care in safeguarding materials, records, or equipment, but disclaims any liability for loss or damage. Rates for sample storage will vary by sample size but in no event will sample charges be less than $270 per year accruing upon the 61 st day of storage and annually thereafter. Failure to pay for underlying services or storage constitutes permission to dispose of all samples held by WJE. Any testing done on materials or products shall not prevent WJE from any services involving Client's materials or products in the built world. WJE shall have no liability to third parties for any products or materials developed from WJE's services. WJE's reports, trademarks or other property shall not be used to indicate endorsement of any material or product. 16. Entire Agreement. These Terms together with any written proposal shall constitute the entire understanding of the parties concerning the Project and supersede all prior negotiations and written agreements between them, and any amendment or modification to either WJE's proposal or these Terms may be made only by a written instrument expressly stated to be an amendment and signed by WJE. 17. Severability. If any provisions of these Terms, or portions thereof, are determined to be unenforceable, the remainder shall not be affected thereby and each remaining provision or portion thereof shall continue to be valid and effective and shall be enforceable to the fullest extent permitted by law. Copyright 2017 Wiss, Janney, Elstner Associates, Inc. ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater and Apartment Building Developer RFP Project No.: B- Description: Services under Expert Consultant Agreement STAFF CLASSIFICATION Consultant Name: WJE Contract No.: Date: 9/26/2024 Estimator: Job Classification Staff Applicable Rate Position 1 Principal Rate: $77.00 Position 2 Nathan Harres Rate: $77.00 Position 3 Sedona lodice Rate: $46.57 Position 4 Associate II Rate: $35.21 Position 5 Senior Specialist Rate: $40.22 Position 6 Senior Technician Rate: $27.17 Position 7 Clerical Rate: $13.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Internal Coordination and Preparation 12 $924 12 $559 24 $1,483 $61.79 2 Monthly Visual Inspections 32 $2,464 176 $8,196 208 $10,660 $51.25 3 Reports 36 $2,772 48 $2,235 84 $5,007 359.61 4 Administration/Correspondence 24 $1,848 24 48 $2,966 $61.79 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 104 260 364 Total Staff Cost $8,008.00 $12,108.20 $20,116.20 $55.26 Total % of Work by Position 28.6% 71.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ - / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $58,336.98 $58,336.98 $58,336.98 $3,150.00 $61,486.98 ZS30£6d£600Z-adoe-3L617-0669-88OLL9S8 :al adoIanu3 u6isnooa Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 City of Miami Resolution R-24-0227 Legislation City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16093 Final Action Date: 6/18/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, RETROACTIVELY RATIFYING, CONFIRMING, AND APPROVING THE CITY MANAGER'S EMERGENCY FINDINGS, ATTACHED AND INCORPORATED AS EXHIBIT "A," THAT IT IS MOST ADVANTAGEOUS FOR THE CITY OF MIAMI ("CITY") TO WAIVE THE COMPETITIVE SEALED BIDDING REQUIREMENTS, PURSUANT TO SECTION 18-90 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), AND RETROACTIVELY APPROVING THE SELECTION OF VARIOUS PROVIDERS FOR THE PROVISION OF VARIOUS ARCHITECTURAL, ENGINEERING, AND CONSTRUCTION SERVICES NECESSARY FOR BUILDING RECERTIFICATION, STABILIZATION, HEALTH AND HUMAN SAFETY ITEMS, AND THE MAINTENANCE OF EQUIPMENT AND SYSTEMS FOR THE OLYMPIA THEATER AND APARTMENTS ("OLYMPIA THEATER"), ON BEHALF OF THE CITY'S DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT ("DREAM") AND THE OFFICE OF CAPITAL IMPROVEMENTS ("OCI"); AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CITY CODE, INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, the City of Miami ("City") Olympia Theater and Apartments ("Olympia Theater") are co -located in a building at the southwest corner of Northeast 2nd Avenue and East Flagler Street; and WHEREAS, the Olympia Theater is on the National Register of Historic Places and has been owned by the City since 1975; and WHEREAS, the Olympia Theater requires major capital, structural, and electrical repairs identified during its 40/50-year recertification process, inclusive of its exterior brick facade, and its condition constitutes a danger to the public health and safety; and WHEREAS, it is not practicable or advantageous for the City to proceed with the procurement process outlined in Section 287.055, Florida Statutes, for the provision of the City of Miami Page 1 of 3 File ID: 16093 (Revision:) Printed On: 6/24/2024 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 File ID: 16093 Enactment Number: R-24-0227 architectural and engineering services necessary for building recertification and stabilization, the health and human safety items and the maintenance of equipment and systems; and WHEREAS, it was not feasible for the City to proceed with the procurement process outlined in Section 287.055, Florida Statutes, because this process would have delayed vital repairs to the facility and may have resulted in the potential loss of revenue and funding at the Olympia Theater; and WHEREAS, Section 287.055, Florida Statutes, titled the "Consultants' Competitive Negotiation Act" ("CCNA"), permits exemptions to these requirements in emergency situations, as stated in Section 3(a)(1), titled "Public Announcement and Qualifications Procedures," allowing the City Manager as "agency head" to declare an emergency; and WHEREAS, it is also not practicable or advantageous for the City to proceed with the procurement outlined in Section 255.20, Florida Statutes, for public construction works, which can take six (6) months, delaying the repair and stabilization of the Olympia Theatre, with such delays not being in the best interest of the City and its constituents, as the damage to this facility poses an immediate danger to the public health or safety, including threats to health, life, and safety, and a loss of revenue to the City; and WHEREAS, Section 255.20, Florida Statutes, permits exemptions to these requirements in emergency situations, as stated in Subsection (1)(c)(1), if the project is undertaken to replace, reconstruct, or repair an existing public building, structure, or other public construction work damaged or destroyed by a sudden unexpected turn of events such as an act of God, riot, fire, flood, accident, or other urgent circumstances, and such damage or destruction creates: (a) an immediate danger to the public health or safety; or (b) other loss to public or private property which requires emergency government action; or (c) an interruption of an essential governmental service; and WHEREAS, pursuant to the City Manager's emergency findings, certifying a valid public emergency, it is most advantageous for the City to waive the competitive sealed bidding requirements, pursuant to Section 18-90 of the Code of the City of Miami, Florida, as amended ("City Code"); Section 287.055, Florida Statutes; and Section 255.20, Florida Statutes, for the Olympia Theater repairs and stabilization; 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. By a four -fifths (4/5ths) affirmative vote, pursuant to Section 18-90 of the City Code, the City Manager's emergency findings, attached and incorporated as Exhibit "A," that it is most advantageous to the City to waive the competitive sealed bidding requirements, pursuant to Section 18-90 of the City Code, and retroactively approving the selection various providers for the provision of various architectural, engineering, and construction services necessary for building recertification, stabilization, health and human safety items, and maintenance of equipment and systems for the Olympia Theater, on behalf of DREAM and OCI, is hereby are retroactively ratified, confirmed, and approved. City of Miami Page 2 of 3 File ID: 16093 (Revision:) Printed on: 6/24/2024 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 File ID: 16093 Enactment Number: R-24-0227 Section 3. The City Manager is authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: g Wy`s'n9 III, C Y ttor y 6/4/2024 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions. City of Miami Page 3 of 3 File ID: 16093 (Revision:) Printed on: 6/24/2024 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ACORD ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) E(MM/DDN 1/10/2025 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 Butler, Buckley, Deets, Inc. 7205 Corporate Center Dr Suite 310 Miami FL 33126 CONTACT NAME: PHONE FAX (A/C No Ext): (A/C, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Phoenix Insurance Co 25623 INSURED RJHEISE-02 RJ HEISENBOTTLE ARCHITECTS PA 2199 Ponce De Leon Blvd. #400 Coral Gables FL 33134 INSURERB: OHIO CASUALTY INSURANCE CO 24074 INSURERC: TRAVELERS CASUALTY & SURETY 19038 INSURER D: UNDERWRITERS AT LLOYDS 32727 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 661689305 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 BZS64101152 Approved by Frank Gomez 12/11/2024 01/10/2025 12/11/2025 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 2,000,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BZS64101152 12/11/2024 12/11/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE US064101152 12/11/2024 12/11/2025 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED X RETENTION $ 10 000 $ c WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N /A UB8J517391 12/12/2024 12/12/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D PROFESSIONAL LIABILITY PLC-02146-02 12/11/2024 12/11/2025 Each Claim Aggregate Deductible 2,000,000 2,000,000 10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF MIAMI IS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION IS IN FAVOR OF THE ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT Professional Retroactive Date: 12/11/1987 except 12/11/2011 for the limit of liability $0 / $1,000,000 excess of $1,000,000 / $1,000,000 and 12/11/2012 for the limit of liability $1,000,000 / $0 excess of $1,000,000 /$2, 000, 000 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE Miami FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE f ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 TRAVELERS J ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00) - 001 POLICY NUMBER: UB-8J517391-24-47-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 10-18-24 STASSIGN: PAGE 1 OF Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 BUSINESSOWNERS BP04130106 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ENGINEERS, ARCHITECTS, OR SURVEYORS This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM The following is added to Paragraph C. Who Is An Insured in Section II — Liability: 3. Any architect, engineer, or surveyor engaged by you is also an additional insured but only with respect to liability for "bodily injury", "prop- erty damage" or "personal and advertising in- jury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf in connection with your premises or in the performance of your ongoing operations. With respect to the insurance afforded to these additional insureds, the following additional ex- clusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the fail- ure to render any professional services by or for you, including: a. The preparing, approving, or failing to pre- pare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. BP04130106 © ISO Properties, Inc., 2004 Page 1 of 1 0 Page 91 of 186 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 BUSINESSOWNERS BP 79 96 07 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESSOWNERS LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM SUBJECT PAGE AGGREGATE LIMITS OF INSURANCE 3 AMENDMENT OF INSURED CONTRACT DEFINITION 4 BLANKET ADDITIONAL INSURED (OWNERS, CONTRACTORS OR LESSORS) 2 BODILY INJURY 4 BROADENED COVERAGE FOR DAMAGE TO PREMISES RENTED TO YOU 2 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 4 INCIDENTAL MEDICAL MALPRACTICE 2 MOBILE EQUIPMENT 2 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 3 PERSONAL AND ADVERTISING INJURY 4 SUPPLEMENTARY PAYMENTS 2 Bail Bonds Loss Of Earnings BP 79 96 07 10 ®2009 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 4 Page 103 of 186 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Section II - Liability is amended as follows: I. SUPPLEMENTARY PAYMENTS Paragraph f.(1)(b) of A Coverages is replaced by the following; (b) Up to $3000 for cost of bail bond required because of accidents or traffic law violations arising out of the use of any vehicle to which Business Liability Coverage for "bodily injury" applies. We do not have to furnish the bonds. Paragraph 1.f.(1)(d) of A Coverages is replaced by the following; (d) All reasonable expenses incurred by the insured at our request to assist us in the Investigation or defense of the claim or "suit, including actual loss of earnings up to $500 a day because of time off from work. II. BROADENED COVERAGE FOR DAMAGE TO PREMISES RENTED TO YOU With respect to the coverage provided under this endorsement, Section II - Liability is amended as follows: 1. The final paragraph of B.1. Exclusions - Applicable To Business Liability Coverage is deleted and replaced by the following: With respect to the premises which are rented to you or temporarily occupied by you with the permis- sion of the owner, Exclusions c., d., e., g., h., k., I., m., n. and o. do not apply to "property damage". 2. Paragraph D.2. Liability And Medical Expenses Limits Of Insurance is deleted and replaced by the following: The most we will pay under this endorsement for the sum of all damages because of all "property damage" to premises while rented to you or temporarily occupied by you with the permission of the owner is the Limit of Insurance shown in the Declaration. 3. Paragraph D.3. Liability And Medical Expenses Limits Of Insurance is deleted. III. INCIDENTAL MEDICAL MALPRACTICE Exclusion 1.j.(4) does not apply to Incidental Medical Malpractice Injury coverage. The following is added to F. LIABILITY AND MEDICAL EXPENSES DEFINITIONS: 23. "Incidental Medical Malpractice Injury" means bodily injury arising out of the rendering of or failure to render, during the policy period, the following services: a. medical, surgical, dental, x-ray or nursing service or treatment or the furnishing of food or bev- erages in connection therewith; or b. the furnishing or dispensing of drugs or medical, dental or surgical supplies or appliances. This coverage does not apply to: 1. expenses incurred by the insured for first- aid to others at the time of an accident and the Duties in the Event of Occurrence, Claim or Suit Condition is amended accordingly; 2. any insured engaged in the business or occupation of providing any of the services described under a. and b. above; 3. injury caused by any indemnitee if such indemnitee is engaged in the business or occupation of providing any of the services described under a. and b. above. IV. MOBILE EQUIPMENT 1. Section C. Who is An Insured is amended to include any person driving "mobile equipment" with your permission. V. BLANKET ADDITIONAL INSURED (OWNERS, CONTRACTORS OR LESSORS) 1. Section C. Who Is An Insured is amended to include as an you are required to name as an additional insured on this agreement. The written contract or agreement must be: a. currently in effect or becoming effective during the term b. executed prior to the "bodily injury', "property damage' insured any person or organization whom policy under a written contract or written of this policy; and ', "personal and advertising injury'. BP 79 96 07 10 ®2009 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 4 Page 104 of 186 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2. The insurance provided the additional insured is limited as follows: a. The person or organization is only an additional insured with respect to liability arising out of (1) Real property, as described in a written contract or written agreement, you own, rent, lease, maintain or occupy; (2) Caused in whole or in part by your ongoing operations performed for that insured. b. The limits of insurance applicable to the additional insured are those specified in the written contract or written agreement or the limits available under this policy, as stated in the Declara- tions, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. c. The insurance provided the additional insured does not apply to: (1) Liability arising out of the sole negligence of the additional insured; (2) "Bodily injury", "property damage", "personal and advertising injury"; or defense coverage under the Supplementary Payments section of the policy arising out of an architect's, en- gineer's or surveyor's rendering of or failure to render any professional services including: (a) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders, or drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. Any "occurrence" that takes place after you cease to be a tenant in the premises described in the Declarations; or (4) Structural alterations, new construction or demolition operations performed by or for the person or organization designated in the Declarations. 3. Any coverage provided hereunder shall be excess over any other valid and collectible insurance avail- able to the additional insured whether primary, excess, contingent or on any other basis unless a contract specifically requires that this insurance be primary or you request that it apply on a primary basis. (3) VI. NEWLY FORMED OR ACQUIRED ORGANIZATIONS The following is added to C. Who Is An Insured: 3. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However, a. Coverage under this provision is afforded only until the 180th day after the entity was acquired or incorporated or organized by you or the end of the policy period, whichever is earlier; b. Coverages A. Paragraph 1. Business Liability, does not apply to: (1) "Bodily injury" or "property damage" that occurred before the entity was acquired or incor- porated or organized by you; and (2) "Personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you; and c. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. VII. AGGREGATE LIMITS The following is added to Aggregate Limits Paragraph 4. of D. Liability and Medical Expenses Limits of Insurance: The Aggregate Limits apply separately to each of "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. The Aggregate Limits also apply separately to each of your projects away from premises owned by or rented to you. For the purpose of this endorsement only, "location" means premises involving the same or connect- ing lots, or premises whose connection is interrupted only by a street, roadway, waterway or right- of-way of a railroad. BP 79 96 07 10 ©2009 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4 Page 105 of 186 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 VIII. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 1. The requirement in E. Liability And Medical Expenses General Conditions paragraph 2.a. that you must see to it that we are notified of an "occurrence" or offense which may result in a claim applies only when the "occurrence" is known to any insured listed in Paragraph C.1. Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim. 2. The requirements in E. Liability And Medical Expenses General Conditions paragraph 2.b. that you must see to it that we receive notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to any insured listed under Paragraph C.1. Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim. IX. BODILY INJURY Paragraph 3. of F. Liability And Medical Expenses Definitions is replaced by the following: 3. "Bodily Injury" means: a. Bodily injury, sickness, disease, or incidental medical malpractice injury sustained by a person, including death resulting from any of these at any time. X. AMENDMENT OF INSURED CONTRACT DEFINITION Paragraph 9. of F. Liability And Medical Expenses Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement, except in connection with construction or demolition oper- ations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indem- nification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization, provided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily injury" or "property damage" arising out of construc- tion or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road -beds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities. XI. PERSONAL AND ADVERTISING INJURY Paragraph 14. b. of F. Liability And Medical Expenses Definitions is replaced by the following: b. Malicious prosecution or abuse of process. BP 79 96 07 10 ©2009 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 4 Page 106 of 186 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 From: Gomez Jr., Francisco (Frankl To: Caseres. Luis; Quevedo, Terry; Aviles, Yesenia Subject: RE: Amendment No. 3 to Olympia Theater PSA Date: Friday, January 10, 2025 11:30:31 AM Attachments: image012.pnq image016.pnq image017.pnq image018.pnq image019.pnq image020.pnq image021.pnq image023.pnq image026.pnq Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Friday, January 10, 2025 11:29 AM Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Detail by Entity Name liwuturiiJJ ,l ,,fo i oR A `rrr: iNfi,r3 an official 31rue of Florida websft& Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation R.J. HEISENBOTTLE ARCHITECTS, P.A. Filing Information Document Number M48770 FEI/EIN Number 59-2783815 Date Filed 03/20/1987 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 01/03/2019 Principal Address 2199 PONCE DE LEON BLVD 400 CORAL GABLES, FL 33134 Changed: 07/11/2008 Mailing Address 2199 PONCE DE LEON BLVD Suite 400 CORAL GABLES, FL 33134 Changed: 01/08/2015 Registered Agent Name & Address HEISENBOTTLE, RICHARD J 556 LORETTO AVENUE CORAL GABLES, FL 33146 Name Changed: 01/03/2019 Address Changed: 01/05/2023 Officer/Director Detail https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=RJHEISE.. 1/3 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Name & Address Detail by Entity Name Title PRES HEISENBOTTLE, RICHARD J 2199 PONCE DE LEON BLVD. SUITE400 CORAL GABLES, FL 33134 Annual Reports Report Year Filed Date 2021 01/19/2021 2022 01/13/2022 2023 01/05/2023 Document Images 01/05/2023 -- ANNUAL REPORT 01 /13/2022 -- ANNUAL REPORT 01/19/2021 --ANNUAL REPORT 01/14/2020 -- ANNUAL REPORT 01/03/2019-- REINSTATEMENT 03/22/2017 -- ANNUAL REPORT 04/18/2016 -- ANNUAL REPORT 01/08/2015--ANNUAL REPORT 02/08/2014 -- ANNUAL REPORT 04/30/2013 -- ANNUAL REPORT 03/20/2012 --ANNUAL REPORT 02/10/2011 --ANNUAL REPORT 01/05/2010 -- ANNUAL REPORT 03/25/2009 -- ANNUAL REPORT 07/11 /2008 -- ANNUAL REPORT 04/10/2007 -- ANNUAL REPORT 03/23/2006 -- ANNUAL REPORT 03/03/2005 -- ANNUAL REPORT 03/29/2004 -- ANNUAL REPORT 01/21/2003 -- ANNUAL REPORT 02/20/2002 --ANNUAL REPORT 01/27/2001 --ANNUAL REPORT 06/29/2000 -- ANNUAL REPORT 04/20/1999 -- ANNUAL REPORT 04/28/1998 -- ANNUAL REPORT 02/04/1997 -- ANNUAL REPORT 01/29/1996--ANNUAL REPORT 06/29/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=RJH EISE... 2/3 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Detail by Entity Name rlonoa Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=RJH EISE... 3/3 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement Dept DEPT. CONTACT PERSON: Feernando PonassiLuis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Richard J. Heisenbottle EXT. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $795,195.54 FUNDING INVOLVED? ❑■ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑■ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑■ YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY) Expert Consulting Agreement between City of Miami DREAM and Richard J. Heisenbottle COMMISSION APPROVAL DATE: N/A FILE ID: N/A ENACTMENT NO.: N/A IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: The City of Miami Manager's Office has deemed Expert Consultant qualified with Sections 18-72, 18-73 and 18-116 ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP on 4/14/22. OK to proceed. April 14, 2022 'Ynni : P§C j El it Docusigned by: SUBMITTED TO RISK MANAGEMENT April 15, 2022 °n� 9 YY SUBMITTED TO CITY ATTORNEY Pablo R. Velez in behalf of 5/13/22 May 15, 2022 I Victoria Mende 09:19: 34 EDT 6"srg9 � 1136°E7.. „� n ' � (Matter 22-727) APPROVAL BY BUDGET OFFICE Reviewed by LEM 5/20/22. Funding will be identified May 20, 2022 at the F1EF90AF6FE0457... I --elitIWIDT time.`' vN� �uSigned APPROVAL BY ASSISTANT CITY MANAGER May 25, 2022 I FOIN Ccala 21:11:18 EDT by: APPROVAL BY DEPUTY CITY MANAGER May 25, 2022 Nzeribe Ihekwab I 16: 50: 59 EDT -2745 2EC6E14D0... Docusigned by: Nit vitit, NLCLOWA5t 45.FQa16AFF110A.55a RECEIVED BY CITY MANAGER May 26, 2022 I Arthur Norieaa Vt— 08:45:18 EDT DocuSigned by: alb 1414i4. - R50CFRCR7211D42A SUBMITTED TO AND ATTESTED BY CITY CLERK May 31, 2022 8ippy -Dned by: l� 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT E46D7560DCF1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 22136 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Expert Consultant Agreement between the City of Miami, Florida DREAM and Richard J. Heisenbottle 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ 500,000.00 ■ City Manager — Authority level of $ 795,195.54 ❑ City Commission — RESOLUTION No. 2. PROCUREMENT METHOD: ❑ RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ■ OTHER (Please explain): _Expert Consultant Agreement 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. N/A 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ■ NO IF YES, WHAT IS THE RESOLUTION NUMBER? N/A 5. WHAT IS THE SCOPE OF SERVICES? The Expert Consultant identified will be assigned to assist DREAM, or its designee, and shall perform the Services to prepare the Olympia Theater and Apartment Building Developer Request for Proposal (RFP). The RFP will detail the required improvements to the historic Olympia Theatre; a Building Conditions Assessment Report will be completed; and a Cost Estimate will be completed. