Loading...
R7C-Execute Agmt w- Hill International Owners Representative Services For MBCC PCOMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The Mayor And City Clerk To Execute An Amended And Restated Agreement With Hill lntemational, lnc., For Owner's Representative Services For The Miami Beach Convention Center Renovation And Expansion ect ("Project"), ln The Amount Of $6,303,753. On July 30, 2014, the Mayor and Commission authorized the issuance of RFP 2014-248-ME for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion (the RFP) assuming the project would be delivered under a design-build approach. On November 19, 2014, the City Commission authorized the Mayor and City Clerk to enter into an agreement for $4,028,428 with Hill lnternational, lnc. for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion under a design-build project delivery approach. On February 11,2015, the City Commission elected to re-bid the Project undera Construction Manager-at-Risk (CMR) project delivery method, an approach that allows for the continued development of the design of the Project under the City's direction, with the benefit of input from the Construction Manager prior to establishment of the Guaranteed Maximum Price (GMP) for the Project. Under CMR approach, the City contracts independently with the design team (Fentress) and the Construction Manager (Clark), requiring additional City direction and coordination, and in turn, additional Owner's Representative services. Basic Services and Expenses Fees and expenses have increased by $1 ,557,245, from $4,028,428 lo $5,585,673. The new total represents 0.9'l % of the $615.7 million Project budget. The increase is comprised of the following: o An increase from 5.22 to 7.28 fulltime equivalents over the 30-month construction period at an average rate of $145 per hour totaling $1,650,125. This includes the addition of a full time quality assurance/quality control manager, the addition of a document controller to address contractor-architect question and answers (80% FTE), and increases to scheduling oversight and estimating required under the CMR approach.. Expenses reduced by $92,880 due to trailer rental and setup expenses being part of the GMP, and no longer paid by Hill. Additional Services - Threshold lnspections . The addition of threshold inspection services totaling $718,080 at an average rate of $90 per hour. The Administration recommends the City Commission adopt the Resolution. Advisory Board Recommendation: Financial lnformation : Amount Account 1 $2,275,325 Line of Credit Fund 443 2 OBPI Total $2,275,325 Financia! lmpact Summary: N/A lmprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, ente(ainment & tourism. Data , Environmental Scan, etc) N/A Item Summary/Recommendation : Departmegt.Qirector Assistant City Manager Gity I anager MH 4Q JLM f' 1\Hill lnt'l Amendment\Hill Amended and Restated - SUMMARY.docx Aoenda Item R1L Dateio_2btsMIAMIBEACH138 g MIAMIBEACH City of Miomi Beoch, l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov CO ISSION MEMORANDUM TO: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager DATE: October 21, 2015 the City SUBJECT: A RESOLUTION OF THE MAYOR CITY COMMISSION OF THE CITY OF MIAMI CLERK TO EXECUTE AN AMENDED AND RESTATED AGREEMENT WITH HILL INTERNATIONAL, !NC., FOR OWNER'S REPRESENTATIVE SERVICES FOR THE MIAM! BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT ("PROJECT"), tN THE AMOUNT OF $6,303,753. ADMI NISTRATION RECOMM EN DATION Adopt the Resolution. KEY INTENDED OUTCOME lmprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, entertainment & tourism. FUNDING $ s12,s93 $ 3,515,835 $ 2,275,325 $ 6,303,753 165-2816-061357 RDA Non-trust Fund Special Revenue (previously appropriated) Line of Credit Fund 443 (approved on November 19, 2014) Line of Credit Fund 443 BACKGROUND On July 30, 2014, the Mayor and Commission authorized the issuance of RFP 2014-248-ME for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion (the RFP) assuming the project would be delivered under a design-build approach. On November 19, 2014, the Mayor and City Commission authorized the Mayor and City Clerk to enter into an agreement for $4,028,428 with Hill lnternational, lnc. for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion under a design-build project delivery approach. On February 11, 2015, the Mayor and City Commission adopted Resolution No. 201 5-28924, cancelling the Design/Build solicitation for the Project and directing the Administration to proceed with a Construction Manager-at-Risk (CMR) project delivery method, an approach that allows for the continued development of the design of the Project under the City's direction, with the benefit of input from the Construction Manager prior to establishment of the Guaranteed Maximum Price (GMP) for the Project. Under the CMR approach, the City contracts independently with the design team (Fentress) and the Construction Manager (Clark), requiring additional City direction and coordination, and in turn, additional Owner's Representative services. This Amended and Restated Agreement with Hill lnternational, lnc., for owner's representative services for the Project revises the contract form, scope of services, staffing requirements, fees, and expenses driven by the change from design-build to CMR approach. 