Loading...
HomeMy WebLinkAbout25565AGREEMENT INFORMATION AGREEMENT NUMBER 25565 NAME/TYPE OF AGREEMENT SILVA ARCHITECTS, LLC DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/DESIGN CRITERIA PACKAGE FOR FIRE STATION NO. 10 -D1/FILE ID: 17070/R-25-0014/MATTER ID: 24- 3470K EFFECTIVE DATE May 1, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 5/1/2025 DATE RECEIVED FROM ISSUING DEPT. 5/1/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Silva Architects, LLC. EXT. 1913 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 1,328,740.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 1 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Silva Architects, LLC under RFQ No. 19-20-027 Design Criteria Package for Fire Station No. 10 COMMISSION APPROVAL DATE: 01/23/2025 FILE ID: 17070 ENACTMENT NO.: R-25-0014 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed and OK to proceed. Fernando V. Ponassi February 5, 20Ann+e 13refORVEST SIGNATURE: r—DocuSigned . �" RISK MANAGEMENT February 5, 2025 Ann -Marie Share—8954OEB73C I 14:08:46pEST DocuSignedb SIGNATURE: Funding is available in 40-6193207 BUDGET OFFICE LEM 4/9/2025 April 9, 2025 M r'9 u I EDT SIGNATURE: 27395C631821 DocuSignedb ‘,-5FoEoa1796C CITY ATTORNEY /s/ TMF Matter ID No. 24-347OK 24-3470K April 21, 2025 Geoige 3K 5 W soEg III SIGNATURE: �DocuSigned b �� ‘,—Su(76E9rtaez ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER April 24, 2025 Larry M. Spring, Jr., CPA I 10:07: 29 EDT SIGNATURE: ,—DocuSigned b Je" 1 Sp ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A —9D2o0e697 Barbara Hernandez, MPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE April 29, 2025 Asael "Ace" Marrero, AIA I 11: 25 : 55 EDT SIGNATURE: L DocuSigned b i ?'"'` COF4AD9AB03 DEPUTY CITY MANAGER Ap ri 1 29, 2025 N,atispa4C�oltgroEp Williams SIIIGNATURE: �DocuSigned t Ne4444 C CITY MANAGER April 30, 2025 A Npr lepa V :4U:i/ EDT SIGNATURE: —8467b®'97=E r—DocuSigned b 0. `--8-50@F6C372D CITY CLERK May 1, 202 5 I 1 `�iH9_renc bT ,—DocuSigned b! SIGNATURE: `—F46RTRnnrF 4E7... 495... J 1sbl BB... D 45A.. y: 41 B... J42A... 459 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24298 Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 AMENDMENT OVERVIEW PSA TITLE: Design Criteria Package for Fire Station No. 10 — D4, RFP No. 19-20-027, Silva Architects, LLC 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ City Manager - Authority level of $500,000.00 ❑ City Commission - RESOLUTION No. N/A 2. PROCUREMENT METHOD: 0 RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 1 to increase the capacity 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? 0 YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 25-0014 5. WHAT IS THE SCOPE OF SERVICES? The scope of work involves the completion for one hundred percent (100%) construction documents, permitting, bidding and award, and construction administration services for Fire Station No. 10. Also, includes specifications and drawings for temporary housing on site for existing Fire Station No. 10 personnel and equipment. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon completion of construction 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $388,700.00 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 CITY OF MIAMI DEPARTMENT OF FIRE -RESCUE AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH SILVA ARCHITECTS, LLC FOR DESIGN CRITERIA PACKAGE FOR FIRE STATION No. 10 - D1 This Amendment No. 1 ("Amendment") to the Professional Services Agreement dated March 25, 2022 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Silva Architects, LLC, a Florida Limited Liability Company ("Consultant"), (jointly the "Parties") for the provision of professional services for a Design Criteria Package for Fire Station No. 10 ("Services") for the City's Department of Fire -Rescue ("Fire") is entered into this 01 day of May , 2025. RECITALS WHEREAS, on June 24, 2020, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-027, under full and open competition, to procure a design criteria package for Fire Station No. 10 ("Project"); and WHEREAS, the contract terms and conditions negotiated and agreed upon by Consultant were formally accepted by the City on or about April 15, 2021; and WHEREAS, it has been determined to be in the best interest of the City to retain Consultant to further provide professional services beyond the scope of its original design criteria package -related agreement, up to and including one hundred percent (100%) construction documents and construction administration services; and WHEREAS, successful negotiations have been held between the City and Consultant to define the level of effort and the cost associated to turn the original thirty percent (30%) construction documents into one hundred percent (100%) construction documents; and WHEREAS, it is in the best interest of the City to execute an Amendment to Consultant's Agreement, increasing the original project compensation amount by an amount of Eight Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($828,740.00), thereby increasing the original project compensation amount from Five Hundred Thousand Dollars ($500,000.00) to the amended project compensation amount of One Million Three Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($1,328,740.00), for additional services associated with the completion of one hundred percent (100%) construction documents for the Project, originally awarded as a design criteria package equivalent to thirty percent (30%) construction documents, as shown in Attachment "A," on a phased basis; and WHEREAS, due to the Project being executed in phases, the City Manager or City Manager's designee will have delegated authority to issue Consultant the appropriate Notices to Proceed for each phase, once the previous phase has been completed to the full satisfaction of the City, and subject to availability of funds; and WHEREAS, funds are to be allocated from Project B-193207; and WHEREAS, the City Commission has adopted Resolution No. 25-0014, approving the corresponding increase in the Compensation Limits. Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 2.01-1 Term of Additional Services The Consultant shall have a total of Two Hundred and One (201) calendar days to complete the One Hundred Percent (100%) Construction Documents and be dry run ready from the date of the Notice to Proceed ("NTP"). The Project Schedule estimates an NTP date of May 5, 2025, which has completion of the Work through 100% Construction Documents by November 22, 2025. Section 2.04-1 Compensation Limits are hereby increased by an amount of Eight Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($828,740.00), thereby increasing the original project compensation amount from Five Hundred Thousand Dollars ($500,000.00) to the amended project compensation amount of One Million Three Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($1,328,740.00). 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The Parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any Party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, the day and year above written. "Consultant" WITNESS/ATTEST SILVA ARCHITECTS, LLC, a Florida Limited Liability Company Signature Andrew Silva, AIA (Manager) Signat Alejandro Silva, AIA (Manager) Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) CONSULTANT Secretary (Affirm CONSULTANT Seal, if available) ATTEST: DocuSigned by: annon, City Clerk "City" CITY OF MIAMI, a Florida municipal corporation .—DocuSigned by: armor Nalntia, ed bySPGE6C3729D42A... Arthur Noriega V, City Manager APPROVED AS TO INSURANC APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: E—DocuSigned by: -2-7-3 5C-6318214E7... Ann -Marie Sharpe, Director Risk Management Department DocuSigned by: aury, 4 RisatAl111 '8827 E9FEA82d8B George K. Wysong III, City Attorney 24-3470K DS Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Amendment No. 1 to the Professional Services Agreement with Silva Architects, LLC for Design Criteria Package for Fire Station No. 10 — D1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) HEREBY CERTIFY that at a meeting of the Board of Directors of Silva Architects, LLC State of Florida , a corporation organized and existing under the laws of the , held on 30th of December , 2024 , a resolution was duly passed and adopted authorizing (Name)Alejandro Silva as (Title) Mana 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 30th day of December , 20 244.. �% Secretary: C�/' .�' l/ / Print: Andrew Silva, AIA NOTARIZATION STATE OF F LA - SS: COUNTY OF till-PkkG ) The foregoing instrument '46afABel2 20 2tby known to me or who has produced did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF RA iQ\G 5 Atm, - C W2_ was acknowledged before me this 30T4 day of A411.6 J Sluff , who is personally p.1-, PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC as identification and who ERIC SANTA-CRUZ C • .1 Notary public - State of Florida Commission / NN 523820 ▪ My Comm. Expires May 2, 2028 0 Bonded through National Notary Assn. Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 City of Miami Legislation Resolution Enactment Number: R-25-0014 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 17070 Final Action Date:1/23/2025 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH SILVA ARCHITECTS, LLC, AWARDED PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 19-20-027, TO INCREASE THE CONTRACT AMOUNT BY EIGHT HUNDRED TWENTY EIGHT THOUSAND SEVEN HUNDRED FORTY DOLLARS ($828,740.00) FOR A TOTAL CONTRACT VALUE OF ONE MILLION THREE HUNDRED TWENTY EIGHT THOUSAND SEVEN HUNDRED FORTY DOLLARS ($1,328,740.00) FOR ADDITIONAL SERVICES ASSOCIATED WITH THE COMPLETION OF ONE HUNDRED PERCENT (100%) CONSTRUCTION DOCUMENTS ON A PHASED BASIS; WAIVING THE REQUIREMENTS OF RESOLUTION NO. R-24-0138 OF THE MIAMI CITY COMMISSION; ALLOCATING FUNDS FROM THE CAPITAL PROJECT NO. 40-B193207 AND DEPARTMENTAL BUDGETS, SUBJECT TO AVAILABILITY OF FUNDS AT THE TIME OF NEED; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on June 24, 2020, the Department of Procurement ("Procurement") issued Request for Qualifications No. 19-20-027 ("RFQ"), under full and open competition, to procure a design criteria package for Fire Station No. 10 ("Project"); and WHEREAS, on August 14, 2020, five (5) proposals were received by the Office of the City Clerk in response to the RFQ, and subsequently, one (1) proposal was found to be non- responsive to the Minimum Requirements of the RFQ, after Procurement completed its due diligence effort; and WHEREAS, on December 11, 2020, an Evaluation Committee met and completed the Step 1 evaluations of the remaining four (4) proposals submitted by responsive and responsible proposers, following the guidelines stipulated in the RFQ, and recommended Silva Architects, LLC ("Silva Architects") the highest ranked responsive and responsible Proposer for negotiations; and WHEREAS, a Negotiation Committee appointed by the City Manager, on February 22, 2021, met and conducted negotiations through April 15, 2021; and WHEREAS, the City and Silva Architects entered into a Professional Services Agreement on or about April 15, 2021 ("Agreement"); and WHEREAS, it has been determined to be in the best interest of the City to retain Silva Architects to further provide professional services beyond the scope of its original design criteria package -related Agreement, up to and including one hundred percent (100%) construction documents and construction administration services; and Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 WHEREAS, successful negotiations have been held between the City and Silva Architects to define the level of effort and the cost associated to turn the original thirty percent (30%) construction documents into one hundred percent (100%) construction documents; and WHEREAS, the City Manager requests authorization to execute an amendment to Silva Architects' Agreement, increasing the original project compensation amount by an amount of Eight Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($828,740.00), thereby increasing the original project compensation amount from Five Hundred Thousand Dollars ($500,000.00) to the amended project compensation amount of One Million Three Hundred Twenty -Eight Thousand Seven Hundred Forty Dollars ($1,328,740.00), for additional services associated with the completion of one hundred percent (100%) construction documents for the Project on a phased basis; and WHEREAS, funds are to be allocated from Capital Project No. 40-B193207 and Department budgets at the time of need. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is hereby authorized' to negotiate and execute an amendment to the Agreement with Silva Architects to increase the contract amount by eight hundred twenty-eight thousand seven hundred forty dollars ($848,740.00) for a total contract value of one million three hundred twenty eight thousand seven hundred forty dollars ($1,328,740.00) for additional services associated with the completion of one hundred percent (100%) construction documents on a phased basis. Section 3. The requirements of Resolution No. R-24-0138 of the Miami City Commission are hereby waived by an affirmative vote of three or more City Commissioners. Section 4. Funds are to be allocated from Capital Project No. 40-B193207 and Department budgets at the time of need. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including amendments, renewals, and extensions, all in forms acceptable to the City Attorney, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: rge Wy j ng III, C ty ttor -y 1/13/2025 1 The authorization herein is further subject to compliance with all legal regulations that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 SILVA NRCHFEECTS Date: December 9, 2024 Dear Chief Zahralban: Silva Architects, LLC proposed to provide the services identified below for the project entitled "Design Criteria Package for Fire Station No. 10" Project No. B-193207. I. GENERAL Silva Architects was originally retained to provide DCP services for the above referenced project as outlined in original proposal. The City of Miami has requested an additional