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? DREAM 7. IS THE AWARDEE THE INCUMBENT? No 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? One (1) year from contract execution date with two (2) one (1) year options to renew 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Sections 18-72,18-73, and 18-116 of the Code of the City of Miami Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 A`GRLI CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) DATED/Y 021 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 Butler, Buckley, Deets, Inc. 6505 Blue Lagoon Dr Suite 250 Miami FL 33126 CONTACT NAME: PHONE FAX (A/C No Ext): 305-262-0086 (A/C, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Phoenix Insurance Co 25623 INSURED RJHEISE-02 R.J HEISENBOTTLE ARCHITECTS PA 2199 Ponce De Leon Blvd. #400 Coral Gables FL 33134 INSURER B: Travelers Prop Casualty Co Of 25674 INSURERC: TRAVELERS CASUALTY INS CO 19046 INSURER D: UNDERWRITERS AT LLOYDS 32727 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:1880709452 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 BZS064101152 Approved by Frank Gomez 12/11/2021 12/17/2021 12/11/2022 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO-LOC JECT PER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE x LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BZS064101152 12/11/2021 12/11/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE US064101152 12/11/2021 12/11/2022 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED X RETENTION$1n,nnn $ c WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A Y UB8J517391 12/12/2021 12/12/2022 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Professional Liability 10143L211108 12/11/2021 12/11/2022 AGGREGATE LIMIT DEDUCTIBLE $2,000,000 2,000,000 $10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF MIMAI IS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUROGATION IS IN FAVOR OF THE ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. Professional Retroactive Date: 12/11/1987 except 12/11/2011 for the limit of liability $0 / $1,000,000 excess of $1,000,000 / $1,000,000 and 12/11/2012 for the limit of liability $1,000,000 / $0 excess of $1,000,000 /$2,000,000 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE Miami FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry Subject: RE: COI_RJ Heisenbottle Architects Exp 12/11/2021 Date: Friday, December 17, 2021 6:53:17 AM Attachments: imaoe003.onq Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez©a miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, December 16, 2021 3:18 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQu eve d o@ m i a m i gov. co m> Subject: FW: COI_RJ Heisenbottle Architects Exp 12/11/2021 Good afternoon, Please review and approve. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI, FLORIDA AND R.J. HEISENBOTTLE ARCHITECTS, P.A. THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this 3lstday of May in the year 2022 by and between THE CITY OF MIAMI, FLORIDA, a Florida municipal corporation (hereinafter called the "City"), and R.J. HEISENBOTTLE ARCHITECTS, P.A., a Florida profit corporation (hereinafter called the "Consultant"), with offices at 2199 Ponce de Leon Blvd., Suite 400, Coral Gables, FL 33134. RECITAL WHEREAS, the Olympia Theater (the "Theater") and the Olympia Apartments (the "Apartments") are co -located in a building (the "Building") at the southwest corner of NE 2nd Avenue and E Flagler Street. The Building is listed on the National Register of Historic Places, and has been owned by the City since 1975; and WHEREAS, the Apartments portion is ten (10) stories in height, while the Theater portion is four (4) stories high, and attach at the north elevation of the Apartments. Currently the Apartments portion is used for residential purposes, while the Theater portion remains in operation today; and WHEREAS, this vintage 1920s high-rise Building is steel framed and clad in brick masonry and terra cotta, and is currently in need of urgent structural and electrical repairs identified during its 40/50- Year Recertification Report, as provided herein Exhibit "A", as well as other major capital improvements such as the repair and renovation of the exterior brick facade; and WHEREAS, the current Twenty -Seven Million Dollar ($27,000,000.00) Flagler Street Renovation Project, which includes complete roadway reconstruction between Biscayne Blvd. and West 1st Avenue, will have heavy construction activities in front of the Building beginning shortly. These construction activities will produce vibrations that may further destabilize and exacerbate the existing conditions of the Building, with potential critical impact on the exterior facade; and WHEREAS, the City has conducted temporary emergency repairs to protect the safety of its citizens and users, such as internal structural shoring, including the installation of a sidewalk shed to protect pedestrians on East Flagler Street and SW 2nd Avenue; and WHEREAS, the Consultant is specialized in terra cotta restoration, with the experience and expertise needed to perform an assessment/inspection of the facade, and provide a written report on the methodology that will be used to properly secure and stabilize the same until repairs are possible. In addition, any pinning or removal of any terra cotta or brick pieces to prevent them from falling Page 1 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ("Services") must also be undertaken forthwith by the Consultant until the long-term restoration can be performed; and WHEREAS, pursuant to the City Manager's emergency finding, which determined that the circumstances surrounding the Building constitute a valid public emergency, it is most advantageous for the City to waive requirements established in Section 287.055, Florida Statutes, otherwise known as the "Consultants' Competitive Negotiation Act," to select the Consultant. Said Section of the Statutes allows for exemptions to these requirements in emergency situations, as stated in Subsection (3)(a)(1), entitled "Public Announcement and Qualifications Procedures," whereby the City Manager as "Agency Head" may declare an emergency. Otherwise, the lengthy process involved would have delayed the vital stabilization of the Building, with the inherent loss of operational revenue, and would have caused increased delays and costs for the Flagler Street Renovation Project as well. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Section 1. Recitals and Incorporations. The foregoing recitals are true and correct and hereby incorporated into and made a part of this Agreement. Section 2. Scope of Services. The Consultant will be assigned to assist the City's Department of Real Estate and Asset Management ("DREAM"), in collaboration with the City's Office of Capital Improvements ("OCI"), or its designee, and shall perform the Services, as outlined herein Exhibit "B" (the "Project"), which is incorporated by reference and made a part of this Agreement. The Consultant represents to the City, that Consultant is now, upon execution of this Agreement, and shall at all times during the term of this Agreement remain fully qualified, competent, and capable to perform the Services under this Agreement. Section 3. Remuneration, Audit and Inspection. A. The Consultant shall receive Seven Hundred Ninety -Five Thousand One Hundred Ninety -Five Dollars and Fifty -Four Cents ($795,195.54) for the Services specified herein Exhibit "B." The City, as it may deem in its best interest, reserves the right to request additional related services to be provided by the Consultant. Any additional Services in excess, shall be negotiated and pre -approved in writing by the City Manager, or designee, prior to the Services being rendered. The Consultant will invoice the City monthly. The amount of each invoice will be based upon the Consultants estimated percentage of completion for each task, as enumerated in Exhibit "B." B. The Consultant shall not be entitled to any employment emoluments and, as such, the Consultant shall be required to complete Internal Revenue Services ("IRS") Form W-9, prior to execution of this Agreement. Further, the Consultant expressly acknowledges that Consultant, or any of its subconsultants/subcontractors, shall not acquire status, benefits, or rights as a City employee, temporary or permanent, classified or unclassified, by virtue of this Agreement. C. Unless otherwise specifically provided herein Exhibit "B", pursuant to the Florida Prompt Payment Act, payment will be made within forty-five (45) days after receipt of Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow proper audit of expenditures, should the City require one to be performed. D. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to the Consultant under the Agreement, audit, cause to be audited, inspect, or cause Page 2 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 to be inspected, those books and records of the Consultant which are related to Consultant's performance under the Agreement. The Consultant agrees to maintain such books and records at a location within the City for a period of three (3) years after final payment is made under the Agreement. Section 4. Term. The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall be effective until final completion of the Project and final payment is made to the Consultant. The City, acting by and through its City Manager, shall have the option to extend or terminate the Agreement for convenience, that is, for any or no cause. Section 5. Termination. This Agreement may be terminated at any time at the sole discretion of the City Manager, with or without cause. In the event of termination of this Agreement for any reason with or without cause, Consultant shall not have recourse to any City Grievance or Disciplinary Procedure. In the event of termination, Consultant will be compensated for actual services rendered up to and including, date of termination. Section 6. Relationship Between Parties. A. Consultant, under the terms and conditions of this Agreement, is an independent contractor and not a City employee. As Consultant is an independent contractor, Consultant shall not be entitled to any employment emoluments. Access and use of City property shall be at the sole discretion of the City Manager. Consultant acknowledges that such access to and use of City property does not alter Consultant's status as an independent contractor. B. Other than as legally required by Consultant in rendering their professional opinion(s), all other documents, information, materials, reports, and work products developed by the Consultant in performing the Services pursuant to this Agreement are, and shall remain, the property of the City. Consultant understands and agrees that any information, document, report, materials, work products, or any other material whatsoever which is given by the City to Consultant, or which is otherwise obtained or prepared by Consultant pursuant to, or under the terms of this Agreement, is and shall at all times remain the property of the City. Consultant agrees not to use any such information, document, report, work product, or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City, in its sole discretion. C. Consultant shall work with the City to develop and undertake the schedule necessary to provide the Services as needed by the City. Consultant acknowledges that working with the City to provide necessary scheduling for the Services does not alter their status as an independent contractor and Consultant acknowledges and understands that compensation payment for their time is based upon the standards required by the IRS for payments to an independent contractor. Section 7. Indemnification. The Consultant shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Agreement. These duties will survive the cancellation or expiration of the Agreement. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Page 3 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Consultant shall require all sub -consultant agreements to include a provision that each sub -consultant will indemnify the City in substantially the same language as this Section. 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 ($10.00) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. Section 8. Insurance. The Consultant fully understands and hereby agrees that it shall be the responsibility of the Consultant to secure their own insurance coverage(s), as applicable insurance(s) will not be paid by the City on behalf of the Consultant while performing the Services. Consultant shall maintain insurance coverage(s) and provide evidence of such insurance coverage(s), and in such amounts, as applicable, as may be required by the City's Risk Management Department in Exhibit "C" "Insurance Requirements," hereto and incorporated by this reference. Section 9. Nondiscrimination. The Consultant represents and warrants to the City that Consultant does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Consultant's performance under this Agreement on account of race, color, gender, religion, age, disability, sexual orientation, marital status, or national origin. Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, disability, sexual orientation, marital status, or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. Section 10. Non -Assignment, Successors, and Assigns. The Consultant's professional services are unique in nature and are not assignable. Section 11. Ownership of Documents. The Consultant understands and agrees that any information, document, report, plans, budget, or any other material whatsoever which is given by the City or on behalf of the City to Consultant pursuant to or under the terms of this Agreement is, and shall at all times remain, the property of the City. Consultant agrees not to use any such information, document, report, plans, budget, or other materials without the written consent of the City, which consent may be withheld or conditioned by the City as the owner thereof. Section 12. Public Records. A. Consultant understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Consultant's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keeping and maintaining public records that ordinarily and necessarily would be required of the City to perform this Service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as Page 4 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if Consultant does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of the Consultant or keep and maintain public records required by the City to perform the Service, if the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if the Consultant keeps and maintains the public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Consultant shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Consultant determine to dispute any public access provision required by Florida Statutes, then Consultant shall do so in accordance with the provisions of Chapter 119, Florida Statutes, at its own expense and at no cost to the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS(a MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS AGREEMENT. Section 13. Award of Agreement. The Consultant represents and warrants to the City that Consultant has not employed or retained any person or company employed by the City to solicit or secure this Agreement, and that they have not offered to pay, paid or agreed to pay any person any fee, commission, percentage, brokerage fee, finder's fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. Section 14. Compliance with Federal, State, and Local Laws. The Consultant understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to open public meetings, public records, conflicts of interest, procurement procedures, record keeping, etc. Consultant agrees to comply with, and to observe all applicable laws, codes, and ordinances, as they may be amended from time to time. Section 15. Notices. All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered, or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given, as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by U.S. Mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. Page 5 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 To Consultant: R.J. Heisenbottle Architects, P.A. 2199 Ponce de Leon Blvd, Suite 400 Coral Gables, FL 33134 Richard@riha.net To the Cit City Manager's Office ATTN: Arthur Noriega V, City Manager City of Miami 444 SW 2nd Avenue, 10th Floor Miami, FL 33130 Department of Real Estate and Asset Management ATTN: Jacqueline Lorenzo, Assistant Director City of Miami 444 SW 2nd Avenue, 3rd Floor Miami, FL 33130 Department of Procurement ATTN: Annie Perez, CPPO Director/Chief Procurement Officer City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Office of the City Attorney ATTN: Victoria Mendez, City Attorney City of Miami 444 SW 2nd Avenue, Suite 945 Miami, FL 33130 Section 16. Contingency Clause. Funding for this Agreement is contingent upon the availability of funds and continued authorization of City activities, and the Agreement is subject to (a) amendment due to lack of funds, reduction of funds, and/or change in regulations or the Code, upon written notice, or (b) termination pursuant to Section 5 hereof. Section 17. Severability. If this Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this Agreement without affecting the binding force of this Agreement as it shall remain after omitting such provision. Section 18. Miscellaneous. A. The Agreement shall be construed and enforced according to the laws of the State of Florida. The parties hereto agree that venue for all federal, state, and local matters, if any, arising under the Agreement shall be in the applicable respective federal, state, and/or local courts located in Miami -Dade County, Florida. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties' consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. Each party shall pay its own costs and attorney's fees. Page 6 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 B. Should any provision, paragraph, sentence, word, or phrase contained in the Agreement be determined by a court of competent jurisdiction to be invalid, illegal, or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word, or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of the Agreement shall remain unmodified and in full force and effect or limitation of its use. C. No waiver or breach of any provision of the Agreement shall constitute a waiver of any other breach or of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. The Agreement constitutes the sole and entire agreement between the parties hereto relating to the subject matter hereof and correctly sets forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in the Agreement, including the Exhibits hereto, are of no force and effect. No modification to, supplement of, deletion from, amendment or addition to the Agreement shall be valid unless in writing and executed by the properly authorized representatives of the parties hereto. Section 19. Survival. The parties acknowledge that the obligations in this Agreement will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Consultant and the City under this Agreement shall survive termination, cancellation, or expiration hereof. Section 20. 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. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 7 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. WITNESS/ATTEST: R.J. HEISENBOTTLE ARCHITECTS, P.A., a Florida Profit Corporation S- iku.ii & i� I GU f1. rec) c—t-6/1ATIM, /e/Glbcfz0 �S�N /� LITt -' 120/ %Ei✓7- Print Name, Title Print Name, Tit e' ATTEST: ary i./E� - c✓ Irm Consultant Seal, if available) ATTEST: DocuSigned by: -E46D73€99GF4459. .. Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: DocuSigned by: rFratAk 614Atii) 2 7 3 D 56631-E-2-14E 7... Ann Marie Sharpe, Director Risk Management Department (Corporate Seel CITY OF MIAMI, a municipal corporation of the State of Florida .-DocuSigned by: alb DocuSignr ,CF6C372DD42A Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: Vaona° en ez, City Attorney Page 8 of 108 (Matter 22-727) DS Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Exhibit "A" 40/50-YEAR RECERTIFICATION REPORT Page 9 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Rodriguez & Anglin Professional Design, Inc. 127.35 SW 42 Terrace Miami, Fl 33175 Phone: 305-510-7322 Fax: 305-222-8855 .July 23, 2021 City of Miunli Building Department 444 SW 2nd Avenue Miami, Florida 33130 Attention: Building Dept. Official Folio Number: 01-0112-010-1010 In reference t0: 40 Year Electrical Re -certification 174 E Flagler Street Miami Beach, Florida 33131 Dear Building Official: In accor(lance with Section Si8-11(f) of the Code of Miami -Dade County, I have 1)erf)rme(l un inspection ofthe above reference(/ buildings mid determined !ha! the building is not electrically .safe for continued use. The findings of my inspection are summarized in !his 1i'ritten report !hat folloias the Alillimiim Inspection Procedural Guidelines for Building Recertification. This report does 170t preclude the buildingfi'oni subsequent inspections as deemed necessary by the Building Official. To avoid possible misunderstanding, nothing in !his report should he construed directly Or indirectly (is a guarantee fir any portion of the structure. TO the best of -my knoirledge and ability, !his report represents (m accurate (il)1)r(iis(il of the present condition of the building based upon careful evaluation of observed conditions, to the extent reasonably possible. Should you h(lt'e (Illy questions concerning this report, please feel free !O cOn!((Ct me al (305) 510-7322. Sincerely, Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:38:59.04'00' Carlos AL Rodriguez P. E. Electrical Engineer P.E. # 55488 Page 10 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 MINIMUM INSPECTION PROCEDURAL GUIDELINES FOR BUILDING ELECTRICAL RECERTIFICATION INSPECTION COMMENCED INSPECTION MADE BY DATE: July 16, 2021 SIGNATURE: Digitally signed by Carlos M Rodriguez Date: -.202.1.07.29- 10:41:09-04'00' INSPECTION COMPLETED: PRINT NAME: Carlos M. Rodriguez, PE DATE: July 22, 2021 TITLE: Electrical Engineer MUST BE SIGNED AND SEALED BY ARCHITECT OR ENGINEER ADDRESS: Rodriguez R: Anglin Prof. Design 12735 SW 42 Terraces Miami, Florida 33175 Phone: (305) 510-7322 1. DESCRIPTION OF STRUCTURE: a. Name of Title: 174 E Flartler Street b. Street Address: 174 E Fla<zler Street. Miami. Florida 33131 c. Legal Description: MIAMI NORTH PB B-41 LOTS 1 R: 2 R: SSSFT OF LOT 3 R: N45FT OF LOTS 18-19-20 LESS W 2 IN OF N6SFT OF LOT 2 BLK 121 LOT SIZE IRREGULAR 75R-148292 OR 9053-723. d. Owner's Name: CITY OF MIAMI-DEPT OF P&D % CORNERSTONE GROUP. e. Owner's Mail Address: 2121 Ponce de Leon Blvd PH-2 Coral Gables. Fl 33134-5224. Building Official Folio Number: 01-01 12-010-1010. g. Building Code Occupancy Classification: Mixed Use - Residential. h. Present Use: Retail Stores - Theater - Residential Apartment Units. General Description, type of construction, size, number of stories and special features: Ten story Buildinrtz. Concrete/masonry exterior walls. 80 living units. adjusted area 88.180 sq.ft. Built in 1925. Building. provided with basement. Additions to original structures: No additions noted to structure. Page 11 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2. ELECTRIC SERVICE: (SERVICE AT I20/208V, 3PH, 4W.) THEATER & RETAIL STORES: (MAIN ELECTRICAL ROOM AT THEATER BASEMENT). a. Size: Phase: Condition: Comments: b. Size: Phase: Condition: Comments: c. Size: Phase: Condition: Comments: d. Size: Phase: Condition: Comments: e. Size: Phase: Condition: Comments: f. Size: Phase: Condition: Comments: Amperage ( 2000) Fuses ( X ) Three Phase ( X ) Single Phase Good (X) Fair ( ) Main 1 of 6. Main at MSBA-1. Amperage ( 1600 ) Three Phase ( X ) Good ( X ) } Fuses ( X ) Single Phase ( ) Fair ( ) Main 2 of 6. Main at MSBA-2. Breakers ( ) Requires Correction Breakers ( Requires Correction Amperage (1200) Fuses ( X ) Breakers ( ) Three Phase ( X ) Single Phase ( ) Good ( X ) Fair ( ) Requires Correction Main 3 of 6. Serve Panel "DRA". Amperage ( 400 ) Fuses ( X ) Three Phase ( X ) Single Phase ( ) Good (X) Fair ( ) Main 4 of 6. Main at Panel "E" - Fire Pump. Amperage ( 200 ) Fuses ( X ) Three Phase ( X ) Single Phase ( ) Good (X) Fair ( ) Main 5 of 6. Serves Flagler Street Stores. Amperage ( 200) Fuses ( X ) Three Phase ( X ) Single Phase ( ) Good (X) Fair ( ) Main 6 of 6. Serves 2nd Avenue Stores. Breakers ( ) Requires Correction Breakers ( ) Requires Correction Breakers ( ) Requires Correction RESIDENTIAL APARTMENT TOWER: (MAIN ELECTRICAL ROOM AT 6TH FLOOR OF APARTMENT TOWER). a. Size: Phase: Condition: Comments: Amperage ( 2000) Fuses ( X ) Three Phase ( X ) Single Phase ( Good (X) Fair ( ) Main 1 of 1. Main Switch. 2 } Breakers ( ) Requires Correction ( Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:41:26-04'00' ) ) Page 12 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 3. METER AND ELECTRIC ROOM: a. Clearances: b. Comments: 4. GUTTERS: Good ( X ) Fair ( ) Requires Correction ( ) Meter for Theater & Retail Stores located outside the building. Bank of Meters for Apartment units, House & ATT located in electrical room 6th floor Apartment Tower. a. Location: Good ( X ) Requires Repair ( ) b. Taps and Fills: Good ( ) Requires Repair ( X ) c. Comments: Electrical conductor going in and out thru wire gutter without the proper connector creating a risk for a short circuit in Theater basement. 5. ELECTRICAL PANELS: THEATER & RETAIL STORES: a. Panel # ( MSBA) Location: Main Electrical Room. Basement. Good ( X ) Needs Repair ( ) Switch Gear Section-1 at 120/208v, 3ph, 4w, by Federal Pacific. b. Panel # ( MSBB) Location: Main Electrical Room. Basement. Good ( X ) Needs Repair ( ) Switch Gear Section-2 at 120/208v, 3ph, 4w, by Federal Pacific. c. Panel # ( HSB ) Good ( X ) Location: Main Electrical Room. Basement. Needs Repair ( ) Switch Gear Section-1 at 120/208v, 3ph, 4w, by General Electric. d. Panel # (A/C SB) Location: Main Electrical Room. Basement. Good ( X ) Needs Repair ( ) Switch Gear Section-2 at 120/208v, 3ph, 4w, by General Electric. e. Panel # ( E ) Good ( X ) f. Panel # ( HDP ) Good ( X ) g. Panel # ( G ) Good ( X ) h. Panel # ( HDB ) Good ( X ) Location: Main Electrical Room. Basement. Needs Repair ( ) General Electric at 120/208v, MF 400A, 3ph, 4w. Location: Main Electrical Room. Basement. Needs Repair ( ) General Electric at 120/208v, MLO 600A, 3ph, 4w. Location: Main Electrical Room. Basement. Needs Repair ( ) General Electric at 120/208v, MLO 100A, 3ph, 4w. Location: Main Electrical Room. Basement. Needs Repair ( ) Square'D at 120/208v, MLO 400A, 3ph, 4w. Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:41:41-04'00' Page 13 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 i. Panel # ( EG ) Good ( X ) j. Panel # ( SCA ) Good ( X ) Location: Generator Room. Basement. Needs Repair ( ) Square'D at 120/208v, MCB 60A, 1 ph, 3w. Location: Generator Room. Basement. Needs Repair ( ) Square'D at 120/208v, MCB 500A, 3ph, 4w. k. Panel # (SCA-1) Location: Basement. Good ( X ) Needs Repair ( ) Square'D at 120/208v, MCB 225A, 3ph, 4w. I. Panel # (SCA-2) Good ( X ) m. Panel # ( W ) Good ( X ) n. Panel # ( S2 ) Good ( X ) o. Panel # ( EB ) Good ( X ) p. Panel # ( H ) Good ( X ) Location: Left Side of Stage. Needs Repair ( ) Cutler Hammer at 120/208v, MCB 225A, 3ph, 4w. Location: Left Side of Stage. Needs Repair ( ) Cutler Hammer at 120/208v, MLO, 3ph, 4w. Location: Right Side of Stage. Needs Repair ( ) General Electric at 120/208v, MLO 100A, 3ph, 4w. Location: Right Side of Stage-Flagier Alley Corridor. Needs Repair ( ) Square'D at 120/208v, MCB 100A, 1 ph, 3w. Location: Corridor 2nd Floor. North Side. Needs Repair ( ) Square'D at 120/208v, MLO 225A, 3ph, 4w. q. Panel # (MCP-C) Location: Corridor 2nd Floor. North Side. Good ( X ) Needs Repair ( ) Square'D at 120/208v, MLO 600A, 3ph, 4w. r. Panel # ( L ) Good ( X ) s. Panel # ( 2L ) Good ( X ) t. Panel # ( 2R ) Good(X) u. Panel # ( M ) Good ( X ) Location: Women's Chorus 2nd Floor. North Side. Needs Repair ( ) Square'D at 120/208v, MLO, 3ph, 4w. Location: Electrical Closet 2nd Floor. North Side. Needs Repair ( ) Square'D at 120/208v, MLO 225A, 3ph, 4w. Location: Electrical Closet 2nd Floor. North Side. Needs Repair ( ) Square'D at 120/208v, MLO 225A, 3ph, 4w. Location: Electrical Closet 2nd Floor. North Side. Needs Repair ( ) Square'D at 120/208v, MCB 200A, 3ph, 4w. 4 Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:41:56-04'00' Page 14 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 v.Panel #(CS) Good ( X ) Location: Mezzanine. Needs Repair ( ) Square'D at 120/208v, MLO 225A, 3ph, 4w. w. Panel # (MCPB) Location: Projection Room. Good ( X ) Needs Repair ( ) Square'D at 120/208v, MCB 200A, 3ph, 4w. x. Panel # ( P ) Good ( X ) y. Panel # ( ACA ) Good(X) z. Panel # ( MCC ) Good ( X ) Location: Projection Room. Needs Repair ( ) General Electric at 120/208v, MLO 200A, 1ph, 3w. Location: Chiller Room. Needs Repair ( ) Square'D at 120/208v, MLO 400A, 3ph, 4w. Location: Chiller Room. Needs Repair ( ) General Electric at 120/208v, MLO 800A, 3ph, 4w. RESIDENTIAL APARTMENT TOWER: a. Panel #(DPA) Good ( X ) b. Panel # ( DPB ) Good(X) c. Panel # (1 E ) Good ( X ) d. Panel # (2H ) Good(X) e. Panel # (3H ) Good ( X ) f. Panel # ( EDP ) Good(X) g. Panel # (4H ) Good(X) Location: Main Electrical Room. 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MCB 600A. Location: Main Electrical Room. 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 1000A. Location: Low Voltage Room. 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 150A. Location: Low Voltage Room. 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 225A. Location: Low Voltage Room. 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 225A. Location: Equipment Room. Roof. Needs Repair ( ) General Electric at 120/208v, MLO 600A, 3ph, 4w. Location: Roof. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MCB 150A. 5 Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10 42:12-04'00' Page 15 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 h. Panel # (T-Mobil) Location: Roof. Good ( X ) Needs Repair ( ) 120/208v, MCB 200A, 3ph, 4w. i. Panel # (5H ) Good ( X ) j. Panel # (STO) Good ( X ) k. Panel # ( A ) Good(X) Location: Cooling Tower 6th Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO. Location: Storage 3rd Floor. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 125A. Location: Typical Apartment Unit. Needs Repair ( ) Siemens at 120/208v, 3ph, 4w, MLO 125A. 6. BRANCH CIRCUITS: a. Identified: Yes ( X ) Must be Identified b. Conductors: Good ( X ) Deteriorated ( ) Must be Replaced c. Comments: 7. GROUNDING OF SERVICE: a. Condition: Good ( X ) b. Comments: 8. GROUNDING OF EQUIPMENT: a. Condition: Good ( X ) b. Comments: 9. SERVICE CONDUITS / RACEWAYS: a. Condition: Good ( X ) b. Comments: ( ) Repairs Required ( Repairs Required ( Repairs Required [ 10. SERVICE CONDUCTORS AND CABLES: a. Condition: Good ( X ) b. Comments: 11. TYPES OF WIRING METHODS: a. Condition: Conduit Raceways: Good ( X ) Conduit PVC: Good ( ) NM Cable: Good ( ) BX Cable: Good ( ) Repairs Required ( ) Repairs Required ( ) Repairs Required ( ) Repairs Required ( ) Repairs Required ( ) 6 \O o Digitally signed la by Carlos M IRodriguez Date: 2021.07.29 10:40;41.Q4'00' Page 16 of 108 Docusign Envelope ID: B5677CBB-691 0-41 7F-BCFD-2CC1 3F930E52 12. FEEDER CONDUCTORS: a. Condition: Good ( X ) Repairs Required ( ) b. Comments: 13. EMERGENCY LIGHTING: a. Condition: Good ( ) Repairs Required ( X ) b. Comments: Building provided with generators one to serve the theater 7 the second one serving the apartment tower. Some battery backup emergency lights are located in the theater service areas with a few requiring battery replacement. see additional comments at the end of the report. 14. BUILDING EGRESS ILLUMINATION: a. Condition: Good ( ) Repairs Required ( X ) b. Comments: Few egress lighting fixtures by emergency stairs needs the replacement of lenses cover. 15. FIRE ALARM SYSTEM: a. Condition: Good ( ) Repairs Required ( X ) b. Comments: Theater & Apartment tower provided with Intelligent & Addressable Fire Alarm control panels located at Lobby of apartment tower. Nevertheless some of the theater bathrooms are missing fire alarm notification, as well as the lighting cove and projection room. 16. SMOKE DETECTORS: a. Condition: Good ( X ) Repairs Required ( ) b. Comments: 17. EXIT LIGHTS: a. Condition: Good ( X ) Repairs Required ( ) b. Comments: Battery backup type. 18. EMERGENCY GENERATOR: a. Condition: Good ( X ) Repairs Required ( ) b. Comments: Theater & Apartment tower provided each with a generator to cover critical loads. 19. WIRING IN OPEN OR UNDER COVER PARKING GARAGE AREAS: a. Condition: Good ( } Repairs Required ( b. Comments: N/A. 7 Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:42:31-04'00' Page 17 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 20. OPEN OR UNDERCOVER PARKING SURFACE AND SECURITY LIGHTING: a. Condition: Good ( X ) Repairs Required b. Comments: 21. SWIMMING POOL WIRING: a. Condition: Good b. Comments: N/A. Repairs Required ( ) 22. WIRING OF MECHANICAL EQUIPMENT: a. Condition: Good ( X ) Repairs Required ( ) b. Comments: 23. GENERAL ADDITIONAL COMMENTS: 1) Building provided with a full coverage automatic sprinkler system. 2) Electrical conductor going in and out thru wire gutter without the proper connector creating a risk for a short circuit in Theater basement. See photos 1 & 2. 3) Some battery backup emergency lights in the Theater service areas requiring repairs: - Emergency Lighting in Main Electrical Room, needs battery replacement. - Emergency Lighting in Generator Room needs light bulb replacement. - Exit Sign/Emergency Lighting Combo in Corridor 2nd Floor North Side, needs battery replacement. - Missing exit sign in Lighting Cove Room of Theater. 4) Seal off fire wall penetrations in Main Electrical Room to Generator Room. Theater. See photo 3. 5) Fire Alarm System in Theater fails to accomplish full coverage: - Missing Fire Alarm notification in most service bathrooms. -Janitor Room in Second Floor Corridor North Side of Theater missing smoke detector. - Missing Fire Alarm notification in Projection Room Theater. - Missing Fire Alarm notification in Lighting Cove Room. (Above Ceiling). 6) Egress lighting fixture by emergency stairs needs the replacement of protective tense cover. See photo 4 (Light Fixture Marked in Red). 7) Theater Diesel Generator seems to be leaking oil as you can see in the attached photo 5. A call for maintenance service or replacement is needed, this generator runs the critical loads as emergency lighting and exit signs of the theater. Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:42:47-04'00' 8 Page 18 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PHOTO I. 9 Page 19 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PHOTO 2 I0 Page 20 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PHOTO 3 Page 21 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PHOTO 4 I2 Page 22 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 PHOTO 5 13 Page 23 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CERTIFICATION OF COMPLIANCE WITH PARKING LOT ILLUMINATION STANDARDS IN CHAPTER 8C OF THE CODE OF MIAMI-DADE COUNTY DATE: July 23 2021 Re: Folio No. 01-0112-010-1010 Property Address: 174 E Flagler Street, Miami, FI 33131 Building Description: Mixed use - Retail stores, Theater & Residential Apartment Building. The undersigned states the following: BUILDING NOT PROVIDED WITH PARKING. 1. I am a Florida registered professional engineer or architect with an active license. 2. On N/A , at N/A , I measured the level of illumination in the parking lot(s) serving the above referenced building. 3. Maximum N/A foot candle per SF, Minimum N/A foot candle per SF, Minimum to Maximum ratio N/A : N/A foot candle N/A average per SF. The level of illumination provided in the parking lot(s) meets the minimum standards for the occupancy classification of the building as established in Section 8C-3 of the Code of Miami -Dade County. Digitally signed by Carlos M Rodriguez Date: 2021.07.29 10:43:09-04'00' Signature and Seal of Architect or Engineer Carlos M. Rodriquez (Print Name) Page 24 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Eastern Engineering Group TO: City of Miami, Bullding Department Official FROM: Gonzalo A. Paz, PE Structural Engineer. FL Reg. No. 60734 DATE: July 12th, 2021 RE: 40-Year Structural Recertification 174 E Flagler St, Miatni FL 33131 On July 6h, 2021, 1 performed an inspection of the buildings at the above -mentioned address to assess a 40-year structural recertification. Based on the visual inspection of exposed structural members, the buildings NEEDS STRUCTURAL REPAIRS TO COMPLY WITH THE 40-YEAR CERTIFICATION. There was no destructive testing,done at the buildings and none of the covered structural members could be visually inspected. As a routine matter, to avoid possible misunderstandings, nothing in this report should be construed directly or indirectly as a guarantee for any portion of the structure. To the best of my knowledge and ability, this report represents an accurate appraisal of the present condition of the buildings based upon careful evaluation of observed conditions, to the extent reasonably possible. Required Structural Repairs: Theater Portion of Building: Item 1 - Picture No. A I & A2: Theater Portion of Building: Property Room (1st floor). Minor concrete spalling in bottom of concrete slab. Patching will suffice. Item 2 - Picture No. A3: Theater Portion of Building: Laundry Room (2nd floor). Extensive concrete spalling in bottom of concrete slab. Structural repairs required. Item 3 - Picture No. A4: Theater Portion of Building: Dressing Room (2nd floor). Concrete spalling in framing system of one-way clay tile & concrete joist slab. Structural repairs required. Item 4 - Picture No. A5: Theater Portion of Building: Roof of Storage Room (3rd floor). Water ponding on roof due to draining problems. Roof draining system shall be repaired to allow run-off water evacuation. Page 25 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 5 - Picture No. A6: Theater Portion of Building: A/C Plenum Room (4th floor). Steel framing support of A/C equipment with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel elements shall be coated painted. [tem 6 - Picture No. A7 & A8: Theater Portion of Building: Crew/Dressing Room (3rd floor). Concrete slab and main steel beam with signs of extensive corrosion, extensive steel delamination. Damaged members shall be repaired or replaced. Corrosion shall be removed, and steel beam shall be coated painted. There are signs of previous repairs that have not solved the problem and that the current structure could be seriously damaged and subjected to high stress, so we recommend an immediate shoring of this portion of the structure. Item 7 - Picture No. A9 & A 10: Theater Portion of Building: AHU Room (4th floor). Cracking in the concrete encasement of the steel beam and cracking in the clay brick encasement of the steel column reveals large vibration in the building due to AHU equipment. [tem 8 - Picture No. All: Theater Portion of Building: AHU Room (4th floor). Roof steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed, and steel beam shall be coated painted. [tem 9 - Picture No. A 12: Theater Portion of Building: Upper Balcony Concrete Stair (4th floor). Large concrete crack in the stair concrete slab with signs that it is going down and could collapse. [t must be immediately shored up and people must be prevented from accessing it. Structural repair required. [tem 10 - Picture No. A13 & A14: Theater Portion of Building: Balcony Bleacher. Minor concrete spalling in bottom of concrete slab. Patching will suffice. Item I I -Picture No. A15 & A16: Theater Portion of Building: Balcony Bleacher. There is trash and remains of construction materials under the structure. Must be removed. [tem 12 - Picture No. A17 & A18: Theater Portion of Building: Balcony Bleacher. Main steel beams and steel girder trusses with signs of slight corrosion. Corrosion shall be removed, and steel beam shall be coating painted. We recommend hiring a company specialized in steel corrosion protection to receive maintenance recommendations as well as the best materials applicable to our building. [tem 13 - Picture No. A 19 & A20: Theater Portion of Building: Exterior Fire Stair. Steel framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. [tem 14 - Picture No. A21 & A22: Theater Portion of Building: Roof Precast Concrete Tile Deck with extensive concrete spalling in the precast concrete tile. Structural repair required. Corrosion shall be removed, reinforcing rebars coated painted and apply concrete repair material. [tem 15 - Picture No. A23 & A24: Theater Portion of Building: Roof with signs of water penetration through the exterior walls shall be repaired. [tem 16 - Picture No. A25: Theater Portion of Building: Exterior Maintenance Stair. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coated painted. Page 26 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 17 - Picture No. A26, A27 & A28: Theater Portion of Building: Chiller and A/C equipment steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed, and steel framing shall be coated painted. Item 18 - Picture No. A29: Theater Portion of Building: Chiller Ducts. Ducts covering framing have signs of corrosion and damage. Damaged members shall be repaired or replaced. Corrosion shall be removed, and the framing of the ducts must be coated painted. Item 19 - Picture No. A30: Theater Portion of Building: Balcony Railing. Steel framing has signs of heavy corrosion. Damaged members must be repaired or replaced. Corrosion must be removed, and steel framing shall be coated painted. Residential Portion of Building: Item 20 - Picture No. BI, B2: Residential Portion of Building: There are some fallen wall tiles, some partially broken, and some in danger of possibly falling. All the ornamental elements of the facade must be carefully reviewed by specialized personnel. The damaged ornamental elements must be replaced and their attachment to the building wall must be verified. Extend the scaffolding shade protection to the south along the SE 2nd Avenue Item 21 - Picture No. B3 & B4: Residential Portion of Building: Dressing Room 8 (2nd Floor). Extensive concrete spalling in framing system of one-way clay tile & concrete joist slab. It must be immediately shored up and it must be forbidden for anybody to access this room. Structural repair is required. Item 22 - Picture No. B5 & B6: Residential Portion of Building: Several Floors. Perimeter Steel Beam with signs of extensive corrosion. Damaged members must be repaired or replaced. Corrosion must be removed, and steel beam shall be coating painted. Item 23 - Picture No. B7 & B8: Residential Portion of Building: Roof of Stars (I0th floor). Extensive concrete spalling at the bottom of concrete slab. Structural repair is required. Item 24 - Picture No. B9 & B10: Residential Portion of Building: There are Several Cracks in the Clay Brick Masonry Wall. Repair is Required. Patching Will Be Enough to Avoid Any Water Penetration. Item 25 - Picture No. B11 & B12: Residential Portion of Building: Two windows damaged. repair is required. Item 26 - Picture No. B13 & A14: Residential Portion of Building: Chiller Steel Framing with Signs of Heavy Corrosion. Damaged Members must Be Repaired or Replaced. Corrosion must be Removed, and Steel Framing must be Coated Painted. Item 27 - Picture No. B 15 & B16: Residential Portion of Building: Smalls RTU with straps damaged and/or missing. These missing items must be provided. Item 28 - Picture No. B17 & B18: Residential Portion of Building: Exterior Fire Stair. Steel decking framing has signs of corrosion. Damaged members must be repaired or replaced. Corrosion must be removed, and steel framing must be coated painted. Page 27 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 29 - Picture No. B 19: Residential Portion of Building: Exterior Upper Roof Ladder. Steel framing with signs of heavy corrosion. Damaged members must be repaired or replaced. corrosion must be removed, and steel framing must be coated painted. Item 30 - Picture No. B20 & B21: Residential Portion of Building: Storefront Security Rolling Gates steel framing with signs of heavy corrosion in the bottom connection of the columns. Damaged members must be repaired or replaced. Corrosion must be removed, and steel framing must be coated painted. Item 31 - Picture No. B22 & B23: Residential Portion of Building: Canopy Steel Hanger (tension member) with signs of corrosion. Damaged members must be repaired or replaced. corrosion must be removed, and steel framing must be coated painted. Item 32 - Picture No. B24: Residential Portion of Building: At Roof, there is trash and remains of construction materials. Must be removed. If you have any additional questions or comments, please do not hesitate to conctact me at: (305) 599-8133 Sincerely, Gonzalo A. Paz, PE Structural Engineer Eastern Engineering Group. ,`,111111,, ‘NoNjALO 4 Ag • No 60734 *. .* 'fl • STATE OF •.. Q o'• ,c • L. ����••;•OR1D�•G��`` N ‘ 11" i 1ONA L �� THESE ITEY HAS BEEN DUALLY S'CREO A\0 SEALED BY GONZALO A. FAZ. PE ON THE DATE ADJACENT TO THE SEAL. PRVTE0 COP E5 OF THIS OCCCU ENT A4E N0I CONSIDERED SIG\E0 AND SEALED AND THE 54.NATURE !duST 66 VERI,IED ON MY ETECtRON1C COPIES. Jul 29, 2021 Gonzalo A Paz OigttaIIy sig ned by Gonza!o A Paz DM: c=US, o-Unaffiliated, ou.A01410000000172ECA84 DA D00001AEE. cn=Gonzalo A Paz Date: 2021.07.29 11:0858-04'00' Page 28 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CERTIFICATION OF COMPLIANCE WITH PARKING LOT GUARDRAILS REQUIREMENTS IN CHAPTER 8C OF THE CODE OF MIAMI-DADE COUNTY DATE: July 12nd, 2021 Re: Case No. Property Address: 174 E Flaqler St, Miami,_ FL 33131 Theater Portion of Building.: A .Four-story building. Floors framing. of structural concrete slab over steel beams (encased in concrete) supported on steel columns (encased in clay brick). Seating balcony _(bleachers) framing of concrete slab over main steel framing beams & steel girder truss supported on steel columns (encased in clay brick). Roof framing of precast reinforced concrete plank sheathing over steel beams & steel girder trusses supported on steel columns (encased in clay brick). Ground floor of concrete slab on grade. Basement stage framing. of flat concrete slab over concrete columns foundation presumably to be wall footing Building Description: under day brick masonry walls and spread footing. under steel columns. Mechanical stage platform with framing of wood planks deck over steel beams supported on steel liftinz screws. Residential Portion of Building: A Ten -Story building. Floors & Roof Framing System of One -Way Clay Tile & Concrete Joist Slab Over Steel Beams (Encased in Concrete) Supported on Steel Columns (Encased in Clay Brick). Ground floor of concrete slab on grade. Foundation presumably to be wall footing under clay brick masonry walls and spread footing under steel columns. The undersigned states the following: I am a Florida registered professional engineer or architect with an active license. On July 6th, 2021, I inspected the parking lots servicing the above referenced building for compliance with Section 8C-6 and determined the following (check only one): [X] The parking lot(s) is not adjacent to or abutting a canal, lake or other body of water. [ ] The parking lot(s) is adjacent to or abutting a canal, lake or other body of water and parked vehicles are protected by a guardrail that complies with Section 8C-6 of the Miami -Dade County Code. [ ] The parking lot(s) is adjacent to or abutting a canal, lake or other body of `�00' 1 t I "it/ water and parked vehicles are not protected by a guardrail that complies with `•• ONZ,ALO ,e1 / '•� Section 8C-6 of the Miami -Dade County Code. I have advised the property a•�G�ENS:9? :gwner that he/she must obtain a permit for the installation of the guardrail and • obtain all required inspection approvals to avoid enforcement action. • No 60734 a 'a •a STATE OF �O�F •F� O R IO P G��•; Ju 1 29, 2021 TnLSE I1EV NAS BEET DOTALLY St6NED !\D SEALED BY GONZALC a PAZ. Pi ON THE DATE ADJACEN, TO THE S'Ju. PR'N ED COPES OF 1,65 DOCUMENT ARE 1.0T CO StEREO SCNED AO SEALED AO !PE SGNA!URE HuST BE vtR':nED ON ANY ELECTRONiC COPIES. Signature and Seal of Architect or Engineer (Gonzalo A. Paz, PE. No. 60734) Gonzalo A Paz Ditfiany zryn edby Gon llOA Paz Del <=U5, o.Una(fci:M ou.A01410000000172fCA94DA0 Q:OQ A E. muGon:ab A P22 QNc 2021.07.20 m12.3 0 MO' Page 29 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 MINIMUM INSPECTION PROCEDURAL GUIDELINES FOR BUILDING STRUCTURAL RECERTIFICATION ,� `00j1p11%i• INSPECTION COMMENCED INSPECTION ,IDE IY'':60734 *a DATE: July 6th, 2021 SIGNATURE: * ° INSPECTION COMPLETED: DATE: July 1 2th, 2021 MUST BE SIGNED AND SEALED BY ARCHITECT OR ENGINEER 1. ADDRESS: Gonz alo A Paz DESCRIPTION OF STRUCTURE: a. Name of Title: 174 E Flader St b. .us. ur..r4 ,flfc o eoao c r10000 .1ELV Cavale One. . }O]`D10 T.' IAT OF :.�+PRINT NAME ,:,:nza. raz. PI • </.N A TITLE: Structurltl�.•('QR\O.'. •�•.` Eastern Engineering Group 3401 NW 82"d Ave, Suite-370 Miami, Florida 33122 PI-IONE: (305) 599-8133 Jul 29, 2021 Street Address: 174 E Rader St. Miami. FL 33131 THESE tiE/ i-A5 BEEN I iCITAILY SIGNED AO SEALED BY CONZA.O A PA2. PE ON THE DATE ADJACENT TO THE SDI.. PRINTED COPIES Cr THIS DDCUAI,Tii ARE N0! CONSIDERED SIGNED AND SEALED AND THE SIGNATURE }LUST DE VERIFIED ON ANY ELECIRONIC CC°iES. c. Legal Description: MIAMI NORTI-1 PB B-4 I LOTS 1 & 2 & SSSFT OF LOT 3 & N 45FT OF LOTS 18-19-20 LESS W 2 IN OF N6SFT OF LOT 2 BLK 121 LOT SIZE IRREGULAR 75R-I48292 - OR 9053-723 d. Owner's Name: CITY OF MIAMI-DEPT OF P&D % CORNERSTONE GROUP e. Owner's Mail Address: 2121 PONCE DE LEON BLVD PH-2. CORAL GABLES. FL 33134-5224 f. Building Official Folio Number: 01-01 12-010-1010 Building Code Occupancy Classification: Theater Buildiml: Assemble_ Group A- I & Commercial & Residential Building,: Business Group B. h. Present Use: Theater & Commercial & Residential Buildin<z General Description, type of construction. size, number of stories and special features: Theater Portion of Building: A Four-story buildin<z. Floors Ii•amin<z ofstructural concrete slab over steel beams (encased in concrete) supported on steel columns (encased in clay brick). Seatin.z balcony (bleachers) liamin.z of concrete slab over main steel framin2 beams & steelgirder truss supported on steel columns Page 30 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 J. (encased in clay brick)._ Roof framing_ of precast reinforced concrete plank sheathing over steel beams & steel girder trusses supported on steel columns (encased in clan brick). Ground floor of concrete slab on grade. Basement stage framing. of flat concrete slab over concrete columns foundation presumably to be wall fi ootinu under clay brick masonry walls and spread footing under steel columns. Mechanical stage platform with framing_ of wood planks deck over steel beams supported on steel lifting_ screws. Residential Portion of Building: A Ten -Story building. Floors & Roof Framing. System of one-way clay tile & concrete joist slab over steel beams (Encased in Concrete) supported on steel columns (Encased in Clay Brick). Ground floor of concrete slab on grade. Foundation presumably to be wall footing under clay brick masonry walls and spread footing under steel columns. Additions to original structure: No. 2. PRESENT CONDITION OF STRUCTURE: a. General alignment (note good, fair, poor, explain if significant): 1. Bulging: Good. 2. Settlement: Fair 3. Deflections: None Visible 4. Expansion: None Visible 5. Contraction: None Visible b. Portions showing distress (note beams, columns structural walls, floors, roofs, other). Theater Portion of Building: Item 1 - Picture No. Al & A2: Theater Portion of Building: Propel Room fist Floor). Minor concrete spalling in bottom of concrete slab. Patching will suffice Item 2 - Picture No. A3: Theater Portion of Building: Laundry Room (2nd Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. Item 3 - Picture No. A4:.Theater Portion of Building: Dressing Room f2nd Floor) Concrete spalling in framing system of one-way clay tile & concrete joist slab. Structural repair required. Item 4 - Picture No. A5: Theater Portion of Building: Roof of Storage Room �3rd Floor). Water ponding on roof due to drain problems. Roof drain system shall be repaired to allow run-off water evacuation Page 31 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 5 - Picture No. A6: Theater Portion of Building: A/C Plenum Room (4th Floor). A/C Equipment steel framing support with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel elements shall be coating painted. Item 6 - Picture No. A7 & A8: Theater Portion of Building: Crew/Dressing Room Ord Floor'. Concrete slab and main steel beam with signs of extensive corrosion extensive steel delamination. Damaged Members Shall Be Repaired or Replaced. Corrosion shall be removed & steel beam shall be coatingpainted. There are signs of previous repairs that have not solved the problem and that the current structure could be seriously damaged and subjected to high stress, so we recommend an immediate shoring of this portion of the structure. Item 7 - Picture No. A9 & A 10: Theater Portion of Building: AHU Room (4th Floor). Cracking in the concrete encasement of the steel beam & cracking in the cla brick encasement of the steel column reveals lar e vibration in the building due to AHU equipment. Item 8 - Picture No. Al 1: Theater Portion of Building: AHU Room (4th Floor). Roof steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. Item 9 - Picture No. A 12: Theater Portion of Building: Upper balcony concrete stair (4th Floor). Large concrete crack in the stair concrete slab with signs that it is going down and could collapse. It must be immediately shored up and prevent access by people to it. Structural repair required. Item 10 - Picture No. A 13 & A14: Theater Portion of Building: Balcony Bleacher. Minor concrete soiling in bottom of concrete slab. Patching will suffice Item 1 1 - Picture No. A 15 & A 16: Theater Portion of Building: Balcony Bleacher. There is trash and remains of construction materials under the structure must be removed Item 12 - Picture No. A 17 & Al 8: Theater Portion of Building: Balcony Bleacher. Main steel beams & steel girder trusses with signs of slight corrosion. Corrosion shall be removed & steel beam shall be coatingpainted. We recommend hiring a company specialized in steel corrosion protection to receive maintenance recommendations as well as the best materials applicable to our building Item 13 - Picture No. A19 & A20: Theater Portion of Building: Exterior Fire Stair. Steel framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coatingpainted. Item 14 - Picture No. A21 & A22: Theater Portion of Building: Roof precast concrete tile deck with extensive concrete spalling in the precast concrete tile. Page 32 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Structural repair required. Corrosion shall be removed. reinforcing rebars coating painted and apply concrete repair material. Item 15 - Picture No. A23 & A24: Theater Portion of Building: Roof with signs of water penetration thru the exterior walls. Shall be repaired. Item 16 - Picture No. A25: Theater Portion of Building: Exterior Maintenance Stair. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 17 - Picture No. A26. A27 & A28: Theater Portion of Building: Chiller and A/C Equipment's. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 18 - Picture No. A29: Theater Portion of Building: Chiller Ducts. Ducts covering framing with signs of corrosion & damage. Damaged members shall be repaired or replaced. Corrosion shall be removed & ducts framing shall be coating painted. Item 19 - Picture No. A30: Theater Portion of Building: Balcony Railing. Steel, framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coatingpainted. Residential Portion of Building: Item 20 - Picture No. B l , B2: Residential Portion of Building: There are some fallen wall tiles. some partially broken. and possibly some in danger of falling. All, the ornamental elements of the facade must be carefully reviewed by specialized, personnel, the damaged ones replaced and their attachment to the building wall verified. Extend the scaffolding shade protection to the south along the SE 2nd Avenue Item 21 - Picture No. B3 & B4: Residential Portion of Building: Dressing Room 8 (2nd Floor). Extensive concrete spalling in framing system of one-way clay title & concrete joist slab. It must be immediately shored up. and prevent access by people to this portion of the room. Structural repair reguired.. Item 22 - Picture No. B5 & B6: Residential Portion of Building: Several Floors. Perimeter steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. Item 23 - Picture No. B7 & B8: Residential Portion of Building: Roof of Stars j10th Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. 4 Page 33 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 24 - Picture No. B9 & B I O: Residential Portion of Building: Several cracks in the clay brick masonry wall. Repair required. Patching will be enough to avoid any water penetration. Item 25 - Picture No. B 1 1 & B 12: Residential Portion of Building: Two windows damaged. Repair required. Item 26 - Picture No. B13 & A14: Residential Portion of Building: Chiller steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed &steel framing shall be coating_painted. Item 27 - Picture No. B15 & B16: Residential Portion of Building: Smalls RTU with straps damaged and/or missing. Shall be provided Item 28 - Picture No. B17 & B18: Residential Portion of Building: Exterior Fire Stair. Steel decking framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted Item 29 - Picture No. B19: Residential Portion of Building: Exterior Upper Roof Ladder. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 30 - Picture No. B20 & B2I: Residential Portion of Building: Storefront security rolling gates steel framing with signs of heavy corrosion in columns bottom connection. Damaged Members Shall Be _ Repaired or Replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 31 - Picture No. B22 & B23: Residential Portion of Building: Canopy steel hanger (Tension Member) with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted._ Item 32 - Picture No. B24: Residential Portion of Building: At roof, there is Trash and remains of construction materials. Must be removed c. Surface conditions - describe general conditions of finishes, noting cracking. spalling, peeling, signs of moisture penetration and stains. Finishes in fair condition, observed throe<ihout the structure. d. Cracks - note location in significant members. Identify crack size as HAIRLINE if barely discernable; FINE if' less than I mm in width; MEDIUM if between I and 2 mm in width; WIDE if over 2 rnm. Item 24 - Picture No. B9 & B I0: Residential Portion of Building: Several medium cracks in the clay brick masonry wall. Repair required. Patching will be enough to, avoid any water penetration. 5 Page 34 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 e. General extent of deterioration - cracking or spalling of concrete or masonry; oxidation of metals: rot or borer attack in wood. Theater Portion of Building: Item 1 - Picture No. A 1 & A2: Theater Portion of Building: Property Room Ds' Floor). Minor concrete spalling in bottom of concrete slab. Patching will suffice. Item 2 - Picture No. A3: Theater Portion of Building: Laundry Room (2nd Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required.. Item 3 - Picture No. A4: Theater Portion of Building: Dressing Room (2nd Floor). Concrete spalling in framing system of one-way clay tile & concrete joist slab. Structural repair required. Item 6 - Picture No. A7 & A8: Theater Portion of Building: Crew/Dressing Room. Ord Floor). Concrete slab and main steel beam with signs of extensive corrosion,. extensive steel delamination. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. There are signs of previous repairs that have not solved the problem and that the current structure could be seriously damaged and subjected to high stress,, so we recommend an immediate shoring of this portion of the structure. Item 7 - Picture No. A9 & A10: Theater Portion of Building: AHU Room L4th Floor). Cracking in the concrete encasement of the steel beam & cracking in the clay brick encasement of the steel column reveals large vibration in the building due to AI IU Equipment. Item 8 - Picture No. A 11: Theater Portion of Building: AHU Room (4th Floor). Roof steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted . Item 9 - Picture No. Al2: Theater Portion of Building: Upper balcony concrete stair (4th Floor). Large concrete crack in the stair concrete slab with signs that it is going down and could collapse. It must be immediately shored up and prevent access by people to it. Structural repair required. Item 10 - Picture No. A 13 & A14: Theater Portion of Building: Balcony Bleacher. Minor concrete spalling in bottom of concrete slab. Patching will suffice Residential Portion of Building: Item 21 - Picture No. B3 & B4: Residential Portion of Building: Dressing Room 8 (2nd Floor). Extensive concrete spalling in framing system of one-way clay tile & concrete joist slab. It must be immediately shored up and prevent access by people to this portion of the room. Structural repair required. 6 Page 35 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 22 - Picture No. B5 & B6: Residential Portion of Building: Several Floors. Perimeter steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. Item 23 - Picture No. B7 & B8: Residential Portion of Building: Roof of Stars LlOth Floor). Extensive concrete soiling in bottom of concrete slab. Structural repair required. Item 24 - Picture No. B9 & B I O: Residential Portion of Building: Several cracks in the clay brick masonry wall. Repair required. Patching will be enough to avoid any water penetration. Item 26 - Picture No. B13 & A14: Residential Portion of Building: Chiller steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 28 - Picture No. B17 & B18: Residential Portion of Building: Exterior Fire Stair. Steel decking framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted Item 29 - Picture No. B 19: Residential Portion of Building: Exterior Upper Roof Ladder. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 30 - Picture No. B20 & B21: Residential Portion of Building: Storefront security rolling gates steel framing with signs of heavy corrosion in columns bottom connection. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 31 - Picture No. B22 & B23: Residential Portion of Building: Canopy Steel Hanger LTension Member) with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. C Previous patching. or repairs: Signs of previous repairs and/or patching_ in stucco Nature of present loading. - indicate residential, commercial, or other. Estimate magnitude. Typical loading for this type of structure. (Residential: 40 psf & Assembly: 60 psi) 7 Page 36 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 3. INSPECTIONS: a. Date of notice of required inspection: Not Available b. Date of actual inspection: July 6th. 2021 c. Name and qualification of individual submitting inspection report: Gonzalo A. Paz. PE (FL P.E. No. 60734) Structural Eng,ineer / Eastern Engineering Group d. Description of any laboratory or other formal testing, if required, rather than manual or visual procedures: NA e. Structural repair - Note appropriate line: 1. None required: N/A 2. Required (describe and indicate acceptance): Theater Portion of Building: Item 1 - Picture No. A I & A2: Theater Portion of Building: Property Room fist Floor). Minor concrete spalling in bottom of concrete slab. Patching will suffice. Item 2 - Picture No. A3: Theater Portion of Building: Laundry Room (2nd Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. Item 3 - Picture No. A4: Theater Portion of Building: Dressing Room (2nd Floor). Concrete spalling in framing system of one-way clay tile & concrete joist slab. Structural repair required. Item 4 - Picture No. A5: Theater Portion of Building: Roof of Storage Room (3rd Floor). Water ponding on roof due to drain problems. Roof drain system shall be repaired to allow run-off water evacuation Item 5 - Picture No. A6: Theater Portion of Building: A/C Plenum Room (4th Floor). AJC Equipment steel framing support with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel elements shall be coating painted. Item 6 - Picture No. A7 & A8: Theater Portion of Building: Crew/Dressing Room (3rd Floor). Concrete slab and main steel beam with signs of extensive corrosion. extensive steel delamination. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. There are signs of previous repairs that have not solved the problem and that the current structure could be seriously damaged and subjected to high stress. so we recommend an immediate shoring of this portion of the structure. s Page 37 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 7- Picture No. A9 & A 10: Theater Portion of Building: AHU Room (4th Floor). Cracking in the concrete encasement of the steel beam & cracking in the clay brick encasement of the steel column reveals large vibration in the building due to AHU equipment. Item 8 - Picture No. Al I: Theater Portion of Building: AHU Room (4th Floor). Roof steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel seam shall be coating painted. Item 9 - Picture No. A 12: Theater Portion of Building: Upper Balcony Concrete Stair j4th Floor). Large concrete crack in the stair concrete slab with signs that tt is going down and could collapse. It must be immediately shored up and prevent access by people to it. Structural repair required. Item 10 - Picture No. A13 & A14: Theater Portion of Building: Balcony Bleacher. Minor concrete spalling in bottom of concrete slab. Patching will suffice. Item 11 - Picture No. Al5 & A 16: Theater Portion of Building: Balcony Bleacher. There is trash and remains of construction materials under the structure. Must be removed. Item 12 - Picture No. A 17 & A 18: Theater Portion of Building: Balcony B leacher. Main steel beams & steel girder trusses with signs of slight corrosion. Corrosion shall be removed & steel beam shall be coating_painted. We recommend hiringa company specialized in steel corrosion protection to receive maintenance recommendations as well as the best materials applicable to our building. Item 13 - Picture No. Al9 & A20: Theater Portion of Building: Exterior Fire Stair. Steel framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 14 - Picture No. A2I & A22: Theater Portion of Building: Roof precast concrete tile deck with extensive concrete spalling in the precast concrete tile. Structural repair required. Corrosion shall be removed. reinforcing rebars coating painted and apply concrete repair material. Item 15 - Picture No. A23 & A24: Theater Portion of Building: Roof with signs of water penetration thru the exterior walls. Shall be repaired. Item 16 - Picture No. A25: Theater Portion of Building: Exterior Maintenance Stair. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 17 - Picture No. A26. A27 & A28: Theater Portion of Building: Chiller and A/C Equipment's. Steel framing with signs of heavy corrosion. Damaged 9 Page 38 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 18 - Picture No. A29: Theater Portion of Buildin.: Chiller Ducts. Ducts covering framing withs_igns of corrosion & damage. Damaged members shall be repaired or replaced. Corrosion shall be removed & ducts framing shall be coating painted._ Item 19 - Picture No. A30: Theater Portion of Building: Balcony Railing. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Residential Portion of Building: Item 20 - Picture No. B 1, B2: Residential Portion of Building: There are some fallen wall tiles, some partially broken, and possibly some in danger of falling. All the ornamental elements of the facade must be carefully reviewed by specialized personnel the damaged ones replaced and their attachment to the building wall verified. Extend the scaffolding shade protection to the south along the SE 2nd Avenue. Item 21 - Picture No. B3 & B4: Residential Portion of Building: Dressing Room 8 f2nd Floor). Extensive concrete spalling in framing system of one-way clay tile & concrete joist slab. It must be immediately shored up and prevent access by people to this portion of the room. Structural repair required. Item 22 - Picture No. B5 & B6: Residential Portion of Building: Several Floors. Perimeter steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. Item 23 - Picture No. B7 & B8: Residential Portion of Building: Roof of Stars (10`}' Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. Item 24 - Picture No. B9 & B 10: Residential Portion of Building: Several cracks in the clay brick masonry wall. Repair required. Patching will be enough to avoid any water penetration, Item 25 - Picture No. B 11 & B12: Residential Portion of Building: Two windows damaged. Repair required. Item 26 - Picture No. B 1 3 & A14: Residential Portion of Building: Chiller steel framing with signs of heavy Corrosion. Damaged members shall be repaired or replaced. Corrosion Shall be removed & steel framing shall be coating_painted. Item 27 - Picture No. B15 & A16: Residential Portion of Building: Smalls RTU with straps damaged and/or missing. Shall be provided I0 Page 39 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 28 - Picture No. B 17 & B 18: Residential Portion of Building: Exterior Fire Stair. Steel decking framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 29 - Picture No. B19: Residential Portion of Building: Exterior Upper Roof Ladder. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating. painted. Item 30 - Picture No. B20 & B21: Residential Portion of Building: Storefront security rolling gates steel_ framing with signs of heavy corrosion in columns bottom connection. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 31 - Picture No. B22 & B23: Residential Portion of Building: Canopy steel hanger (Tension Member) with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating pai nted. Item 32 - Picture No. B24: Residential Portion of Building: At Roof, there is trash and remains of construction materials. Must be removed. 4. SUPPORTING DATA: a. 7 sheets written data. b. 78 attached photographs. c. No drawings or sketches. 5. MASONRY BEARING WALLS - Indicate good, fair, poor, on appropriate lines: a. Concrete masonry units: N/A b. Clay tile or terra cotta units: Fair. c. Reinforced concrete tie columns: N/A. d. Reinlorced concrete tie beams: N/A. e. Lintels: NA. f. Other type bond beams: N/A. g. Masonry Finishes - exterior: Page 40 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 1 Stucco: Fair. 2. Veneer: N/A. 3. Paint only: Fair 4. Other (describe): N/A h. Masonry Finishes —Interior: 2. 3. 4. 5. . Cracks: Vapor barrier: NA Furring and Plaster: Good. Paneling,: Good. Paint Only: Good Other (describe): NA l . Location - Note beams, columns, other: Item 24 - Picture No. B9 & B 10: Residential Portion of Building: 7 .j. Spalling: 3. 4. Description: Several medium cracks in the clay brick masonry wall. Repair required. Patching will be enough to avoid any water penetration. Location - Note beams, columns, other: None visible Description: N/A k. Rebar corrosion - check appropriate line: 2. 3. 4. Nonvisible: NA Minor -Patching will suffice: NA Significant - but patching will suffice: NA Significant - structural repairs required describe): N/A 12 Page 41 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 I. Samples chipped out for examination in spall areas: 1. No:4 2. Yes - describe color texture, aggregate, general quality: NA 6. FLOOR AND ROOF SYSTEMS: a. Roof: Describe (flat, sloped, type roofing, type roof deck, condition): Theater Portion of Building: Built-up roofing of asphalt bituminous membrane over precast reinforced concrete planks. Roof and roofing in fair condition and adequate. Residential Portion of Building: Built-up roofing of asphalt bituminous membrane over structural concrete slab. Roof and roofin<_ in fair condition and adequate. 2. Note water tanks, cooling towers, air conditioning equipment, signs, other heavy equipment, and condition of supports: Item 17 - Picture No. A26_, A27 & A28: Theater Portion of Building Chiller and A/C equipment's. steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. Item 26 - Picture No. B 13 & A14: Residential Portion of Building: Chiller steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted 3. Note types of drains and scuppers and condition: Item 4 - Picture No. A5: Theater Portion of Building: Roof of Storage Room (3rd Floor). Water ponding on roof due to drain problems. Roof drain system shall be repaired to allow run-off water evacuation. b. Floor System (s): Describe (type of system framing,, material, spans, and condition): Theater Portion of Building: Floors framing of structural concrete slab over steel beams (encased in concrete) supported on steel columns Lencased in clan brick". Seating balcony Lbleachers) framing of concrete slab over main steel framing. beams & steel uirder truss supported on steel 13 Page 42 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 columns (encased in clan brick). Overall. in Fair Condition. See Appendix "A" for Some Problems. Residential Portion of Building: Floors & Roof Framing_ System of One- Vay Clav Tile & Concrete Joist Slab Over Steel Beams (Encased in Concrete) Supported on Steel Columns (Encased in Clay Brick). Overall. in Fair Condition. See Appendix "B" for Some Problems. c. Inspection - note exposed areas available for inspection, and where it was found necessary to open ceilings, etc. for inspection of typical framing members: Roof & Floors were visible removing the ceiling.. Roof and floor framing were inspected for levelness and serviceability throughout to the best extent possible. paying, particular attention to deflections. weaknesses. and warpings. 7. STEEL FRAMING SYSTEMS: a. Description: Theater & Residential Portion of Building: Main framing of steel columns and steel beams. Overall. in fair condition h. Exposed Steel - describe condition of paint and degree of corrosion: Steel framing corrosion overall in fair condition but there are some main steel beams & steel girder trusses with signs of slight corrosion. c. Concrete or other fireproofing - note any cracking or spalling and note where any covering was removed for inspection: Steel columns encased in clay brick and steel beam encased in concrete. d. Elevator sheave beams, connections, and machine floor beams - note condition: Nonvisible 8. CONCRETE FRAMING SYSTEM: a. Full description of structural system: Theater Portion of Building: Floors Framing of Structural Concrete Slab Over Steel Beams (Encased in Concrete) Supported on Steel Columns (Encased in Clay Brick). Overall, in Fair Condition. See Appendix "A" for Some Problems. Residential Portion of' Building: Floors & Roof Framing System of One -Way Clay Tile & Concrete Joist Slab Over Steel Beams (Encased in Concrete) Supported on Steel Columns (Encased in Clav Brick). Overall. in Fair Condition. See Appendix "B" tbr Some Problems. 14 Page 43 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 b. Cracking: 1. Not Significant: N/A Location and description of members effected and type cracking: Item 9 - Picture No. All: Theater Portion of Building: Upper Balcony Concrete Stair (4th Floor). Large concrete crack in the stair concrete slab with signs that it is going down and could collapse. It must be immediately shored up and prevent access by people to it. Structural repair required. Item 10 - Picture No. Al2 & A13: Theater Portion of Building: Balcony Bleacher. Minor concrete spalling in bottom of concrete slab. Patching will suffice c. General condition: Fair d. Rebar corrosion - check appropriate line: 1. Nonvisible: Visible 2. Location and description of members affected and type cracking: Item 1 - Picture No. A1: Theater Portion of Building: Property Room fist Floor). Minor concrete spatting in bottom of concrete slab. Patching will suffice Item 2 - Picture No. A2: Theater Portion of Building: Laundry Room (2nd Floor). Extensive concrete spatting in bottom of concrete slab. Structural repair required. Item 3 - Picture No. A3: Theater Portion of Building: Dressing Room (2nd Floor). Concrete spatting in framing system of one-way clay tile & concrete joist slab. Structural repair required. Item 6 -Picture No. A6 & A7: Theater Portion of Building: Crew/Dressing Room Ord Floor). Concrete slab and main steel beam with signs of extensive corrosion, extensive steel delamination. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. There are signs of previous repairs that have not solved the problem and that the current structure could be seriously damaged and subjected to high stress. so we recommend an immediate shoring of this portion of the structure. 3. Significant - but patching will suffice: 15 Page 44 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 1 - Picture No. Al: Theater Portion of Building: Property Room fist Floor)._ Minor concrete spilling in bottom of concrete slab. Patching will suffice. 4. Significant - Structural repaired (describe): Procedure: l-Remove cracked concrete around the rebar. 1" minimum. 2-Remove corrosion on rebar, wire broch to metal bare. 3-Apply corrosion inhibitor and corrosion coating to rebar. 4-Apply concrete repair mix as per manufacturer specifications. e. Samples chipped out in spill areas: I. No: J 2. Yes, describe color, texture, aggregate. and general quality: N/A 9. WINDOWS: a. Type (wood, steel, aluminum, jalousie, single hung, double hung, casement, awning, pivoted, fixed, other): Steel and Wood Windows b. Anchorage - type and condition of fasteners and latches: Not visible c. Sealants - Type and condition of fasteners and latches: Not visible d. Interior seals - type and condition at operable vents: N/A e. General condition: Fair. 10. WOOD FRAMING: a. Type - fully describe if mill construction, light construction, major spans, trusses: N/A b. Note metal fittings i.e., angles, plates, bolts split rings, pintles, other and note condition: N/A c. Joints - note if well fitted and still closed: N/A. d. Drainage - note accumulations of moisture: N/A e. Ventilation - note any concealed spaces, not ventilated: N/A. Note any concealed spaces opened for inspection: Access hatch to the stage space were opened. 16 Page 45 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 1: Residential & Theater l3uildin�g North-East Elevation (Front -Side) Picture No 2: Residential & Theater l3uildin�g South -East Elevation (Rear -Side) 17 Page 46 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 3: Residential & Theater Building North-West Elevation (Front -Side) I8 Page 47 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 4: Theater Portion of Building: Ground floor framing of concrete slab on grade. In fair condition. Picture No 5: Theater Portion of Building: Basement stag framing of flat concrete slab over concrete columns. In fair condition. 