139 Hill lnternational- Owner's Representative Services for the MBCC Expansion and Renovation Project October 21, 2015 Page 2 of 2 FEE !NFORMATION Basic Services and Expenses A copy of the Amended and Restated Agreement is attached as Exhibit A. Fees and expenses have increased by $1,557,245, from $4,028,428 to $5,585,673. The new total represents 0.91o/o of the $615.7 million Project budget. The increase is comprised of the following: . An increase 'from 5.22 to 7.28 full-time equivalents over the 3O-month construction period at an average rate of $145 per hour totaling $1 ,650,125. This includes the addition of a full time quality assurance/quality control manager, the addition of a document controller to address contractor- architect question and answers (80% FTE), and increases to scheduling oversight and estimating required under the CMR approach. . Expenses reduced by $92,880 due to trailer rental and setup expenses being part of the GMP, and no longer paid by Hitl. Additional Services - Threshold lnspections o The addition of threshold inspection services totaling $718,080 at an average rate of $90 per hour. CONCLUSION/RECOM M EN DATION The Administration recommends that the Mayor and City Commission adopt the attached Resolution approving and authorizing the Mayor and City Clerk to execute an Amended and Restated Agreement with Hill lnternational, lnc., for owner's representative services for the Miami Beach Convention Center Renovation and Expansion Project, in the amount of $6,303,753. Exhibits: A. Amended and Restated Agreement B. Service Order No. 3 for Threshold lnspection Services JLM / MH T:\AGENDA\201S\OctobeAMBCC Oct 21\Hill lnt'l Amendment\Hill Amended and Restated - MEMO v2.docx 140 RESOLUTION NO, 2015. A RESOLUTION OF THE MAYOR AND CIry COMMISSION OF THE CIry OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AMENDED AND RESTATED AGREEMENT WITH HILL INTERNATIONAL, INC., FOR OWNERS REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT ("PROJECT"), !N THE AMOUNT OF $6,303,753. WHEREAS, on July 30, 2014, the Mayor and Commission authorized the issuance of RFP No. 2014-278-ME for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion Project (the RFP); and WHEREAS, on November 19, 2014, the Mayor and Commission adopted Resolution No. 2014-28849, approving the Owner's Representative Services Agreement with Hill lnternational, lnc.; and WHEREAS, subsequently, on February 11, 2015, the Mayor and City Commission adopted Resolution No. 2015-28924, cancelling the Design/Build solicitation for the Project and directing the Administration to proceed with a CM at Risk procurement methodology, whereby the construction contractor provides pre-construction services for the Project and, following approval of a Guaranteed Maximum Price amendment, the construction phase services for the Project; and WHEREAS, on May 21, 2015, the Mayor and City Commission adopted Resolution No. 2015-29028, approving the CM-at-Risk Agreement between the City and Clark Construction Group, LLC, and authorizing pre-construction services for the Project; and WHEREAS, since May 21, 2015, the City's architect of record for the Project, Fentress Architects, has advanced the design documentation for the Project, and City and Clark have developed and negotiated a proposed Guaranteed Maximum Price ("GMP") for the Project, which GMP Amendment will be considered at the October 21,2015 City Commission meeting; and WHEREAS, the Administration has updated the City's agreement with Hill to conform to the CM-at-Risk delivery method for the Project, provide for the additional monitoring and coordination services required under the CM-at-Risk approach, and authorize a Consultant Service Order for threshold inspection services required for the Project; NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND GITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute an Agreement with Hill lnternational, lnc., attached hereto as Exhibit "A," for Owners Representative Services for the Miami Beach Convention Center Renovation and Expansion Project, in the amount of $6,303,753. 141 PASSED AND ADOPTED this ATTEST: Rafael Granado, City Clerk Philip Levine, Mayor day of 2015. fffiffiffi, ttt^fl-'r5qv@V-il* 142 Exhib* A AGREEMENT BETWEEN CITY OF MIAMI BEACH AND HILL INTERNATIONAL, ING. FOR OWNER'S REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT Resolution No. I OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION143 TABLE OF CONTENTS DESCRIPTION ARTICLE 1. DEFINITIONS ARTICLE 2. BASIC SERVICES ARTICLE 3. THE CITY'S RESPONSIBILITIES ARTICLE 4. ADDITIONAL SERVICES ARTICLE 5. REIMBURSABLE EXPENSES ARTICLE 6. COMPENSATION FOR SERVICES ARTICLE 7. CONSULTANT'S ACCOUNTING AND OTHER RECORDS ARTICLE 8. OWNERSHIP OF PROJECT DOCUMENTS ARTICLE 9. TERMINATION OF AGREEMENT ARTICLE 10. INSURANCE ARTICLE 11. INDEMNIFICATION AND HOLD HARMLESS ARTICLE 12. LIMITATION OF LIABILITY ARTICLE 13. NOTICE ARTICLE 1 4. MISCELLANEOUS PROVISIONS SCHEDULES: SCHEDULE A - SCHEDULE A-1 SCHEDULE B - SCHEDULE C - SCOPE OF BASIC SERVICES - CONSULTANT SERVICE ORDER CONSULTANT COMPENSATION, HOURLY RATES AND FEE SCHEDULE INSURANCE AND SWORN AFFIDAVITS PAGE 3 6 9 10 11 11 13 13 14 15 17 17 18 18 22 29 30 2 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION144 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HILL INTERNATIONAL, INC. FOR OWNER'S REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT This Agreement made and entered into this _ day of October, 2015 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and HILL INTERNATIONAL, lNC. a Delaware corporation having an office at601 Brickell Key Drive, Suite 600, Miami, FL 33131 (hereinafter referred to