services proposal to take the drawings from the originally contemplated 30% drawings through 100% Construction Documents, Permitting, Bidding and Award, and/or Construction Administration. The original scope of work generally involved the creation of a Design Criteria Package for Fire Station No. 10 as outlined in Attachment A — Scope of Work with exceptions as noted below. Additional services (and credits back from unused portions of the original scope) are shown in the Summary of Compensation table. IIA. ORIGINAL SCOPE OF WORK The scope of work generally involves the creation of a Design Criteria Package for Fire Station No. 10. Task 1: Programming and Schematic Design (Original Scope Completed) 1. Programming and Schematic Design for Option 1 - $9.5 million budget 2. Cost Estimate 3. Aid Owner in Evaluation of all options 4. 2 Exterior Renderings for Option 5. Includes 1 Community Meeting and 6 design meetings 6. Includes attendance at any required Zoning/Approvals hearings Task 2: Design Development (Original Scope Completed) 1. 30% Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. Design Criteria documents and Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings 6. Aid Owner in Selection of Final Option Task 3: Bidding and Award (Original Scope to be CREDITED BACK) 1. Preparation of Design Criteria Bid Package utilizing 30% drawings and Design Development Criteria. 2. Review of Bidder RFIs 3. Aid Owner in evaluation of bids and technical proposals Task 4: Design Review of Design/Builder's drawings (Original Scope to be CREDITED BACK) 1. Review of Design/Builder AOR submittal at Phase II/III — 50% Construction Documents 2. Review of Design/Builder AOR submittal at Phase II/III — 100% Construction Documents Task 5: Construction Administration (Original Scope to be CREDITED BACK) 1. Attendance at biweekly OAC meetings during project construction 2. Periodic Construction observations for quality inspections and conformance to Design Criteria Package 3. Punchlist at Substantial Completion 1 35 SAN LORENZO AVENUE SUITE 880 • CORAL GABLES, FLORIDA 33146 KPH: (305) 444-8262 •Fax: (305) 444-5920 Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 IIB. NEW PROPOSED SCOPE OF WORK The scope of work generally involves the completion for 100% Construction Documents, Permitting, Bidding and Award, and Construction Administration Services for Fire Station No. 10. Also includes specifications and drawings for temporary housing on site for existing Station 10 personnel and equipment (3 trailers and 20 parking spaces minimum) New Task 3: 50% Construction Documents 1. 50% Construction Document Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. 50% Construction Document Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings New Task 4A: 100% Construction Documents & Permitting 1. 100% Construction Document Drawings for Architectural, Civil, Structural, MEP Engineering, and Landscape Architecture 2. 100% Construction Document Specifications 3. Updated Cost Estimate(s) 4. Includes 1 Community Meeting and 6 design meetings 5. Includes attendance at any required Zoning/Approvals hearings New Task 4B: 100% Construction Documents & Permitting 1. Dry Run Permitting through all applicable agencies 2. Includes attendance at any required Zoning/Approvals hearings New Task 5: Bidding and Award 1. Review of Bidder RFIs 2. Aid Owner in evaluation of bids New Task 6: Construction Administration 1. Attendance at biweekly OAC meetings during project construction 2. Periodic Construction observations for quality inspections and conformance to Design Drawings 3. Punchlist at Substantial Completion III. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work: Sub -Consultant Name Specialty or Expertise AMBRO, Inc. Civil Engineering DDA Engineers, PA Structural Engineering Fraga Engineers, LLC MEP Engineering O'Leary Richards Design Associates, Inc. Landscape Architecture IV. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant shall submit the Deliverables and perform the Work as depicted in the tables below: Schedule of Deliverables Task Deliverable Duration Delivery Date Task 3 Submittal of Phase I I/III — 50% Construction Documents Cost Estimate for each option 90 days NTP + 90 days Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Task 3 Review City Review/Approval 21 days NTP + 111 days Task 4A Submittal of Phase II/III — 100% Construction Documents Cost Estimate for each option 90 days NTP + 201 days Task 4 Review City Review/Approval (Concurrent with permitting) 21 days NTP + 222 days Task 4B Permitting — Dry Run 180 days NTP + 381 days Task 5 Bidding & Award 60 days NTP + 441 days Task 6 Construction Administration 365 days V. COMPENSATION This fee proposal includes