19 Page 48 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 6: Theater Portion of Building: Floors framing of structural concrete slab over steel beams (Encased in Concrete) supported on steel columns (Encased in Clay Brick). Overall, in fair condition. See Appendix "A" for some problems. Picture No 7: Theater Portion of Building: Seating balcony (Bleachers) framing of concrete slab over main steel framing beams & steel girder truss supported on steel columns (Encased in Clay Brick). Overall, in fair condition. See Appendix "A" for some problems. 20 Page 49 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 8: Theater portion of Building: Roof framing of precast reinforced concrete plank sheathing over steel beams & steel girder trusses supported on steel columns (Encased in Clay Brick). Overall, in fair condition. See Appendix "A" for some problems. Picture No 9: Theater Portion of' Building: Stage roof framing of reinforced concrete slab sheathing over steel beams (Encased in Concrete) supported on steel columns (Encased in Clay Brick). In fair condition. 21 Page 50 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 I 1 Picture No 10 & 1 1: Theater Portion of Building: Rooting of asphalt bituminous membrane. In good condition Page 51 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 12 & 13: Theater Portion of Building: Coiling tower, medium and small roof unit over steel framing. See Appendix "A" for some problems. 23 Page 52 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 =il2; Jitaa If Mt 1 W ut1 EMI 1. = r 1 1 f 1 t ,- Yt e A e. - rl r r-• ____ -� ti 111111111111 4v io-s_,. /II►lrhIIiIIiii irrtr rrrrr�ir�i� it111ii n,n.�-i\ -� Picture No 14: Theater Portion of' Builcling: Exterior lire stairs of steel framing. Overall, in fair condition. See Appendix "A" for some problems. 24 Page 53 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 15: Residential Portion of Building: Ground floor framing of concrete slab on grade. In fair condition Picture No 16: Residential Portion of Building: Floors & roof framing system of one-way clay tile & concrete ,joist slab over steel beams (Encased in Concrete) supported on steel columns (Encased in Clay Brick). Overall, in fair condition. See Appendix "B" for some problems. Page 54 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 17: Residential Portion of Building: Floors & roof framing system of one-way clay tile & concrete joist slab over steel beams (Encased in Concrete) supported on steel columns (Encased in Clay Brick). Overall, in fair condition. See Appendix "B" for some problems. Picture No 18: Residential Portion of Building: Roofing of asphalt bituminous membrane. In fair condition 26 Page 55 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 19 & 20: Residential Portion of Building: Coiling tower, medium and small roof unit over steel framing. See Appendix " B" for some problems. 27 Page 56 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 21 & 22: Residential Portion of Building: New aluminum windows & doors. Original wood windows. Overall, in fair condition. See Appendix "B" for some problems. 28 Page 57 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Picture No 23: Residential Portion of Building: Shop Windows glass system with framing of steel. Overall, in fair condition. See Appendix "B" for some problems. Picture No 24: Residential Portion of Building: Exterior Fire Stairs of Steel Framing. Overall, in fair condition. See Appendix "B" for some problems. 29 Page 58 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Appendix "A" Theater Portion of Building; Deficiencies Found to be Corrected Item 1-Picture No. Al & A2: Theater Portion of Building: Property Room (lst Floor). Minor concrete spalling in bottom of concrete slab. Patching will suffice 30 Page 59 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 2-Picture No. A3: Theater Portion of Building: Laundry Room (2nd Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. 1 Item 3-Picture No. A4: Theater Portion of Building: Dressing Room (2nd Floor). Concrete spalling in framing system of one-way clay tile & concrete joist slab. Structural repair required. 31 Page 60 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 4-Picture No. A5: Theater Portion of Building: Roof of Storage Room (3rd Floor). Water ponding on roof due to drain problems. Roof drain system shall be repaired to allow run-off water evacuation. Item 5-Picture No. A6: Theater Portion of Building: A/C Plenum Room (4th Floor). A/C equipment steel framing support with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel elements shall be coating painted. 32 Page 61 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 6-Picture No. A7 & A8: Theater Portion of Building: Crew/Dressing Room (3rd Floor). Concrete slab and main steel beam with signs of extensive corrosion, extensive steel delamination. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. There are signs of previous repairs that have not solved the problems and that the current structure could be seriously damaged and subjected to high stress, so we recommend an immediate shoring of this portion of the structure. 33 Page 62 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 7-Picture No. A9 & Al0: Theater Portion of Building: AHU Room (4th Floor). Cracking in the concrete encasement of the steel beam & cracking in the clay brick encasement of the steel column reveals large vibration in the building due to AHU equipment. 34 Page 63 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 8-Picture No. A 11: Theater Portion of Building: AHU Room (4th Floor). Roof steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. item 9-Picture No. Al2: Theater Portion of Building: Upper Balcony (Both) Concrete Stair (4th Floor). Large concrete crack in the stair concrete slab with signs that it is going down and could collapse. It must be immediately shored up and prevent access by people to it. Structural repair required. Page 64 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 10-Picture No. A13 & A14: Theater Portion of Building: Balcony Bleacher. Minor concrete spalling in bottom of concrete slab. Patching will suffice 36 Page 65 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 1 l-Picture No. A 15 & A 16: Theater Portion of Building: Balcony Bleacher. There is trash and remains of construction materials under the structure. Must be removed 37 Page 66 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 12-Picture No. A17 & A18: Theater Portion of Building: Balcony Bleacher. Main steel beams & steel girder trusses with signs of slight corrosion. Corrosion shall be removed & steel beam shall be coating painted. We recommend hiring a company specialized in steel corrosion protection to receive maintenance recommendations as well as the best materials applicable to our building. 38 Page 67 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 13-Picture No. A19 & A20: Theater Portion of Building: Exterior Fire Stair. Steel framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 39 Page 68 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 14-Picture No. A2I & A22: Theater Portion of Building: Roof precast concrete tile deck with extensive concrete spalling in the precast concrete tile. Structural repair required. Corrosion shall be removed, reinforcing rebars coating painted and apply concrete repair material. 40 Page 69 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 15-Picture No. A23 & A24: Theater Portion of Building: Roof with signs of water penetration thru the exterior walls. Shall be repaired. 41 Page 70 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 16-Picture No. A25: Theater Portion of Building: Exterior Maintenance Stair. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 42 Page 71 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 17-Picture No. A26, A27 & A28: Theater Portion of Building: Chiller and A/C equipment's. Steel Framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 43 Page 72 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 18-Picture No. A29: Theater Portion of Building: Chiller Ducts. Ducts covering framing with signs of corrosion & damage. Damaged members shall be repaired or replaced. Corrosion shall be removed & ducts framing shall be coating painted. Item 19-Picture No. A30: theater Portion of Building: Balcony Railing. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion Shall be removed & steel framing shall be coating painted. 44 Page 73 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Appendix "B" Residential Portion of Building; Deficiencies Found to be Corrected Item 20-Picture No. B1, B2: Residential Portion of Building: There are some fallen wall tiles, some partially broken, And possibly some in danger of falling. All the ornamental elements of the facade must be carefully reviewed by specialized personnel, the damaged ones replaced and their attachment to the building wall verified. Extend the scaffolding shade protection to the south along the SE 2nd Avenue 45 Page 74 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 2I-Picture No. B3 & B4: Residential Portion of Building: Dressing Room 8 (2nd Floor). Extensive concrete spalling in framing system of one-way clay tile & concrete joist slab. It must be immediately shored up and Prevent access by people to this portion of the room. Structural repair required. 46 Page 75 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 22-Picture No. B5 & B6: Theater Portion of Building: Several Floors. Perimeter steel beam with signs of extensive corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel beam shall be coating painted. 47 Page 76 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 23-Picture No. B7 & B8: Residential Portion of Building: Roof of Stars (10`I' Floor). Extensive concrete spalling in bottom of concrete slab. Structural repair required. 48 Page 77 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 24-Picture No. B9 & B I0: Residential Portion of Building: Several cracks in the clay brick masonry wall. Repair required. Patching will be enough to avoid any water penetration. 49 Page 78 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 25-Picture No. B11 & B12: Residential Portion of Building: Two wood windows damaged. Repair required. 50 Page 79 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 26-Picture No. B13 & B14: Residential Portion of Building: Chiller steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 51 Page 80 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Mt i I11111111I11111II111)11 1111111111111111111)1111 1111111111011111101111 111111111111111111111111 111111111Nllllil1111111 1)))111IIUIl1)IIIIIIIII 111))111IIIIIIIIllll1111 111111111111111I11111111 111111111111111111111111 Item 27-Picture No. B15 & A16: Residential Portion of Building: Smalls RTU with straps damaged and/or missing. Shall be provided 52 Page 81 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 28-Picture No. B17 & B18: Residential Portion of Building: Exterior Fire Stair. Steel decking framing with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 53 Page 82 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 29-Picture No. B19: Residential Portion of Building: Exterior Upper Roof Ladder. Steel framing with signs of heavy corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 54 Page 83 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 30-Picture No. B20 & B21: Residential Portion of Building: Storefront security rolling gates steel framing with signs of heavy corrosion in columns bottom connection. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 55 Page 84 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 31-Picture No. 622 & B23: Residential Portion of Building: Canopy steel hanger (Tension Member) with signs of corrosion. Damaged members shall be repaired or replaced. Corrosion shall be removed & steel framing shall be coating painted. 56 Page 85 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Item 32-Picture No. B24: Residential Portion of Building: At roof, there is trash and remains of construction materials. Must be removed ;7 Page 86 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Exhibit "B" SCOPE OF SERVICES Page 87 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX March 28, 2022 Mr. Hector Badia Assistant Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: B-70100 Gusman Hall Improvements / Repairs Revised Fee Proposal 174 Flagler Street, Miami, FL Professional Services Proposal Phases 1 - 5 Facade Assessment Design/Construction Documents, HEPB & COA, Permitting and Bidding Dear Mr. Badia, R.J. Heisenbottle Architects, (RJHA) (Consultant) is proud to provide this proposal for professional architectural/engineering services for assisting with the exterior facade 40 Year Recertification Repairs and Restoration at Gusman Hall, located at 174 Flagler Street in Miami, Florida. RI HEISENB©TTLE The City of Miami has initiated a project to restore Gusman Hall and that R.J. Heisenbottle Architects (RJHA) is working as the Preservation Architect under a consulting agreement with Eastern Engineering Group, Doral, Florida (Eastern). Eastern is the prime engineering consultant assisting the City in making a series of 40 Year Recertification repairs. Please note that our scope of services below assumes that the City of Miami wishes to perform a comprehensive restoration of the exterior building envelope to comply with all requirements for 40 year recertification inspections. Based on our recent discussion, RJHA will engage Wiss, Janney, Elstner, Associates (WJE) to work as a specialty engineering consultant and support the team by providing engineering assessment of the masonry and stucco clad exterior walls, development of facade restoration construction documents, assistance during the bidding phase, and consultation for the facade restoration during the construction phase of the project. WJE has been chosen for this assignment because of their extensive expertise in brick and terra cotta tile restoration and their past experience with the Olympia Building. In addition, WJE will engaged MARK 1, Restoration Company to assist them by providing logistics for the facade assessment services and if necessary provide emergency stabilization. Description of the Project The historic Olympia Apartments and Olympia Theatre (formerly the Gusman Center for Performing Arts) was constructed in 1925 and opened in 1926. The vintage 1920s high-rise building is steel framed and clad in brick masonry and terra cotta. The Olympia Apartment building is ten stories in height, while the Theatre is an equivalent four stories in height attached to the south elevation of the Olympia Apartments. The www.rjha.net A Professional Association AAC001513 Page 88 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ten -story Olympia Apartment building is currently used as a residential apartment building while the theatre remains in operation today. WJE performed a facade survey and assisted with the temporary facade repairs that were performed in 2009 and 2010 and has subsequently performed various surveys and cost estimates between 2012 and 2018. WJE's most recent involvement was performing a building condition assessment in 2018 for RJHA under a contract with Miami -Dade College. That report was issued on October 22, 2018. Based on our understanding of the subject property, our experience with similar projects, and our recent discussion with you, we propose the following scope of Basic Services related to restoration of the brick masonry, terra cotta, and stucco clad facades. RJHA will independently assist with repairs/replacement/restoration of windows and roofs, elements like the railings and emergency fire escape stairs, as well as other building envelope components such that will be included in the project scope. Scope of Basic Services Phase 1 - Facade Assessment and Pre -Design Recommendations - Estimated Duration 3 Months 1. Attend a virtual project kick-off meeting/pre-assessment meeting with the project team to discuss the project scope and sequencing. 2. Review available construction documents (e.g., original drawings and specifications) related to the existing envelope construction as provided to WJE by your office. This also includes review of past WJE temporary stabilization documents and condition assessment reports. 3. Develop elevation drawings of the buildings that include individual terra cotta units and joint layout. These elevations will be used as survey sheets during the assessment. We will use photographs and field notes from past assessments of the building to develop the elevations. 4. Perform a hands-on condition assessment of the exterior facade (brick masonry, terra cotta, and stucco) in order to develop a scope of facade restoration work for the project. WJE has not included assessment of the roof or windows in this survey and assumes that RJHA will be assisting with these items. Based on our recent discussion with Hector Bedia, PE, Director of Capital Improvements for the City of Miami and the City of Miami's need for assessing and temporarily repairing the masonry facade to allow for the streetscape improvements to begin (i.e., removal of sidewalk canopies), we propose the following: a. With the assistance of MARK 1, a facade restoration contractor, WJE's team of architects/engineers will perform a close-up assessment of the 10-story apartment building from six (6) scaffolding drops (swing stage) on both the north and the east sides of the apartment building. The theater facade will be accessed from a personal man -lift. WJE has prepared an RFP for providing this assistance and it is attached herewith and made a part hereof. A copy of their proposal is attached. Findings will be recorded digitally on elevation drawings of the building. The remaining portions of the Olympia will be reviewed from adjacent roof levels, fire escapes, and from the ground where accessible. Based on anticipated duration for moving swing stages to new drops, we assume that multiple trips will be required to complete the close-up assessment. b. WJE will review inspection openings created by the Contractor at 10-15 locations identified by WJE in the field. The purpose of these openings is to Page 89 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 verify the condition of the existing structural supports and backup, as well as finalize the new structural support systems for the brick/terra cotta cladding. Our findings will be documented with photographs and field sketches. c. Review the facade of the Olympia from grade and roof levels with binoculars and review the drone video taken at the beginning of the project. This includes back elevations inaccessible to close-up assessment and the penthouses on the Olympia. d. Remove pertinent samples of historic materials (i.e., terra cotta, mortar, stucco, steel, etc.) and perform material laboratory evaluation for development of appropriate material replacement specifications during Phase 2. Please note that WJE has not included hazardous material testing of sealants, paint coatings, etc. as part of this proposal. 5. Prepare field sketches and drawings as required for the Contractor to perform temporary stabilization repairs to the street facades. It is our understanding that the City of Miami would like to remove the sidewalk canopies during the streetscape restoration and that the facade must be "safe" in the short term to allow for this work. Please note that the previous temporary repairs have been in place for nearly 11 years and that additional repairs will be necessary. The extent can only be determined after our close-up assessment. 6. Temporary stabilization work performed by the Contractor will be provided on a Time and Materials basis, Swing Stage Crew $3,200/Day, Materials and Equipment Cost + 15% OH&P. See MARK 1 proposal dated February 3, 2022 attached. 7. Attend necessary virtual meetings to coordinate our site access and assessment with the project team. This includes coordination with the contractor for close-up access. This proposal includes attendance at bi-weekly virtual meetings over the course of two months for Phase 1. 8. Present a summary of our assessment findings and repair recommendations to the Project Team. We plan to prepare a PowerPoint presentation with photographs to summarize our findings during Phase 1 and present prioritized repair recommendations for the exterior facade. At the conclusion of this meeting, our intention is to finalize a scope of restoration work that is agreeable to the project team prior to development of the Construction Documents. Phase 2 - Design/Construction Documents - 6 Month Duration Following approval and notice to proceed by the City of the Phase 1 Facade Assessment Documents, the Consultant shall prepare Construction Documents and assist the City in preparation of the bidding documents as stated below. An allowance for a 2-week City Review at 50% & 100% submission = 1 Month Total Phase Duration = 6 Months Completion Time Frame. 1. Perform historic mortar analysis in order to determine the composition of the historic mortar in order to appropriately specify a replacement mortar for resetting and repointing the mortar joints. WJE will perform this testing at the WJE Janney Technical Center and provide a summary report. 2. Perform a metallurgy evaluation of existing steel for weldability. This will include development of a weld procedure for attachment to the historic steel structure within the building. 3. Based on the Phase 1 recommendations and scope of work agreed upon by the project team, WJE will prepare construction document drawings (based upon background sheets prepared by RJHA) and material specifications specific to the restoration of the exterior facade (brick masonry, terra cotta, and stucco). RJHA Page 90 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 will prepare the window restoration/repair construction documents and specifications. Both firms will coordinate with each other. 4. The design team will provide submittals for City of Miami review at 50 percent and 100 percent complete Construction Documents Phase. 5. RJHA and WJE assist with development of a bid form that will include itemized restoration scope items, repair allowances, and unit prices to be used during construction. A detailed bid form with quantities, allowances, and unit prices is critical in developing a tight scope of work for the project and limiting costly change orders. 6. During the Construction Documents Phase, RJHA and WJE will attend three meetings (virtually) with the Eastern team and City of Miami staff, which coincide with the design submittals referenced above. 7. RJHA and WJE will respond to all related questions from the City of Miami reviews and incorporate changes into the construction documents as appropriate. 8. RJHA and WJE will also attend bi-weekly virtual progress meetings with the project team during the Design/Construction Documents phase. This is in addition to the design review meetings included above (Task 7). It is anticipated that the Forty -Year recertification work associated with this urgently required facade and window restoration/repairs will be completed in a separate construction phase from the interior restoration, re -roofing and mechanical equipment replacement work as this work will most efficiently be performed by a separate specialty contractor. Phase 3 — HEPB Submittal/Public Hearing & COA Approval — 3 Month Duration RJHA will prepare both the preliminary and final COA Application submittals and incorporate the design drawings, existing conditions drawings and selective demolition drawings and other materials including product samples as necessary to describe all aspects of the proposed facade restoration and repair project. RJHA will meet with the City HEPB officer in advance of the submittal to assure their concurrence with what is being proposed. RJHA will respond to staff comments and prepare a final submission based upon staff comments. RJHA will also prepare as part of the COA submittal process a PowerPoint Presentation for the HEPB Board Hearing. Richard Heisenbottle, FAIA will make the presentation before the Board for Final HEPB Approval. Phase 4 — Permitting Dry Run Phase — Estimated Completion Time Frame 6 Months Following approval and notice to proceed by the City of the Phase 2 Construction Documents and Phase 3 HEPB COA approval, the Consultant shall assist the City with filing construction documents with the authorities having jurisdiction over the project and assist the City's in obtaining the necessary permits. We assume that RJHA will be responsible for all coordination and permitting with the City of Miami during the Permit Phase. Phase 5 — Bidding Phase — Estimated Duration 6 Months to Coincide with the Permit Phase Following approval and notice to proceed by the City and simultaneous with Phase 5 Permitting Dry Run, the Consultant shall assist the City with the competitive bidding process, evaluation of the bids received and the awarding of construction contracts. RJHA and WJE will attend one pre -bid meeting at the site and answer questions from Page 91 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 bidders during the bidding phase and respond with any necessary addenda. RJHA and WJE will assist Eastern in reviewing bids submitted by restoration contractors, developing a bid summary, and providing recommendations of award to the City of Miami. Phase 6 — Construction Phase and Administration of the Construction Contract Duration to Be Determined Following award of the construction contract and notice to proceed from the City, the Consultant shall assist the City with the administration of the construction contract. Work will include the following: 1. Review required technical submittals and shop drawings specific to the window restoration, brick masonry, terra cotta, and stucco repairs. 2. Review, jointly with the entire design team and City of Miami staff, initial mock- ups of the various repairs. Mock-ups would be reviewed for technical conformance and appearance and would serve as the standard of expected quality for the remainder of the project. Based on our experience on other projects, these mock-ups are important for developing the general repair approach that is acceptable. 3. RJHA will provide bi-weekly site visits and WJE will perform site visits at the beginning of construction phase activities to finalize repair locations to quantify the repairs at each facade area when access is made available. We will assist with setting expectations for the contractors' quality control personnel. 4. WJE will perform initial cleaning trials for the terra cotta, brick masonry, and granite cladding. A WJE conservator will perform small scale trials in order to develop the necessary specifications for the project. We anticipate a two-day on - site effort for one WJE conservator. 5. WJE will perform an evaluation during the start-up of each type of work, including a review of the exposed structure, a review of the repair preparation prior to the installation of new material, and an inspection subsequent to the installation. The required on -site observation will be more significant at the beginning of each phase of work and will be reduced as the project progresses. In addition to RJHA's bi weekly site visits, WJE will provide an initial survey, periodic quality control review, and final inspections of the completed work. 6. At this time, it is impossible to determine the construction duration so we recommend that the fee be negotiated during the Bid and Permit Phase when the scope of the work is fully defined. 7. WJE site visits will be performed by a combination of WJE staff from both their South Florida office and Northbrook/Chicago office. Multiple staff may be on -site during each visit. 8. RJHA and WJE will document on -site observations and the status of the work with weekly site visit reports for the weeks WJE is on -site. 9. WJE will attend bi-weekly conference calls (virtual meetings) with the construction quality control team to discuss the progress of the work and any quality issues that need to be addressed and attend monthly progress meetings on -site with the design team, Contractor, and City of Miami. Page 92 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 10. WJE will create updated drawings for modifications in the scope of work as the work progresses. This will include revisions to repair details to address unforeseen conditions, tracking all terra cotta and masonry repair quantities, and coordination/reconciliation of repair quantities with the Contractor. 11. Evaluate quantities submitted with contractor's payment applications and review payment application amounts. We will provide commentary to the design team regarding the facade restoration items for incorporation into overall payment application review. 12. RJHA and WJE will assist the City with information related to change orders, construction change directives, and minor changes in the work. At the completion of each scaffolding section, WJE will perform a final inspection of the completed work. During this inspection, WJE will develop a punch list of outstanding items or items in need of repair. We have assumed this will be a continual process as the contractor moves around the building and these site visits will be included in the total. RJHA and WJE will review Contractor's closeout paperwork including project record documents and warranties It is our experience, based on similar past projects, that additional repairs or modifications to the planned repairs should be anticipated due to unforeseen conditions discovered during construction. It is our understanding that WJE will develop/refine the final repairs during construction as necessary. BASIC SERVICE FEES Our Lump Sum Fees for the performance of the "Scope of Basic Services" outlined above shall be as follows: BASIC SERVICE FEE BREAKDOWN PER PHASE Phase 1 - Facade Assessment $ 252,467.14 Phase 2 - Construction Documents $ 330,911.21 Phase 3 - HPB Submittal & Approval $ 8,355.02 Phase 4 & 5 - Permitting Dry Run and Bid & Award $ 68,462.17 Phase 6 - Construction Phase (To be determined at a later date) $ TBD TOTAL BASIC SERVICE FEE PHASES 1 THRU 5 $ 660,195.54 TOTAL ESTIMATED BASIC SERVICES REIMBURSABLE EXPENSES $ 10,000.00 CITY FEE CONTINGENCY ALLOWANCES: Temporary Stabilization Construction $ 75,000.00 General $ 50,000.00 TOTAL ESTIMATED CITY FEE CONTINGENCY ALLOWANCES $ 125,000.00 OVERALL TOTAL $ 795,195.54 A complete breakdown of this Professional Service Fees is attached for your review. When the construction time frame can be more clearly defined, we will provide you with a professional service fee for Construction Administration Phase services. TERMS & CONDITIONS OF PAYMENT FOR BASIC SERVICES Page 93 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 To start each phase, RJHA will require a Notice to Proceed (NTP) from the Office of Capital Improvements - City of Miami. Payments for Basic Services shall be made monthly in proportion to the services performed during each phase of the work. This will result in equal monthly payments of the total Phase Fee, divided by the duration of the Phase. The City shall be entitled to conduct an on -board review of the architects, engineers and consultants work monthly, however the architects, engineers and consultants shall not be required to submit copies of all work product on a mouthy basis as a condition of payment. A 50% and 100% Construction Document Phase review submittal shall be provided to the City for staff review and comment. The consultant shall incorporate these comments as appropriate and respond to the City's comments in writing. Should the Consultant not deliver the Construction Documents Phase deliverables on time, the City shall be entitled to withhold final monthly payment for that phase of the work until all CD deliverables are submitted. ADDITIONAL SERVICES ADDITIONAL SERVICES & EXPENSES are as defined in the Prime Agreement and by the State of Florida Department of Management Services Fee Guidelines for Basic Architectural and Engineering Services, see Page 2- copy attached hereto and made part hereof. All services not specifically indicated in the Scope of Basic Services outlined above or as Authorized Additional Services outlined above, or any significant additions to the project, or any changes to work already accomplished, will be considered additional services. It is our experience, based on similar past projects, that additional repairs or modifications to the planned repairs should be anticipated due to unforeseen conditions discovered during construction. WJE will develop/refine the final repairs during construction as necessary. The following Additional Services may be required during the Phase 1 Assessment or the Phase 6 Construction Phase: 1. Participate in project meetings in addition to the meetings included above. 2. Additional site visits to confirm installation of temporary repairs are complete. 3. Perform additional site visits to the total listed above to review construction related activities or due to delays or extensions to the estimated construction duration. 4. Temporary stabilization work performed by MARK 1 as outlined in the Phase 1 Assessment Scope of Work above. Reconstruction and/or enhancements of existing structural systems to comply with the Alteration Level 3 requirements of the Florida Building Code will also be considered Additional Services, if these are required by the Building Official. At this time, sustainable design goals, including LEED certification, are not anticipated for this project. If LEED certification is desired by the City of Miami Capital Transportation and Improvements Program, these services will be considered an additional service. Additional Services will only be performed with written authorization of the Owner. Page 94 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Additional Services Professional Fees will include RJHA's 10% Overhead & Profit markup on Consultants. TERMS & CONDITIONS OF PAYMENT FOR ADDITIONAL SERVICES Payments for Additional Services shall be made monthly in proportion to the services performed by each consultant during each phase of their work. The Consultant shall include reasonable backup with each invoice, but shall not be required to submit timecard backup for these lump sum services. Timecards will only be submitted for services provided on an hourly basis. If it becomes necessary for portions of our Basic Services to be performed more than twenty-four (36) months after the date of this proposal, our lump sum fees for those remaining services will be adjusted to reflect increases in our standard billing rates at that time. Hourly Rates Our fee for the performance of "Additional Services" will billed on an Hourly Basis at the following rates: R.I. Heisenbottle Architects Hourly Rates Principal $223.30 per hour Sr. Project Manager $168.20 per hour Director of Architecture $168.20 per hour Staff Architect Level III $135.58 per hour Staff Architect Level II $121.61 per hour Staff Architect Level I $104.83 per hour Intern Architect $ 89.90 per hour Administrative Assistance -Support $ 58.00 per hour Clerical $ 37.70 per hour Wiss Janney Elstner Associates Hourly Rates Sr. Consultant (Principal) $223.30 per hour Sr. Associate $148.60 per hour Associate Level III $135.05 per hour Associate Level II $102.11 per hour Associate Level I $ 87.78 per hour Sr. Specialist $116.64 per hour Specialist $102.37 per hour Senior Technician $ 78.79 per hour Technician II $ 67.60 per hour Technician I $ 50.20 per hour Clerical $ 37.70 per hour In addition to the labor fees outlined above, we will also bill you at our cost for out- of-pocket project expenses. No additional services will be performed without your written authorization. LIMITATIONS It should be understood that the Olympia Building is an old building and that its structural system does not conform to today's standards and practices. Although no significant structural enhancements are anticipated, there is no code requirement and Page 95 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 no intention to bring the structural system and envelope of this building into full compliance with the current building code. It must be understood that our review of the existing construction will be only for the purposes stated in the "Description of Project" and in the "Scope of Basic Services". We will not otherwise be verifying the adequacy of the original design or construction of the existing structural systems and will not assume responsibility for them. HAZARDOUS MATERIALS RJHA shall have no responsibility for the discovery, presence, handling, removal, disposal or exposure of persons to hazardous materials of any form. Hazardous materials testing and abatement will be the responsibility of the owner. CONCLUSION RJHA will utilize its extensive experience in historic preservation projects to make this a truly successful project for the City of Miami. Provided that this proposal meets with your approval, please prepare the necessary Work Authorization and include this fee proposal and fee breakdown as an Exhibit thereto. We will start work on this assignment immediately upon receipt of your written authorization to proceed. Thank you once again for the opportunity to be of service. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J Heisenbottle Digitally signed by Richard J Heisenbottle DN: c=US, o=R. 1. HEISEN BOTTLE ARCHITECTS PA, d o Qu a l i fi er=A 01410 D0000017 E B 5 CA 25 A D00054 B E F, cn=Richard J Heisenbottle Date: 2022.04.13 10:31:50 -04'00' Richard J. Heisenbottle, FAIA President 04 14 22 Acceptance and Authorization to Proceed Date Please Print Authorized Representatives Name and Title Page 96 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Areas of Concern from WJ E Assessment from Ground Level Area of terra cotta ledge that has shifted outward and represents a potential fall hazard. WJE Observations from January 12, 2022 . c ___:-----.= _ r North Elevation above Marquee see next 2 pages Page 97 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Observations from January 12, 2022 Area of terra cotta ledge that has shifted outward and represents a potential fall hazard. North Elevation above Marquee Page 98 of 108 WJE Observation from January 12, 2022 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Oug -�— r.• 4 SO -� ar- '" North Elevation above Marquee Page 99 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Observations from January 12, 2022 Cracked and displaced terra cotta. Concerns about structural attachment to building. • Deteriorated wood shoring from 2010. East Elevation - 10th Floor] Page 100 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Observations from January 12, 2022 Missing or severely displaced window sill units Other locations have missing units and remaining units are missing structural attachment, 0 1 14 not. Window sill units displaced and open joint below. There are several of these located throughout the north and east elevations. North Elevation - 4th Floor Page 101 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Gasman - East Elevation Page 102 of 108 Failed window and fallen railing support. Loose material observed in opening. WJE Observations from January 12, 2022 Displaced and spalled unit appears loose with no structural support. Severely cracked bracket unit with severely corroded temporary support straps. Concerns about structural support of this severely damaged unit. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 [ WJE Observations from January 12, 2022 Cracking and shifting at corner. Requires further review to determine if structurally attached. Currently there is no protection to pedestrians/vehicles below this area. 7� Gusman - East Elevation fig ItP:, Page 103 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 [WJE Observations from January 12, 2022 Condition of 2010 Temporary Stabilization/Repairs Eszpot t-::'aa: There are several locations throughout the building that were temporary repaired in 2010. These repairs included anchors, galv. mesh to prevent falling hazards, and plywood covers over openings. The mesh and associated anchors are severely corroded and disengaged in many locations. The plywood covers are decayed and anchors have failed. Loose fragments of terra cotta/brick were observed behind the mesh. There is concern for these becoming loose and falling. Page 104 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE Observations from January 12, 2022 f Views of previous temporary repairs/stabilization from 2010. Concerns about attachment of these temporary repairs that were to be in place a maximum of 2 years. Page 105 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 EXHIBIT "C" INSURANCE REQUIREMENTS - PROFESSIONAL SERVICES AGREEMENT R.J. HEISENBOTTLE ARCHITECTS, P.A. I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations $1,000,000.00 $2,000,000.00 $1,000,000.00 $1,000,000.00 B. Endorsements Required City of Miami listed as additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000.00 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Page 106 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Employer's Liability A. Limits of Liability $100,000.00 for bodily injury caused by an accident, each accident $100,000.00 for bodily injury caused by disease, each employee $500,000.00 for bodily injury caused by disease, policy limit IV. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim $2,000,000.00 General Aggregate Limit $2,000,000.00 Retro Date Included V. Umbrella Liability Each Occurrence Policy Aggregate $1,000,000.00 $1,000,000.00 City of Miami listed as an additional insured. Coverage is excess over all corresponding liability policies listed herein. Consultant agrees to maintain Professional Liability/Errors & Omissions coverage for a minimum of 1 year after termination of the Agreement period subject to continued availability of commercially reasonable terms and conditions of such coverage. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance with policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 107 of 108 Detail by Fntity Name Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Page 1 of 2 Florida Department of State JfYt ffjll of rg �!�_PJ1'A`r1U! C� tea uJ r iul &we teFloridti w4Lsite Department of State / Division of Corporations / Search Records / Search by Entity Name / DIVISION OF CORPORATIONS Detail by Entity Name Florida Profit Corporation R.J. HEISENBOTTLE ARCHITECTS, P.A. Filing Information Document Number M48770 FEI/EIN Number 59-2783815 Date Filed 03/20/1987 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 01/03/2019 Principal Address 2199 PONCE DE LEON BLVD 400 CORAL GABLES, FL 33134 Changed: 07/11/2008 Mailing Address 2199 PONCE DE LEON BLVD Suite 400 CORAL GABLES, FL 33134 Changed: 01/08/2015 Registered Agent Name & Address HEISENBOTTLE, RICHARD J 620 SAN SERVANDO AVENUE CORAL GABLES, FL 33134 Name Changed: 01/03/2019 Address Changed: 06/29/2000 Officer/Director Detail Name & Address Title PRES HEISENBOTTLE, RICHARD J 2199 PONCE DE LEON BLVD. SUITE400 CORAL GABLES, FL 33134 http s: //search. sunbiz. org/Inquiry/Corporati on S earch/S earchResultDetail?inquirytype=Ent... 12/27/2021 Detail by Fntity Name Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Page 2 of 2 Annual Reports Report Year Filed Date 2019 01/03/2019 2020 01/14/2020 2021 01/19/2021 Document Images 01/19/2021 --ANNUAL REPORT 01 /14/2020 -- ANNUAL REPORT 01/03/2019 -- REINSTATEMENT 03/22/2017 -- ANNUAL REPORT 04/18/2016 -- ANNUAL REPORT 01/08/2015 -- ANNUAL REPORT 02/08/2014 -- ANNUAL REPORT 04/30/2013 -- ANNUAL REPORT 03/20/2012 -- ANNUAL REPORT 02/10/2011 --ANNUAL REPORT 01/05/2010 -- ANNUAL REPORT 03/25/2009 -- ANNUAL REPORT 07/11 /2008 -- ANNUAL REPORT 04/10/2007 -- ANNUAL REPORT 03/23/2006 -- ANNUAL REPORT 03/03/2005 -- ANNUAL REPORT 03/29/2004 -- ANNUAL REPORT 01/21/2003 -- ANNUAL REPORT 02/20/2002 -- ANNUAL REPORT 01/27/2001 --ANNUAL REPORT 06/29/2000 -- ANNUAL REPORT 04/20/1999 -- ANNUAL REPORT 04/28/1998 -- ANNUAL REPORT 02/04/1997 -- ANNUAL REPORT 01 /29/1996 -- ANNUAL REPORT 06/29/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Ent... 12/27/2021 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Luis Caseres Contact Person Contracting Officer Manager. Title Date 04/14/2022 Procurement Requesting Client 305-416-1913 Telephone Legal Service Requested: Expert Consulting Agreement between City of Miami DREAM and Richard J. Heisenbottle Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. ❑ Supplemental page attached. Authorized by: Fernando Ponassi Date response requested by: ASAP BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: - Date: - File No. - Approved by: - Ultimate Client: - Comments: D / R Date: - Type: - Supplemental Page Copy returned to Requesting Client Matrix: - Category: - Copy to Ultimate Client rev. 06/17/2011 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Anthony Hansen/Aimee Gandarilla EXT. 1902 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: R.J. Heisenbottle Architects, P.A. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $2,430,400.12 FUNDING INVOLVED? ❑■ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑■ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ YES ❑■ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY) Amendment No. 2 to the Professional Services Agreement between the City of Miami, Florida and R.J. Heisenbottle Architects, P.A. for the Olympia Theater 40- year Recertification Repairs COMMISSION APPROVAL DATE: N/A FILE ID: N/A ENACTMENT NO.: N/A IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: Procurement through Emergency Declaration on Olympia Theater, dated 7/2/2023, pursuant to Section 18-90 of the Procurement Code, and Sections 255.20 (1)(c)(1)(a) and 287.055 of Florida Statutes. ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP . OK to proceed. August 3, 2023Aln ee 6Vi3 EDT °s (..4 ,; ?_ ��,, SUBMITTED TO RISK MANAGEMENT August 3, 2023_1-12.:10:16 Ann -Marie Sharpe EDT 1-tyy c d.6 SUBMITTED TO CITY ATTORNEY Matter ID No. 23-2033 August 7, 2023 Victoria Mendez 1 1g01:15 EDT C�, APPROVAL BY BUDGET OFFICE August 8, 2023 Marie Gouin J_Q9°128:46 EDT APPROVAL BY ASSISTANT CITY MANAGER August 8, 2023 Lar Spprin ),A;v30:14 EDT Ciffmn APPROVAL BY DEPUTY CITY MANAGER August 8, 2023 Nzeribe Ihekwaba I 09:46:17 EDT °°°aax��7a RECEIVED BY CITY MANAGER August 9, 2023 Arthur 01:0a V '00°:01:03 EDT 3 t°°°vgatr r4v tia SUBMITTED TO AND ATTESTED BY CITY CLERK August 10, 2023 Todd Hannon l 09:39:51 EDT 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 23-2033 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 AMENDMENT OVERVIEW PSA TITLE: Amendment No. 2 to the Professional Services Agreement between the City of Miami, Florida and R.J. Heisenbottle Architects, P.A. for the Olympia Theater 40- year Recertification Repairs. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of City Manager - Authority level per Emergency Declaration 7/2/2023 ❑ City Commission - RESOLUTION No. 2. PROCUREMENT METHOD: ❑ RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ® OTHER (Please explain): Procurement through Emergency Declaration on Olympia Theater, dated 7/2/2023, pursuant to Section 18-90 of the Procurement Code, and Sections 255.20 (1)(c)(1)(a) and 287.055 of Florida Statutes. 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 $45,169.52 for a total not -to -exceed contract value of $2,430,400.12. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑ NO ❑X N/A IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide monthly visual facade inspections to the Olympia Apartments and Theater Building for 12 months. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements and DREAM 7. IS THE AWARDEE THE INCUMBENT? N/A Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? One (1) year from contract execution date of May 31, 2022 with two (2) one (1) year options to renew 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $2,385,230.60 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Emergency Declaration on Olympia Theater, dated 7/2/2023. 12.SUNBIZ: Is the Firm(s) a Florida Registered Corporation or a Foreign Corporation (not from Florida)? R.J. Heisenbottle Architects, P.A. — Florida Profit Corporation Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R.J. HEISENBOTTLE ARCHITECTS, P.A. FOR OLYMPIA THEATER 40-YEAR RECERTIFICATION REPAIRS This Amendment No. 2 to the Professional Services Agreement dated May 31, 2022 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and R.J. Heisenbottle Architects, P.A. ("Consultant"), a Florida Corporation, for the provision of the Olympia Theater 40-Year Recertification Repairs ("Services") for the Department of Real Estate and Asset Management ("DREAM") is entered into this loiday of august , 2023. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-72, 18- 73, and 18-116, the City Manager executed a Professional Services Agreement with Consultant for an amount not -to -exceed $795,195.54; and WHEREAS, pursuant to Amendment No. 1 dated April 19, 2023, the Agreement was increased to an amount not -to -exceed $2,385,230.60; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with required monthly visual facade inspections to the Olympia Apartment and Theater Building for twelve (12) months; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to protect the safety of its citizens and users; and WHEREAS, this Amendment No. 2 to the Agreement increases the existing capacity of the Agreement by $45,169.52, from $2,385,230.60 to an amount not -to -exceed $2,430,400.12. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 3. Remuneration, Audit and Inspection. A. The Consultant shall receive Two Million Four Hundred Thirty Thousand Four Hundred Dollars and Twelve Cents ($2,430,400.12) for the Services specified herein Exhibit "B." The City, as it may deem in its best interest, reserves the right to request additional related services to be provided by the Consultant. Any additional Services in excess, shall be negotiated and pre -approved in writing by the City Manager, or designee, prior to the Services being rendered. The Consultant will invoice the City monthly. The amount of each invoice will be based upon the Consultants estimated percentage of completion for each task, as enumerated in Exhibit "B." 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: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 2 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Ricardo Lopez, Principal Print Name, Title ATTEST: sultant Secre a D. Law (Affirm Consultant Seal, if available) ATTEST: R.J. Heisenbottle Architects, P.A., a Florida Corporation Richard J. HeisenbottIe, FAIA, President Print Name, Title of Authorized Officer or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Moo Non Arthur Noriega V, City Manager Ann Marie -Sharpe, Director Risk Management Department APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney (Matter 23-2033) rDS Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 2 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of R.1. Heisenbottle Architects, p.A. , a corporation organized and existing under the laws of the State of Florida , held on the lath day of March , 19 87 a resolution was duly passed and adopted authorizing (Name)Richard Heisenbottleas (Title) President 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 August 20 2.3 Secrets Print: Eddie D. Law CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) that at a meeting of the Board of Directors of a partnership organized and existing under , held on the day of , 20_, a resolution 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 HEREBY CERTIFY the laws of the State of was duly passed and l further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of oartners: Name Street Address City State Zip Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 2 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs 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) HEREBY CERTIFY that, 1 (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 ) SS: COUNTY OF Miami -Dade ) The foregoing instrument was acknowledged before me this 2nd day of August , 2023, by Eddie D. Law , who is ersarlally known to me or who has produced _ as identification and who did not) take an oath. ATURE OF NC3'UAF?