proposals for the different Tasks of required for the Work. Task 1 is a Lump Sum fee proposed to bring the project up to the completion of Task 1. Consultant shall perform the Work detailed in this proposal for a total fee for Task 1 of Eighty -Five Thousand Seven Hundred Fifty dollars ($85,750.00). This was originally contracted scope that was already completed. Task 2 ($123,975.00) was also originally contracted scope that was already completed. Originally contracted remaining tasks will be credited back and will not be billed. Instead, proposed fees for new Tasks 3 through 6 are outlined below. The City shall not be liable for any fee, cost, expense, or reimbursable expense or other compensation beyond this amount. Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall not exceed $10,000 for Task 1, $15,000 for Task 2, and $15,000 for remaining Tasks. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes 112.061. Summary of Compensation for Programming and Schematic Design (Already completed) Task Deliverable Fee Amount Fee Basis Task 1 Subtotal — Professional Fees $ 75,750.00 Lump Sum Allowance for Task 1 Reimbursable Expenses $ 10,000.00 Not to Exceed Total Task 1 $ 85,750.00 Summary of Compensation for Task 2 (Already completed) Task Deliverable Fee Amount Fee Basis Task 2 Submittal of Design Development Drawings and Design Criteria Package $123,975.00 Lump Sum Subtotal — Professional Fees Task 2 $123,975.00 Lump Sum Allowance for Reimbursables $15,000.00 Not to Exceed Total Task 2 including Reimbursables $138,975.00 Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Summary of Proposed Compensation for New Tasks 3 through 6 Task Deliverable Task 3 Task 4A Task 4B Task 5 Task 6 Submittal of Phase II/II 50% CDs to Owner Fee Amount $221,929.00 Fee Basis Lump Sum Submittal of Phase II/111- 100% CDs to Owner $162, 748.00 Lump Sum Approval of Permit Dry Run Bidding and Award Construction Administration Subtotal — Professional Fees Tasks 3 through Task 6 $ 51, 784.00 $ 36, 988.00 $266, 315.00 $739,764.00 Lump Sum Lump Sum Lump Sum Lump Sum _ Allowance for Reimbursables 10% Owner Contingency Total Tasks 3 through Task _ 6 including Reimbursables $15,000.00 $73, 976.00 $828,740.00 Not to Exceed Not to Exceed "NO BUILD" OPTION The City may elect not to proceed with Bidding and Award and/or Construction of the project. If this is the case, Tasks 5 & 6 would not be performed as applicable on the fee tables above. VI. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: 1. Threshold Inspections not included in Construction Administration. If these are requested they shall be: $28,350.00 ($901hr X 315 hours) 2. Geotechnical work not included. 3. Survey work not included. 4. Printing work not included. 5. 1 (one) exterior rendering for each scheme included. VII. DATA PROVIDED BY CITY The following information or documents are to be provided by the City: 1. Geotechnical Report 2. Survey (PDF and CAD) 3. As -Built drawings of existing station 4. CAD files of Feasibility Study VIII. PROJECT MANAGER Consultant's Project Manager for this Work Order assignment will be Alejandro Silva, AIA Submitted by: Alejandro Silva, AIA AS/ab Accepted: Signature Chief Robert Hevia Docusign Envelope ID: 155D6103-58D6-4D15-9E8F-4717F0F48FE5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Architectural STAFF CLASSIFICATION Consultant Name: Silva Architects, LLC Contract No.: Date: 2/8/2024 Estimator: Alejandro Silva, AIA Job Classification Staff Applicable Rate Principal Rate: $74.00 Project Manager Rate: $60.00 Architect Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Phase II/III - 50% CDs 51 $3,774 250 $15,000 188 $7,520 388 $11,252 877 $37,546 $42.81 2 Phase II/III - 100% CDs 41 $3,034 203 $12,180 152 $6,080 315 $9,135 711 $30,429 $42.80 3 Permitting 11 $814 55 $3,300 41 $1,640 85 $2,465 192 $8,219 $42.81 4 Bidding and Award 12 $888 44 $2,640 44 $1,760 8 $232 108 $5,520 $51.11 5 Construction Administration 71 $5,254 264 $15,840 264 $10,560 49 $1,421 648 $33,075 $51.04 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 186 816 689 845 2,536 Total Staff Cost $13,764.00 $48,960.00 $27,560.00 $24,505.00 Total % of Work by Position 7.3% 32.2% 27.2% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 33.3% $114,789.00 $45.26 Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: AMBRO, Inc. DDA Engineers, PA Fraga Engineers, LLC O'Leary Richards Design Associates $332,888.10 $44,132.20 $118,389.60 $229,665.50 $14,688.50 $739,763.90 $739,763.90 $739,763.90 0 0 0 N aD 0 -a CD 0 cn 0) -n T 0 0 IJ m co" m m 0 co m cn m ca ao 0 co 0) Docusign Envelope ID: 155D6103-58D6-4D15-9E8F-4717F0F48FE5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Civil STAFF CLASSIFICATION Consultant Name: AMBRO, Inc. Contract No.: Date: 2/8/2024 Estimator: Emile Amedee, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Engineer I Rate: $60.00 Engineer II Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Phase II/III - 50% CDs 7 $518 33 $1,980 25 $1,000 52 $1,508 117 $5,006 $42.79 2 Phase II/III - 100% CDs 5 $370 27 $1,620 20 $800 42 $1,218 94 $4,008 $42.64 3 Permitting 1 $74 7 $420 5 $200 11 $319 24 $1,013 $42.21 4 Bidding and Award 2 $148 6 $360 6 $240 1 $29 15 $777 $51.80 5 Construction Administration 10 $740 35 $2,100 35 $1,400 6 $174 86 $4,414 $51.33 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 25 108 91 112 336 Total Staff Cost $1,850.00 $6,480.00 $3,640.00 $3,248.00 Total % of Work by Position 7.4% 32.1% 27.1% 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 33.3% $15,218.00 $45.29 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $44,132.20 $44,132.20 $44,132.20 $44,132.20 0 0 0 N ao 0 -a CD 0 cn 0) -n T 0 0 IJ m co" m m 0 co m cn m ca ao 0 U) co 0) Docusign Envelope ID: 155D6103-58D6-4D15-9E8F-4717F0F48FE5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Structural STAFF CLASSIFICATION Consultant Name: DDA Engineers, PA Contract No.: Date: 2/8/2024 Estimator: Aida M. Albaisa, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Professional Engineer Rate: $60.00 Engineering Designer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Phase II/III - 50% CDs 18 $1,332 89 $5,340 67 $2,680 138 $4,002 312 $13,354 $42.80 2 Phase II/III - 100% CDs 15 $1,110 72 $4,320 54 $2,160 112 $3,248 253 $10,838 $42.84 3 Permitting 4 $296 19 $1,140 15 $600 30 $870 68 $2,906 $42.74 4 Bidding and Award 4 $296 16 $960 16 $640 3 $87 39 $1,983 $50.85 5 Construction Administration 25 $1,850 94 $5,640 94 $3,760 17 $493 230 $11,743 $51.06 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 66 290 246 300 902 Total Staff Cost $4,884.00 $17,400.00 $9,840.00 $8,700.00 Total % of Work by Position 7.3% 32.2% 27.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 33.3% $40,824.00 $45.26 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $118,389.60 $118,389.60 $118,389.60 $118,389.60 0 0 0 N ao 0 -a CD 0 cn 0 -n) T 0 0 rJ m co" m m 0 co m cn m ca ao 0 U) W (3) Docusign Envelope ID: 155D6103-58D6-4D15-9E8F-4717F0F48FE5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - MEP Engineer STAFF CLASSIFICATION Consultant Name: Fraga Engineers, LLC Contract No.: Date: 2/6/2024 Estimator: Irene F. Fraga, PE Job Classification Staff Applicable Rate Principal Rate: $74.00 Senior Engineer Rate: $60.00 Engineer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Phase II/III - 50% CDs 35 $2,590 172 $10,320 130 $5,200 267 $7,743 604 $25,853 $42.80 2 Phase II/III - 100% CDs 29 $2,146 140 $8,400 105 $4,200 217 $6,293 491 $21,039 $42.85 3 Permitting 8 $592 37 $2,220 29 $1,160 58 $1,682 132 $5,654 $42.83 4 Bidding and Award 8 $592 31 $1,860 31 $1,240 6 $174 76 $3,866 $50.87 5 Construction Administration 49 $3,626 182 $10,920 182 $7,280 33 $957 446 $22,783 $51.08 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 129 562 477 581 1,749 Total Staff Cost $9,546.00 $33,720.00 $19,080.00 $16,849.00 Total % of Work by Position 7.4% 32.1% 27.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 33.2% $79,195.00 $45.28 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $229,665.50 $229,665.50 $229,665.50 $229,665.50 0 0 0 N ao 0 -a CD 0 cn 0 -n) T 0 0 IJ m co" m m 0 co m cn m ca ao 0 U) W (3) Docusign Envelope ID: 155D6103-58D6-4D15-9E8F-4717F0F48FE5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Package for Fire Station 10 Project No.: B- 193207 Description: Additional Services Tasks 3 through 6 - Landscape Architect STAFF CLASSIFICATION Consultant Name: O'Leary Richards Design Associates, Inc. Contract No.: Date: 2/8/2024 Estimator: Kathy O'Leary Richards Job Classification Staff Applicable Rate Principal Rate: $74.00 Landscape Architect Rate: $60.00 Landscape Designer Rate: $40.00 Draftsman Rate: $29.00 Rate: Rate: Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Phase II/III - 50% CDs 2 $148 11 $660 8 $320 17 $493 38 $1,621 $42.66 2 Phase II/III - 100% CDs 2 $148 9 $540 7 $280 14 $406 32 $1,374 $42.94 3 Permitting 2 $120 2 $80 4 $116 8 $316 $39.50 4 Bidding and Award 1 $74 2 $120 2 $80 5 $274 $54.80 5 Construction Administration 3 $222 12 $720 12 $480 2 $58 29 $1,480 $51.03 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 8 36 31 37 112 Total Staff Cost $592.00 $2,160.00 $1,240.00 $1,073.00 Total % of Work by Position 7.1% 32.1% 27.7% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 33.0% $5,065.00 $45.22 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $14,688.50 $14,688.50 $14,688.50 $14,688.50 0 0 0 N aD 0 -a CD 0 0) -n T 0 0 IJ m co" m m 0 co m cn m