/PUBLIC ST E OF FLORI Ricardo Lopez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC RICARDO LOPEZ Notary Public - State of Florida ` Commission A HH 363641 of My Comm. Expires Feb 16. 2027 3onded through National Notary Assn. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V DATE June 26, 2023 City Manager Andrew Frey AAA w. Fr Director ,-9AB076E0CF7E4°0___ Department of Real Estate and Asset Management ("DREAM") Hector Badia }ti" Interim Director 138ACAB636B542B__. Office of Capital Improvements ("OCI") SUBJECT: Olympia Theater Supplement No. 2 to Emergency Memo ENCLOSURES: Emergency Memo and Supplement No. 1 to Emergency Memo BACKGROUND The Olympia Theater and the Olympia Apartments are co -located in a building at the southwest corner of NE 2nd Avenue and East Flagler Street. It is a building on the National Register of Historic Places and has been owned by the City of Miami since 1975. The vintage 1920s high-rise building is steel framed and clad in brick masonry and terra cotta. The Olympia Apartments building is ten (10) stories in height, while the Theatre is an equivalent four (4) stories in height attached to the north elevation of the Olympia Apartments. The building is recognized for needing major capital needs and urgent structural and electrical repairs identified during its 40/50-year recertification process, including the major issues with the exterior brick facade. These repairs include, but are not limited to: 1. A/E design/solicitation/inspection needed for building recertification and stabilization, to include but not be limited to: • Monthly Facade Inspections by Structural Engineer; and • Monthly shoring inspections by Contractor and Shoring Engineer; and • Quarterly shoring adjustment onsite work; and • Biannual structural and electrical inspections for recertification status by Structural Engineer; and • Structural drawings for impact windows; and • Exploratory work for exterior and interior design. 2. A/E design/solicitation/inspection needed for building health, human safety items, to include but not be limited to: Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 • Perimeter Scaffolding for pedestrian protection (purchase or monthly rental) and maintenance. 3. A/E design/solicitation/inspection needed to maintain the ongoing operations and maintenance of equipment and systems to prevent loss of use, to include but not be limited to: • Required maintenance or rentals to keep the interior environment adequate for a historic structure. 4. Any other procurements needed to obtain building permits, contractors, vendor agreements for construction, repairs, equipment replacement, and upgrades, to include but not be limited to: • Cooling tower tank repairs. Pursuant to the City Manager' s emergency finding, which finds that a valid public emergency to the Olympia Theater and Olympia Apartment building, it is most advantageous for the City to waive the competitive sealed bidding procedures pursuant to F.S. 255.20(1)(c)(I), constitute a danger to the public health or safety. In addition, it is not feasible for the City to proceed with the procurement process outlined in F.S. 287.055. The process will delay the vital repairs to the facility and potential loss of revenue and funding at the Olympia. F.S. 287.055, CCNA, does however permit exemptions to these requirements in emergency situations, as stated in Section 3(a)1 entitled "Public Announcement and Qualifications Procedures". The City Manager as "Agency Head" may declare an emergency. Accordingly, DREAM and OCI respectfully request your approval to waive the competitive sealed bidding process for the provision of design and construction services, and any other purchases needed to repair the facility and get the recertification completed. A bi-monthly report will be submitted to the City Commission describing the projects/inspections/purchases made under this emergency until the 40/50 recertification process has been completed. CITY MANAGER: ® APPROVED ❑ DISAPPROVED avflwr hbviula Arthur Noriega V DATE: July 2, 2023 1 19:01:46 EDT DIRECTOR/CHIEF PROCUEMENT OFFICER ® APPROVED ❑ DISAPPROVED DEPARTMENT OF PROCUREMENT: DATE: Annie Perez, CPPO June 27, 2023 1 12:41:50 EDT Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Additional certification required for emergency purchases greater than $25,000 DIRECTOR, OFFICE OF BUDGET AND In I certify that the funds to cover this MANAGEMENT: emergency purchase are available. o . 9 .d e,. Marie ("Maggie") Gouin DATE: June 30, 2023 I 09:41:57 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, Office of the City Attorney Fernando V. Ponassi, MA Arch., MA PPA, LEED AP, Assistant Director, Procurement Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2199 PONCE DE LEON BOULEVARD SUITE 400 CORAL GABLES FLORIDA 33134 305-446-7799 305-446-9275 FAX RjHEISENBOTTLE A R C H 1 T E C T S www.rjha.net A Professional Association AAC001513 June 2, 2023 Mr. Hector Badia, Assistant Director City of Miami Capital Improvements & Transportation Program 444. S.W. 2nd Avenue, 8th Floor Miami, FL 33130 Re: Revised Additional Services Fee Proposal for Visual Facade Inspections to the Olympia Apartments and Theater Building 174 Flagler Street, Miami, FL Dear Mr. Badia, R.J. Heisenbottle Architects, P.A. (RJHA) (Consultant) is pleased to submit this revised additional service fee proposal to provide Monthly Visual Facade Inspections to the Olympia Apartments and Theater Building. The City of Miami has previously engaged RJHA through its Professional Services Agreement Project B-70100 Olympia Theater Restoration and the terms and conditions of this additional service shall be those as set forth therein. It is our understanding that per City of Miami Building Department requirements the City of Miami now wishes our structural engineering consultant, Wiss, Janney, Elstner, Associates (WJE) to conduct monthly visual inspections of the condition of the facade and temporary stabilization measures recently completed by MARK1 per WJE instruction. RJHA will again engage WJE as specialty structural engineering consultant to provide these monthly visual inspections of the masonry fagade. Description of the Project The historic Olympia Apartments and Olympia Theatre (formerly the Gusman Center for Performing Arts) was constructed in 1925 and opened in 1926. The vintage 1920s high- rise building is steel framed and clad in brick masonry and terra cotta. The Olympia Apartment building is ten stories in height, while the Theatre is an equivalent four stories in height attached to the south elevation of the Olympia Apartments. The ten -story Olympia Apartment building is currently used as a residential apartment building while the theatre remains in operation today. The aforementioned temporary stabilization measures by MARK1 and WJE were implemented to allow short term removal of the existing protective sidewalk canopy along Flagler Street during the ongoing streetscape renovation project only. WJE issued a report dated July 19, 2022 which summarized their assessment findings, it included recommendations to reinstall the sidewalk canopy along Flagler Street as soon as possible, maintaining the sidewalk canopy along SE 2nd Avenue, and replacing the Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 sidewalk canopy in front of the Theater facade with a heavy-duty protective canopy with side walls (similar to the canopies along the Apartments facade. The recommendations to reinstall, as soon as possible, the sidewalk canopies for reasons of public safety remain. It should also be noted that RJHA and WJE are currently developing long-term restoration drawings and specifications for the Olympia anticipated to begin construction in 2023/2024. Scope of Additional Services Monthly Visual Facade Inspections — Estimated Duration 12 Months 1. Attend a virtual project kick-off meeting/pre-assessment meeting. 2. Review available construction documents (e.g., original drawings and specifications) related to the existing enclosure construction. This includes review of past WJE temporary stabilization documents and condition assessment reports. 3. Update elevation drawings of the building which will be used in locating previously identified facade distress conditions during inspections. 4. WJE will perform an initial visual inspection to review the condition of the masonry facade and previously implemented temporary stabilization measures. The intent of this inspection is to determine if conditions have worsened to the level where temporary stabilization measures are no longer intact and identifying distress conditions that have worsened or developed outside of the wall areas that are currently temporarily stabilized. A two-day effort is anticipated for this task, including travel time. The initial site visit will include staff from RJHA and Northbrook office WJE individuals that were involved with the 2022 assessment as well as WJE local office staff in South Florida so that future inspections can be performed locally. 5. WJE will perform visual facade inspections each month for the next year (eleven inspections total). These inspections will be performed by local RJHA and WJE staff. This task includes time for internal coordination during and after the inspections. 6. WJE will prepare letters following each visual inspection to include a summary of general findings during the inspections. 7. RJHA and WJE will attend necessary virtual meetings to coordinate project team site access and assessment. LIMITATIONS OF THE VISUAL FACADE INSPECTION Because of the variability in physical properties of materials used for exterior walls and the limitations on detecting concealed internal distress, a visual facade inspection may not identify all deteriorated or distressed conditions or unsafe and imminently hazardous conditions in the walls that are not visible from the exterior. Furthermore, a limited portion of the exterior facade can be observed via visual and binocular inspection from grade level. Therefore, the visual facade inspection and the submittal of a report are not a representation that all deteriorated and distress conditions have been identified. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ADDITIONAL SERVICE FEE BREAKDOWN Our Lump Sum Fees for the performance of the "Scope of Additional Services" outlined above shall be as follows: R.J. Heisenbottle Architects, P.A. Fee Our fee for the above referenced "Scope of Additional Services" outlined above will be a Lump Sum Fixed Fee for administration and coordination of the work will be a fixed fee in the amount of $ 6,328.93 See City of Miami Work Order Fee Calculation Forms Attached. Wiss, Janney, Elstner Associates, Inc. Fee The Lump Sum Fixed Fee for the performance of the "Scope of Additional Services" outlined above shall be in the amount of $ 38,840.59 See City of Miami Work Order Fee Calculation Forms Attached. Note: Fees include 10% RJHA Overhead & Profit Factor TOTAL ADDITIONAL SERVICE FEE $ 45,169.52 CONCLUSION RJHA will work closely with City staff and WJE and utilize our best efforts to complete the Monthly Visual Fagade Inspections Additional Services in the most effective and productive way to comply with the Building Department request. We will start work on this assignment immediately upon receipt of your written authorization to proceed and issuance of a Purchase Order. Thank you once again for the opportunity to be of service. Sincerely yours, R.J. HEISENBOTTLE ARCHITECTS, P.A. Richard J Heisenbottle Digitally signed by Richard J Heisenbottle Date: 2023.06.02 18:49:50 -04'00' Richard J. Heisenbottle, FAIA President Digitally signed by Badia, Hector Date: 2023.06.26 16:06:55-04'00' Acceptance and Authorization to Proceed Hector Badia, Interim Director OCI Please Print Authorized Representatives Name and Title Date Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Olympia Theater Restoration Project No.: B- 70100 Description: Additional Services - Monthly Visual Facade Inspections Consultant Name: Richard J Heisenbottle Architects, P.A. Contract No.: Date: 6/2/2023 Estimator Richard J Heisenbottle , Principal STAFF CLASSIFICATION Job Classificabon Staff Applicable Rate Position 1 R Heisenbottle Rate: $77.00 Position 2 Juan Alcala Rate: $77.00 Position 3 Benjamin Cross Rate: $58.00 Position 4 Ansel Blanco Rate: $58.00 Position 5 Maria Carvajal Rate: $46.75 Position 6 Stephanie Michell Rate: $41.59 Position 7 Rosa Luzardo Rate: $20.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hours Cost/Activity Man hourshours Cost/Activity Man Cost/Activity 1 Architecture 2 Project Administration 4 $308 6 $250 10 $558 $55.75 3 Meeting w City Staff & WJE (3 Anticipated) 9 $693 9 $374 18 $1,067 $59.30 4 Consultant Coordination w/ WJE (12 Months) 4 $308 6 $250 10 $558 $55.75 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 17 21 38 Total Staff Cost $1,309.00 $873.39 $2,182.39 $57A3 Total % of Work by Position 44.7% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = $ /day = $ Notes: 1. This sheet is to be used by Piime Consultant to calculate The Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Crty of Miami, C i R Form 117: Rcvisad 9/15/08 55.3% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Rounding 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $6,328.93 $6,328.93 $6,328.93 $6,328.93 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE June 2, 2023 R.J. Heisenbottle Architects, PA 2199 Ponce de Leon Boulevard, Suite 400 Coral Gables, Florida 33134 Wiss, Janney, Elstner Associates, Inc. 330 Pfingsten Road Northbrook, Illinois 60062 847.272.7400 tel www.wje.com Revised Proposal for Monthly Visual Facade Inspections (R1) Olympia Apartments and Olympia Theater 174 East Flagler Street Miami, Florida WJE No. 2021.8749.1 Dear Mr. Heisenbottle: Per your request, Wiss, Janney, Elstner, Associates, Inc. (WJE) has prepared this revised proposal for professional architectural/engineering services related to performing a series of visual inspections of the masonry facade at the Olympia Apartments and Olympia Theater (Olympia), located at 174 Flagler Street in Miami, Florida. Note that this revised proposal (R1) supersedes our proposal dated May 23, 2023. As you are aware, WJE performed a close-up assessment of the Olympia facade in 2022 with the purpose of identifying unstable conditions that required temporary stabilization measures. Mark 1 Restoration (Mark 1) provided access for this assessment and installed temporary stabilization at unsafe facade areas identified by WJE. Note that the temporary stabilization measures were implemented to allow short term removal of the existing protective sidewalk canopy along Flagler Street during the ongoing streetscape renovation project only. WJE issued a report dated July 19, 2022 that summarized our findings from the assessment, which included recommendations for reinstalling the canopy along Flagler Street as soon as possible, maintaining the canopy along SE 2nd Avenue, and replacing the canopy in front of the Theater facade with a heavy-duty protective canopy with side walls (similar to the canopies along the Apartments facade. WJE also recommended engaging a qualified architect/engineer to perform visual inspections of facade and installed temporary stabilization measures when canopies were not in place. To our knowledge, none of these items have been addressed. WJE is currently developing long-term restoration drawings and specifications for the Olympia for a project that is anticipated to begin construction in 2023/2024. Based on recent discussions with RJHA and the City of Miami Office of Capital Improvements (Miami OCI), we understand that OCl/RJHA requested that WJE perform monthly visual inspections of the facade and temporary stabilization measures. Below is a summary of our proposed scope of services for this task. PROPOSED SCOPE OF SERVICES 1. Document Review. Review available construction documents (e.g., original drawings and specifications, reports, survey sheets, stabilization plans) related to the existing enclosure construction Atlanta I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit I Doylestown I Honolulu I Houston I Indianapolis London I Los Angeles I Milwaukee I Minneapolis I New Haven I Northbrook (HQ) I New York I Philadelphia I Pittsburgh Portland I Princeton I Raleigh I San Antonio I San Diego I San Francisco I Seattle I South Florida I Washington, DC Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE R.J. Heisenbottle Architects, PA June 2, 2023 Page 2 and past WJE temporary stabilization documents and condition assessment reports. Update survey sheets (building elevations) for locating previously identified distress conditions during inspections. 2. Internal Coordination and Preparation. Meet internally with South Florida staff to discuss project background, confirm understanding of past investigations and stabilization of the building facades, and prepare for initial and monthly inspections. Note that our intent is to have our South Florida staff perform the monthly inspections locally (after initial inspections) to reduce overall cost; however, this will require more internal coordination prior to and during the inspection process. 3. Initial Visual Inspection. Perform an initial visual inspection to review the condition of the masonry facade and previously implemented temporary stabilization measures. The intent of this inspection is to determine if conditions have worsened to the level where temporary stabilization measures are no longer intact and identifying distress conditions that have worsened or developed outside of the wall areas that are currently temporarily stabilized. The initial site visit will include staff from our Northbrook office that was involved with the 2022 assessment and staff from our local office in South Florida so that future inspections can be performed locally. We anticipate a two-day effort for this task (two -days for Northbrook staff and one day for local staff), including travel time. 4. Monthly Visual Inspections. Perform visual facade inspections each month for the next year (eleven inspections total). These inspections will be performed locally by staff from our South Florida office. We anticipate a one -day effort for each monthly visual inspection. 5. Reports. Prepare letter reports following each of the visual inspections listed above, which will include a summary of general findings during the inspections. Based on our knowledge of the severely distressed condition of the Olympia facade, our letters will include recommendations for maintaining protective canopies along the sidewalk until long-term repairs to the facade are completed, as well as any recommendations for close-up evaluation of any conditions noted as concerning during the initial or monthly visual inspections. 6. Administration/Correspondence. Perform project administrative tasks required to complete the above referenced scope of work. This includes internal coordination and correspondence, internal meetings, and external correspondence and meetings, as required. Note that the above scope of services does not include close-up evaluation of the facade or specification of additional temporary stabilization repairs. If we observe any unsafe conditions that require close-up review and/or stabilization during our visual inspections, we will contact you immediately. LIMITATIONS OF THE VISUAL FACADE INSPECTION Because of the variability in physical properties of materials used for exterior walls and the limitations on detecting concealed internal distress, a visual facade inspection may not identify all deteriorated or distressed conditions or unsafe and imminently hazardous conditions in the walls that are not visible from the exterior. Furthermore, a limited portion of the exterior facade can be observed via visual and binocular inspection from grade level. Therefore, the visual facade inspection and the submittal of a report are not a representation that all deteriorated and distress conditions have been identified. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 WJE BUDGET R.J. Heisenbottle Architects, PA June 2, 2023 Page 3 We propose to perform the above listed scope of services for a lump sum of $35,309.63, inclusive of reimbursable expenses. We anticipate that all of our work will be performed in accordance with our current Architect/Consultant Agreement (AIA C401) with RJHA dated April 18, 2022. If additional services are required, we will notify you and provide an updated proposal for our services. CLOSING We appreciate the opportunity to provide this proposal for our services and we hope that it meets your satisfaction. We look forward to continuing our work on this project. If you have any questions or require any further information, please call. Sincerely, WISS, JANNEY, ELSTNER ASSOCIATES, INC. Na an J. Harres, RA'QL) Senio ssociate/Project Manager Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ESTIMATE OF WORK EFFORT AND COST- PRIME CONSULTANT Project: Olympia Theater and Apartment Building Developer RFP Project No.: B- Description: Services under Expert Consultant Agreement Consultant Name: WJE Contract No.: Date: 6/2/2023 Estimator: STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position 1 Bret Laureys Rate: $77.00 Position 2 Nathan Harms Rate: $51.24 Position 3 South Florida Staff Rate: $46.57 Position 4 Associate II Rate: $35.21 Position 5 Senior Specialist Rate: $40.22 Position 6 Senior Technician Rate: $27.17 Position 7 Clerical Rate: $13.00 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Document Review 4 $308 4 $205 4 $186 12 $699 $58.27 2 Internal Coordination and Preparation 4 $308 8 $410 8 $373 20 $1,090 $54.52 3 Initial Usual Inspection 16 $820 8 $373 24 $1,192 $49.68 4 Monthly Visual Inspections 88 $4,098 88 $4,098 $46.57 5 Reports 12 $924 16 $820 30 $1,397 58 $3,141 $54.15 6 Administration/Correspondence 8 $616 8 $410 8 $373 24 $1,398 $58.27 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 28 52 146 226 Total Staff Cost $2,156.00 $2,664.48 $6,799.22 $11,619.70 $51.41 Total % of Work by Position 12.4% 23.0% 64.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C 1. P Form 117: Revi N9I15Io8 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2- SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3- SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $33,697.13 $33,697.13 $33,697.13 $1,61250 $35,309.63 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Olympia Theater -Expenses Visual Facade Inspections Per Diem Hotel Nights GSA Hotel Rate' Days GSA M&IE Flights Airfare Trips Ground Transport Mileage $/mile Equipment Days Cost per Day Total Hotel Nights 1 $169. 00 Meals and Incidentals 0 $69.00 1st and Last Days - M&IE 2 $51 75 Flights 1 $500 Groud Transportation (Rental Car, Gas, etc.) 1 $15000 Parking 12 $2000 Roundlnp Dnving Mileage from WJE South Flonda 12 60 $0025 16900 'Rate is based on GSA 2023 per them average per month 103 50 50000 15000 24000 45000 Rate is based on kdeml mileage reinburserrentof$0625/mile $ 1,612.50 Grand Total Expenses Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 CITY OF MIAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R.J. HEISENBOTTLE ARCHITECTS, P.A. FOR OLYMPIA THEATER 40-YEAR RECERTIFICATION REPAIRS This Amendment No. 1 to the Professional Services Agreement dated May 31, 2022 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and R.J. Heisenbottle Architects, P.A. ("Consultant"), a Florida Corporation, for the provision of the Olympia Theater 40-Year Recertification Repairs ("Services") for the Department of Real Estate and Asset Management ("DREAM") is entered into this 19day of April , 2023. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-72, 18- 73, and 18-116, the City Manager executed a Professional Services Agreement with Consultant for an amount not -to -exceed $795,195.54; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the urgent structural repairs, electrical repairs, and other capital improvements such as repair and renovation of the exterior brick facade, windows, and marquee at the Olympia Theater; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to protect the safety of its citizens and users; and WHEREAS, this Amendment No. 1 to the Agreement increases the existing capacity of the Agreement by $1,590,035.06, from $795,195.54 to an amount not -to -exceed $2,385,230.60; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 3. Remuneration, Audit and Inspection. A. The Consultant shall receive Two Million Three Hundred Eighty -Five Thousand Two Hundred Thirty Dollars and Sixty Cents ($2,385,230.60) for the Services specified herein Exhibit "B." The City, as it may deem in its best interest, reserves the right to request additional related services to be provided by the Consultant. Any additional Services in excess, shall be negotiated and pre -approved in writing by the City Manager, or designee, prior to the Services being rendered. The Consultant will invoice the City monthly. The amount of each invoice will be based upon the Consultants estimated percentage of completion for each task, as enumerated in Exhibit "B." 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: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 1 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Signature Ricardo Lopez, Principal Print Name, Title ATTEST: ecretary, Eddie D. Law (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: T arriZnon, City Clerk DocuSigned APPROVED AS TO INSURA REQUIREMENTS: DocuSigned by: Fro& l 'b►viv) 14E7... Ann Marie -Sharpe, Director Risk Management Department R.J. Heisenbottle Architects, P.A., a Florida Corporation Richard J. Heisenbottle, FAIA, President Print Name, Title of Authorized Officer or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: ^j�/y�_/'(Q F4-€F90AW.gEDAA7... Victoria Mendez, City Attorney DS FPI/ (Matter 23-491) Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 1 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) 1 HEREBY CERTIFY that at a meeting of the Board of Directors of �.J. Heisenbottle Architects, P.A. , a corporation organized and existing under the laws of the State of Florida , held on the2oth day of March , 1987 a resolution was duly passed and adopted authorizing (Name) Richard Heisenbottle as (Title) President 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 WHERE hereunto set my hand this 3 5th day of February 2023 . Secret Print: E•die D. Law 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. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Amendment No. 1 to the Professional Services Agreement with R.J. Heisenbottle Architects, P.A. for Olympia Theater 40-Year Recertification Repairs 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 (dfb/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 f tc ,f\ c ) ) SS: COUNTY OF M,ckt`O - ) The foregoing instrument was acknowledged before me this V S day of tfe, 20� , by , who is personally known to me or who has produced as identification and who (did / did not) ake an oath. SI NATURE OF NOTA Y PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 May CITY OF MIAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI, FLORIDA AND R.J. HEISENBOTTLE ARCHITECTS, P.A. THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this 3lstday of in the year 2022 by and between THE CITY OF MIAMI, FLORIDA, a Florida municipal corporation (hereinafter called the "City"), and R.J. HEISENBOTTLE ARCHITECTS, P.A., a Florida profit corporation (hereinafter called the "Consultant"), with offices at 2199 Ponce de Leon Blvd., Suite 400, Coral Gables, FL 33134. RECITAL WHEREAS, the Olympia Theater (the "Theater") and the Olympia Apartments (the "Apartments") are co -located in a building (the "Building") at the southwest corner of NE 2nd Avenue and E Flagler Street. The Building is listed on the National Register of Historic Places, and has been owned by the City since 1975; and WHEREAS, the Apartments portion is ten (10) stories in height, while the Theater portion is four (4) stories high, and attach at the north elevation of the Apartments. Currently the Apartments portion is used for residential purposes, while the Theater portion remains in operation today; and WHEREAS, this vintage 1920s high-rise Building is steel framed and clad in brick masonry and terra cotta, and is currently in need of urgent structural and electrical repairs identified during its 40/50- Year Recertification Report, as provided herein Exhibit "A", as well as other major capital improvements such as the repair and renovation of the exterior brick facade; and WHEREAS, the current Twenty -Seven Million Dollar ($27,000,000.00) Flagler Street Renovation Project, which includes complete roadway reconstruction between Biscayne Blvd. and West 1st Avenue, will have heavy construction activities in front of the Building beginning shortly. These construction activities will produce vibrations that may further destabilize and exacerbate the existing conditions of the Building, with potential critical impact on the exterior facade; and WHEREAS, the City has conducted temporary emergency repairs to protect the safety of its citizens and users, such as internal structural shoring, including the installation of a sidewalk shed to protect pedestrians on East Flagler Street and SW 2nd Avenue; and WHEREAS, the Consultant is specialized in terra cotta restoration, with the experience and expertise needed to perform an assessment/inspection of the facade, and provide a written report on the methodology that will be used to properly secure and stabilize the same until repairs are possible. In addition, any pinning or removal of any terra cotta or brick pieces to prevent them from falling Page 1 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 ("Services") must also be undertaken forthwith by the Consultant until the long-term restoration can be performed; and WHEREAS, pursuant to the City Manager's emergency finding, which determined that the circumstances surrounding the Building constitute a valid public emergency, it is most advantageous for the City to waive requirements established in Section 287.055, Florida Statutes, otherwise known as the "Consultants' Competitive Negotiation Act," to select the Consultant. Said Section of the Statutes allows for exemptions to these requirements in emergency situations, as stated in Subsection (3)(a)(1), entitled "Public Announcement and Qualifications Procedures," whereby the City Manager as "Agency Head" may declare an emergency. Otherwise, the lengthy process involved would have delayed the vital stabilization of the Building, with the inherent loss of operational revenue, and would have caused increased delays and costs for the Flagler Street Renovation Project as well. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Section 1. Recitals and Incorporations. The foregoing recitals are true and correct and hereby incorporated into and made a part of this Agreement. Section 2. Scope of Services. The Consultant will be assigned to assist the City's Department of Real Estate and Asset Management ("DREAM"), in collaboration with the City's Office of Capital Improvements ("OCI"), or its designee, and shall perform the Services, as outlined herein Exhibit "B" (the "Project"), which is incorporated by reference and made a part of this Agreement. The Consultant represents to the City, that Consultant is now, upon execution of this Agreement, and shall at all times during the term of this Agreement remain fully qualified, competent, and capable to perform the Services under this Agreement. Section 3. Remuneration, Audit and Inspection. A. The Consultant shall receive Seven Hundred Ninety -Five Thousand One Hundred Ninety -Five Dollars and Fifty -Four Cents ($795,195.54) for the Services specified herein Exhibit "B." The City, as it may deem in its best interest, reserves the right to request additional related services to be provided by the Consultant. Any additional Services in excess, shall be negotiated and pre -approved in writing by the City Manager, or designee, prior to the Services being rendered. The Consultant will invoice the City monthly. The amount of each invoice will be based upon the Consultants estimated percentage of completion for each task, as enumerated in Exhibit "B." B. The Consultant shall not be entitled to any employment emoluments and, as such, the Consultant shall be required to complete Internal Revenue Services ("IRS") Form W-9, prior to execution of this Agreement. Further, the Consultant expressly acknowledges that Consultant, or any of its subconsultants/subcontractors, shall not acquire status, benefits, or rights as a City employee, temporary or permanent, classified or unclassified, by virtue of this Agreement. C. Unless otherwise specifically provided herein Exhibit "B", pursuant to the Florida Prompt Payment Act, payment will be made within forty-five (45) days after receipt of Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow proper audit of expenditures, should the City require one to be performed. D. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to the Consultant under the Agreement, audit, cause to be audited, inspect, or cause Page 2 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 to be inspected, those books and records of the Consultant which are related to Consultant's performance under the Agreement. The Consultant agrees to maintain such books and records at a location within the City for a period of three (3) years after final payment is made under the Agreement. Section 4. Term. The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall be effective until final completion of the Project and final payment is made to the Consultant. The City, acting by and through its City Manager, shall have the option to extend or terminate the Agreement for convenience, that is, for any or no cause. Section 5. Termination. This Agreement may be terminated at any time at the sole discretion of the City Manager, with or without cause. In the event of termination of this Agreement for any reason with or without cause, Consultant shall not have recourse to any City Grievance or Disciplinary Procedure. In the event of termination, Consultant will be compensated for actual services rendered up to and including, date of termination. Section 6. Relationship Between Parties. A. Consultant, under the terms and conditions of this Agreement, is an independent contractor and not a City employee. As Consultant is an independent contractor, Consultant shall not be entitled to any employment emoluments. Access and use of City property shall be at the sole discretion of the City Manager. Consultant acknowledges that such access to and use of City property does not alter Consultant's status as an independent contractor. B. Other than as legally required by Consultant in rendering their professional opinion(s), all other documents, information, materials, reports, and work products developed by the Consultant in performing the Services pursuant to this Agreement are, and shall remain, the property of the City. Consultant understands and agrees that any information, document, report, materials, work products, or any other material whatsoever which is given by the City to Consultant, or which is otherwise obtained or prepared by Consultant pursuant to, or under the terms of this Agreement, is and shall at all times remain the property of the City. Consultant agrees not to use any such information, document, report, work product, or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City, in its sole discretion. C. Consultant shall work with the City to develop and undertake the schedule necessary to provide the Services as needed by the City. Consultant acknowledges that working with the City to provide necessary scheduling for the Services does not alter their status as an independent contractor and Consultant acknowledges and understands that compensation payment for their time is based upon the standards required by the IRS for payments to an independent contractor. Section 7. Indemnification. The Consultant shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Agreement. These duties will survive the cancellation or expiration of the Agreement. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Page 3 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Consultant shall require all sub -consultant agreements to include a provision that each sub -consultant will indemnify the City in substantially the same language as this Section. 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 ($10.00) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. Section 8. Insurance. The Consultant fully understands and hereby agrees that it shall be the responsibility of the Consultant to secure their own insurance coverage(s), as applicable insurance(s) will not be paid by the City on behalf of the Consultant while performing the Services. Consultant shall maintain insurance coverage(s) and provide evidence of such insurance coverage(s), and in such amounts, as applicable, as may be required by the City's Risk Management Department in Exhibit "C" "Insurance Requirements," hereto and incorporated by this reference. Section 9. Nondiscrimination. The Consultant represents and warrants to the City that Consultant does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Consultant's performance under this Agreement on account of race, color, gender, religion, age, disability, sexual orientation, marital status, or national origin. Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, disability, sexual orientation, marital status, or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. Section 10. Non -Assignment, Successors, and Assigns. The Consultant's professional services are unique in nature and are not assignable. Section 11. Ownership of Documents. The Consultant understands and agrees that any information, document, report, plans, budget, or any other material whatsoever which is given by the City or on behalf of the City to Consultant pursuant to or under the terms of this Agreement is, and shall at all times remain, the property of the City. Consultant agrees not to use any such information, document, report, plans, budget, or other materials without the written consent of the City, which consent may be withheld or conditioned by the City as the owner thereof. Section 12. Public Records. A. Consultant understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Consultant's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keeping and maintaining public records that ordinarily and necessarily would be required of the City to perform this Service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as Page 4 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if Consultant does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of the Consultant or keep and maintain public records required by the City to perform the Service, if the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if the Consultant keeps and maintains the public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Consultant shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Consultant determine to dispute any public access provision required by Florida Statutes, then Consultant shall do so in accordance with the provisions of Chapter 119, Florida Statutes, at its own expense and at no cost to the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDSAMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS AGREEMENT. Section 13. Award of Agreement. The Consultant represents and warrants to the City that Consultant has not employed or retained any person or company employed by the City to solicit or secure this Agreement, and that they have not offered to pay, paid or agreed to pay any person any fee, commission, percentage, brokerage fee, finder's fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. Section 14. Compliance with Federal, State, and Local Laws. The Consultant understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to open public meetings, public records, conflicts of interest, procurement procedures, record keeping, etc. Consultant agrees to comply with, and to observe all applicable laws, codes, and ordinances, as they may be amended from time to time. Section 15. Notices. All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered, or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given, as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by U.S. Mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. Page 5 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 To Consultant: R.J. Heisenbottle Architects, P.A. 2199 Ponce de Leon Blvd, Suite 400 Coral Gables, FL 33134 Richard@riha.net To the Cit City Manager's Office ATTN: Arthur Noriega V, City Manager City of Miami 444 SW 2nd Avenue, 10t" Floor Miami, FL 33130 Department of Real Estate and Asset Management ATTN: Jacqueline Lorenzo, Assistant Director City of Miami 444 SW 2nd Avenue, 3rd Floor Miami, FL 33130 Department of Procurement ATTN: Annie Perez, CPPO Director/Chief Procurement Officer City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Office of the City Attorney ATTN: Victoria Mendez, City Attorney City of Miami 444 SW 2nd Avenue, Suite 945 Miami, FL 33130 Section 16. Contingency Clause. Funding for this Agreement is contingent upon the availability of funds and continued authorization of City activities, and the Agreement is subject to (a) amendment due to lack of funds, reduction of funds, and/or change in regulations or the Code, upon written notice, or (b) termination pursuant to Section 5 hereof. Section 17. Severability. If this Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this Agreement without affecting the binding force of this Agreement as it shall remain after omitting such provision. Section 18. Miscellaneous. A. The Agreement shall be construed and enforced according to the laws of the State of Florida. The parties hereto agree that venue for all federal, state, and local matters, if any, arising under the Agreement shall be in the applicable respective federal, state, and/or local courts located in Miami -Dade County, Florida. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties' consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. Each party shall pay its own costs and attorney's fees. Page 6 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 B. Should any provision, paragraph, sentence, word, or phrase contained in the Agreement be determined by a court of competent jurisdiction to be invalid, illegal, or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word, or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of the Agreement shall remain unmodified and in full force and effect or limitation of its use. C. No waiver or breach of any provision of the Agreement shall constitute a waiver of any other breach or of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. The Agreement constitutes the sole and entire agreement between the parties hereto relating to the subject matter hereof and correctly sets forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in the Agreement, including the Exhibits hereto, are of no force and effect. No modification to, supplement of, deletion from, amendment or addition to the Agreement shall be valid unless in writing and executed by the properly authorized representatives of the parties hereto. Section 19. Survival. The parties acknowledge that the obligations in this Agreement will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Consultant and the City under this Agreement shall survive termination, cancellation, or expiration hereof. Section 20. 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. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 7 of 108 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. WITNESS/ATTEST: R.J. HEISENBOTTLE ARCHITECTS, P.A., a Florida Profit Corporation 72fAaA.,41.4,17rt Signature S1 iku.it& GU f1. c—rnilA L ie/e-HA,eo iSc�u 17c 1 �N' Print Name, Title Print Name, Tit e ATTEST: eary r..E, -ro irm Consultant Seal, if available) ATTEST: DocuSigned by: EitiERIQDC.F1450.. Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: DocuSigned by: r 27305C6318211E7. Ann Marie Sharpe, Director Risk Management Department (Corporate Sear) CITY OF MIAMI, a municipal corporation of the State of Florida -DocuSigned by: grGr DocuSign cLI j_p5C372OD42A Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: J�7/4ictoria en ez, City Attorney Page 8 of 108 (Matter 22-727) Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 A`oRE) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/2M/DD/ /2023 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 Butler, Buckley, Deets, Inc. 6505 Blue Lagoon Dr Suite 250 Miami FL 33126 CONTACT NAME: Ilene Ruse PHONE FAX (A/C No Ext): 305-262-0086 (A/C, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Phoenix Insurance Co 25623 INSURED RJHEISE-02 R.J HEISENBOTTLE ARCHITECTS PA 2199 Ponce De Leon Blvd. #400 Coral Gables FL 33134 INSURERB: TRAVELERS CASUALTY INS CO 19046 INSURER C: UNDERWRITERS AT LLOYDS 32727 INSURERD: OHIO CASUALTY INSURANCE CO 24074 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1241973225 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y BZS64101152 Approved by Frank Gomez 12/11/2022 02/09/2023 12/11/2023 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 X CONTRACTUAL PER MED EXP (Any one person) $ 5,000 GL FORM BROAD PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES jE PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ D AUTOMOBILE X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BZS64101152 12/11/2022 12/11/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE BZS64101152 12/11/2022 12/11/2023 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED X RETENTION $ 1n,nnn $ g B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A Y UB8J517391 UB8J517391 12/12/2021 12/12/2022 12/12/2022 12/12/2023 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Professional Liability PLC-02146-00 12/11/2022 12/11/2023 AGGREGATE LIMIT DEDUCTIBLE $2,000,000 2,000,000 $10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF MIAMI IS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION IS IN FAVOR OF THE ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT Professional Retroactive Date: 12/11/1987 except 12/11/2011 for the limit of liability $0 / $1,000,000 excess of $1,000,000 / $1,000,000 and 12/11/2012 for the limit of liability $1,000,000 / $0 excess of $1,000,000 /$2,000,000 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE Miami FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 BUSINESSOWNERS BP 04 13 01 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENGINEERS, ARCHITECTS, OR SURVEYORS This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM The following is added to Paragraph C. Who Is An Insured in Section II - Liability: 3. Any architect, engineer, or surveyor engaged by you is also an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and adver- tising injury" caused, in whole or in part, by your acts or omissions or the acts or omis- sions of those acting on your behalf in con- nection with your premises or in the perfor- mance of your ongoing operations. With respect to the insurance afforded to these additional insureds, the following addi- tional exclusion applies: This insurance does not apply to "bodily in- jury", "property damage" or "personal and advertising injury" arising out of the render- ing of or the failure to render any professional services by or for you, including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. BP 04 13 01 06 ©ISO Properties, Inc., 2004 Page 1 of 1 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY — ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 3 ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY — ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS — EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED — INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED — 6 FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A— Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY — ELEVATORS 1. Under Paragraph 2. Exclusions of Section I — Coverage A— Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: CG 88 10 04 13 (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III — Limits of Insurance. © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. 2. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 1. Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) However: Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: CG 88 10 04 13 a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II — Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V — Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00) - 001 POLICY NUMBER: UB-8J517391-22-47-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 10-18-22 ST ASSIGN: PAGE 1 OF 1 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry Subject: RE: COI-R.J. Heisenbottle - Exp. 12/11/2022 Date: Friday, February 3, 2023 6:25:54 AM Attachments: imaoe004.onq image006.pnq imaoe007.onq Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (3o5) 416-176o Fax fgomez@a miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, February 2, 2023 4:08 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQu eve d o@ m i a m i gov. co m> Subject: FW: COI-R.J. Heisenbottle - Exp. 12/11/2022 Good afternoon, Please review and approve. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Best regards, 's" f' if ,. *. * imtuur11 III •leii1 + L wig C co-eree- 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 liLcaseres@miamigov.com "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. From: Charlie Law <claw(@rjha.net> Sent: Thursday, February 2, 2023 2:23 PM To: Caseres, Luis <Lcaseres(miamigov.com> Subject: RE: COI-R.J. Heisenbottle - Exp. 12/11/2022 CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Luis, Please find attached our renewed Certificate of Insurance. Please let me know if you need anything else. Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Detail by Entity Name D!v sioN OF CORPORATIONS Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation R.J. HEISENBOTTLE ARCHITECTS, P.A. Filing Information Document Number M48770 FEI/EIN Number 59-2783815 Date Filed 03/20/1987 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 01/03/2019 Principal Address 2199 PONCE DE LEON BLVD 400 CORAL GABLES, FL 33134 Changed: 07/11/2008 Mailing Address 2199 PONCE DE LEON BLVD Suite 400 CORAL GABLES, FL 33134 Changed: 01/08/2015 Registered Agent Name & Address HEISENBOTTLE, RICHARD J 556 LORETTO AVENUE CORAL GABLES, FL 33146 Name Changed: 01/03/2019 Address Changed: 01/05/2023 Officer/Director Detail https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=RJHEISE.. 1/3 Docusign Envelope ID: B5677CBB-6910-417F-BCFD-2CC13F930E52 Name & Address Detail by Entity Name Title PRES HEISENBOTTLE, RICHARD J 2199 PONCE DE LEON BLVD. SUITE400 CORAL GABLES, FL 33134 Annual Reports Report Year Filed Date 2021 01/19/2021 2022 01/13/2022 2023 01/05/2023 Document Images 01 /05/2023 -- ANNUAL REPORT 01/13/2022 --ANNUAL REPORT 01/19/2021 --ANNUAL REPORT 01/14/2020 -- ANNUAL REPORT 01/03/2019 -- REINSTATEMENT 03/22/2017 -- ANNUAL REPORT 04/18/2016 -- ANNUAL REPORT 01 /08/2015 -- ANNUAL REPORT 02/08/2014 -- ANNUAL REPORT 04/30/2013 -- ANNUAL REPORT 03/20/2012 --ANNUAL REPORT 02/10/2011 --ANNUAL REPORT 01/05/2010--ANNUAL REPORT 03/25/2009 -- ANNUAL REPORT 07/11/2008 --ANNUAL REPORT 04/10/2007 -- ANNUAL REPORT 03/23/2006 -- ANNUAL REPORT 03/03/2005 -- ANNUAL REPORT 03/29/2004 -- ANNUAL REPORT 01/21/2003 -- ANNUAL REPORT 02/20/2002 --ANNUAL REPORT 01/27/2001 --ANNUAL REPORT 06/29/2000 -- ANNUAL REPORT 04/20/1999 -- ANNUAL REPORT 04/28/1998 -- ANNUAL REPORT 02/04/1997 -- ANNUAL REPORT 01/29/1996 -- ANNUAL REPORT 06/29/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=RJ H EISE... 2/3 Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Thursday, February 13, 2025 10:16 AM Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; McGinnis, Lai -Wan Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Roberts, Frankeetha; Fossler, Thomas Document Distribution - Amendment No 3 - Olympia Theater 40 Year Recertification Repairs Amendment o 3-Olympia Theater 40-Year Recertification_Executed 02-13-2025.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha You may now close this Matter ID 24- 605 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 3 City of Miami RJ Heisenbottle Architects, PA Olympia Theater 40 Year Recertification Repairs 02/13/2025 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