ca ao 0 U1 co 0) Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 SILVARC-01 JENVILI ,a►CORo CERTIFICATE OF LIABILITY INSURANCE �� DATE(MM/DD/YYYY) 10/13/2023 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 International Insurance Center Inc 7990 SW 117 Ave Suite 209 Miami, FL 33183 CONTACT Maria Fisk NAME: PHONE FAX (A/c, No, Ext): (786) 628-1324 (A/C, No):(305) 279-4045 a oRl&ss: maria@iic.cc INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:The Hartford Insurance Group 29424 INSURED Silva Architects, LLC 135 San Lorenzo Ave Suite 880 Coral Gables, FL 33146 INSURER B : INSURER C INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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 POLIC ES 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 W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY Approved by Frank Gomez 1 2/1 2/2023 EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES O- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILECOMBINED LIABILITY ANY AUTO OWNED SCHEDULED AUTOS AUUTOS ONLY SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per accidentDAMAGE $ $ U UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENT ON $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE (Mandatory in NH) EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS below Y N N / A 21WECAI4596 7/1/2024 7/1/2025 PER STATUTE OTH- ER E.L. EACH ACCIDENT 500,000 $ E.L. DISEASE - EA EMPLOYEE 500,000 $ E.L. DISEASE - POLICY LIMIT 500,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Cityof Miami 444 SW 2 Ave Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 SILVAPAR ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)11/03/2023 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 2502 N Rocky Point Drive Suite 400 Tampa, FL 33607 CONTACT NAME: PHONE FAX (A/C, No, Ext): (A/C, No): n DRess: TeamAECertificate@usi.com INSURER(S) AFFORDING COVERAGE NAIL # INSURERA: Beazley Insurance Company, Inc. 37540 INSURED Silva Architects, LLC 135 San Lorenzo Avenue, Suite 880 Coral Gables, FL 33146 INSURER B : INSURER C INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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. LTR TYPE OF INSURANCE NSR W VD POLICY NUMBER POLICY EFF (MM/DD/YYY1f) POLICY EXP (MM/DD/YYY1f) LIMITS COMMERCIAL GENERAL LIABILITY Approved byFrank Gomez �� 12/12/2023 EACH $ CLAIMS -MADE OCCUR GOCCURRENCE PREMISES (Ea RENTED $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability C33C7C230201 11/06/2024 11/06/2025 $2,000,000 per claim $4,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached if more space is required) Professional Liability coverage is written on a claims -made basis. Retroactive Date with regards to the professional liability is 01/01/1975 CERTIFICATE HOLDER CANCELLATION City of Miami 444 S.W. 2nd Avenue Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S42535075/M42533363 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KBAZP Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 THESI-2 OP ID: VZ ,a►comb- CERTIFICATE OF LIABILITY INSURANCE iks...----- DATE(MM/DD/YYYY) 02/08/2023 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 305-442-2340 R A Brandon & Co 217 Aragon Ave Coral Gables, FL 33134 R.A. Brandon & Co, Inc CONTACT MRB Insurance LLC NAME: (A CO3,Nr o, Ext): 305-442-2340 I (AJC, No):305-444-0497 E-MAIL mdbrandon@rabrandon.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Sentinel Ins Co 11000 INSURED Silva Architects LLC 135 San Lorenzo Avenue, #880 Coral Gables, FL 33146 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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 21SBMBS5947 Approved by Frank Gorrez 02/17/2024 12/12/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR 02/17/2025 DAMAGE TO RENTED PREMISES (Ea occurrence) 1,000,000 $ X Ded/Retention 0 MED EXP (Any one person) $ 10,000 PERSONAL BADVINJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PEef PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY X SCHEDULED AUTOS NON-OWNED ONLYY Y 21SBMBS5947 02/17/2024 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ 02/17/2025 BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ (Per PROPERTYDAMAGE$ $ A X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE y 21SBMBS5947 02/17/2024 EACH OCCURRENCE $ 1,000,000 02/17/2025 AGGREGATE $ 1,000,000 DED X RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is an additional insured on a primary and non-contributory basis with respect to the general liability, auto and umbrella policy. CERTIFICATE HOLDER CANCELLATION CITYMIA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF MIAMI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 444 S W 2ND AVENUE MIAMI, FL 33130 �REPRESENTAATIVEE AUTHORIZED/ �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: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 From: Gomez Jr.. Francisco (Frankl To: Caseres. Luis; Ouevedo. Terry; Aviles. Yesenia Subject: RE: COI- Silva Architects COI - Expired 11-06-2022 Date: Tuesday, December 12, 2023 3:19:57 PM Attachments: image003.onq image008.onq image011.pnq Hello Luis, The insurance is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-1740 Office (305) 416-1760 Fax "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, December 12, 2023 3:18 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: COI- Silva Architects COI - Expired 11-06-2022 Good afternoon, Please review and approve. Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 DIVISION OF CORPORATIONS Jr' /1J1(Ji; Jl. p D �� T.[O.NNJ on official 3Wk of Florida websiie Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company SILVA ARCHITECTS, LLC Filing Information Document Number L06000000871 FEI/EIN Number 20-4038377 Date Filed 01/03/2006 State FL Status ACTIVE Principal Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Mailing Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Registered Agent Name & Address ARAZOZA & FERNANDEZ-FRAGA, P.A. 2100 SALZEDO STREET SUITE 300 CORAL GABLES, FL 33134 Authorized Person(s) Detail Name & Address Title MGR SILVA, ALEJANDRO 135 SAN LORENZO AVE CORAL GABLES, FL 33146 Title Manager Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Silva, Andrew 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Annual Reports Report Year Filed Date 2022 01/20/2022 2023 01/25/2023 2024 01/31/2024 Document Images 01/31/2024 — ANNUAL REPORT 01/25/2023 — ANNUAL REPORT 01/20/2022 — ANNUAL REPORT 05/06/2021 —AMENDED ANNUAL REPORT 01/15/2021 — ANNUAL REPORT 01/16/2020 — ANNUAL REPORT 02/08/2019 — ANNUAL REPORT 01/24/2018 — ANNUAL REPORT 02/09/2017 — ANNUAL REPORT 04/20/2016 — ANNUAL REPORT 01/22/2015 — ANNUAL REPORT 02/13/2014 — ANNUAL REPORT 02/27/2013 — ANNUAL REPORT 01/09/2012 — ANNUAL REPORT 02/17/2011 --ANNUAL REPORT 05/03/2010 — ANNUAL REPORT 04/15/2010 — FEI# 02/16/2010 — ANNUAL REPORT 01/15/2009 — ANNUAL REPORT 01/08/2008 — ANNUAL REPORT 01/15/2007 — ANNUAL REPORT 01/03/2006 — Florida Limited Liability 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 Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 DIVISION OF CORPORATIONS Dr/1J1Dk9 UJ f.org li c PDAT rD im official State of Flotilla wfbsili Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company SILVA ARCHITECTS, LLC Filing Information Document Number L06000000871 FEI/EIN Number 20-4038377 Date Filed 01/03/2006 State FL Status ACTIVE Principal Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Mailing Address 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Changed: 02/16/2010 Registered Agent Name & Address ARAZOZA & FERNANDEZ-FRAGA, P.A. 2100 SALZEDO STREET SUITE 300 CORAL GABLES, FL 33134 Authorized Person(s) Detail Name & Address Title MGR SILVA, ALEJANDRO 135 SAN LORENZO AVE CORAL GABLES, FL 33146 Title Manager Docusign Envelope ID: 9516FFDD-2E29-4EDB-AE5E-3448D759B916 Silva, Andrew 135 SAN LORENZO AVE. SUITE 880 CORAL GABELS, FL 33146 Annual Reports Report Year Filed Date 2022 01/20/2022 2023 01/25/2023 2024 01/31/2024 Document Images 01/31/2024 — ANNUAL REPORT 01/25/2023 — ANNUAL REPORT 01/20/2022 — ANNUAL REPORT 05/06/2021 —AMENDED ANNUAL REPORT 01/15/2021 — ANNUAL REPORT 01/16/2020 — ANNUAL REPORT 02/08/2019 — ANNUAL REPORT 01/24/2018 — ANNUAL REPORT 02/09/2017 — ANNUAL REPORT 04/20/2016 — ANNUAL REPORT 01/22/2015 — ANNUAL REPORT 02/13/2014 — ANNUAL REPORT 02/27/2013 — ANNUAL REPORT 01/09/2012 — ANNUAL REPORT 02/17/2011 --ANNUAL REPORT 05/03/2010 — ANNUAL REPORT 04/15/2010 — FEI# 02/16/2010 — ANNUAL REPORT 01/15/2009 — ANNUAL REPORT 01/08/2008 — ANNUAL REPORT 01/15/2007 — ANNUAL REPORT 01/03/2006 — Florida Limited Liability 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 Olivera, Rosemary From: Caseres, Luis Sent: Thursday, May 1, 2025 12:28 PM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; McGinnis, Lai -Wan Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Subject: Document Distribution - Amendment No 1 - RFQ 19-20-027 Design Criteria Package for Fire Station No. 10 - Silva Architects, LLC Attachments: RFQ 19-20-027 Amendment No 1 - Fire Station No 10-Executed 05-01-2025.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Rei n i ke/Fran keetha You may now close this Matter ID 24-3470K Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Amendment No. 1 First Party: City of Miami Second Party: Silva Architects, LLC Program/Purpose: Design CriteriaPackage for Fire Station No 10 — D1 Effective Date: 05/01/2025 Best regards, i LuA.- Cc e re k 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