as Consultant or Owner's Representative). WITNESSETH: WHEREAS, the City issued a competitive solicitation for an Owner's Representative to provide comprehensive services in the organization, coordination, management and administration of all aspects of the renovation and expansion of the Miami Beach Convention Center (the Project), on the terms and conditions set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of those certain professional services relative to the Project. NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEF!NITIONS 1.1 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to and not othenruise contemplated by or related to the Basic Services set forth in Schedule A hereto, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.2 BASIG SERVICES/SERVICES: "Basic Services" or "services" shall mean all services, work, and actions by the Consultant performed pursuant to the terms of this Agreement and as described in Schedule A of this Agreement. Any work or scope of services not specifically included as Additional Services (as defined herein) shall be considered Basic Services. 1.3 CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida,33139. 1.4 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.5 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matter(s) owNER's RE'RESENTATT'E sERVT.ES - MrAMr BEA.H ao*r=*t,o'* .ENTER REN.,ATToN & EX'ANST.N145 concerning the Services and/or this Agreement (exclusive of those authorizations reseryed to the City Commission or regulatory or administrative bodies having jurisdiction over any matte(s) related to the Project, the Services, and/or this Agreement). '1.6 CONSULTANT/OWNER'S REPRESENTATIVE: The named entity on page 1 of this Agreement, the "Consultant" or "Owner's Representative" shall mean the licensed firm that has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, approved sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. 1.7 CONSULTANT SERVICE ORDER: "Consultant Service Order" shall mean the work, services and/or tasks assigned by the City to Consultant (and issued pursuant to the notice, in substantial form, attached as in Schedule "A-1" hereto), and specifically describing and delineating the particular Services (Basic and otherwise) which will be required of Consultant for the portion of the Services that is the subject of such Order. Consultant shall not commence any Seryices, and shall not be compensated for any Services, unless authorized in advance by a Consultant Service Order. 1.8 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, an adjustment in the fee and/or completion dates. Unless the City Commission othenruise delegates authority to the City Manager, contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00) or the City Manager if they are fifty thousand dollars ($50,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than fifty thousand ($50,000.00), the City Manager reseryes the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.9 CONTRACT DOCUMENTS: "Contract Documents" shall mean the agreement between the City and Construction Manager, dated May 21, 2015 and approved pursuant to Resolution No. 2015-29028, for the construction of the Project (together with all exhibits, addenda, and written amendments issued thereto), including completed Construction Documents (once approved by the City), and any approved modifications thereto. 1.10 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean all technical drawings and other documents issued by the Architect-Engineer identifying, among other things, the design, location, and dimensions of the Work and which set forth in detail the requirements for the construction of the Project, and generally including plans, elevations, sections, details, schedules, diagrams, Shop Drawings, and the specifications with the written requirements for materials, equipment, systems, standards and workmanship for the Work (including Division 1 through _ of the Specifications). 1.11 CONTRACTOR/CONSTRUCTION MANAGER: "Contractor" or "Construction Manager" shall mean Clark Construction Group, LLC, the entity contracting with City for the construction of the Project, in accordance with the Contract Documents. 1.12 ARCHITECT-ENGINEER: The"Architect-Engineer" shall mean FentressArchitects, the firm that has entered into a separate agreement with the City to perform architectural, engineering, or other design and construction administration services for the Project, and/or such other architects, engineers, or consultants employed by Architect-Engineer for the Project. owNER's RE'RESENTATT'E sERVTcES - M.AMr BEACH "o*r=*r,o1, cENTER RENovATToN & ExpANSroN146 Wherever the word "Architect" or "Engineer" appears in the Contract Documents, it shall be deemed to refer to the ArchitectEngineer and/or the design professionals engaged by the Architect-Engineer. 1.13 DESIGN DEVELOPMENT DOCUMENTS: "Design Development Documents" shall mean the plans, specifications, and other documents developed by the Architect-Engineer during the Design Development phase of the Project, which fix and describe the size and character of the Project as to architectural, structural, mechanical, plumbing and electrical systems, materials, and such other elements as may be appropriate. 1.14 FORCE MAJEURE: Solely for purposes of this Agreement, a "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. 1.15PROJECT: The "Project" shall mean the complete renovation of the Miami Beach Convention Center ("Convention Center"), including an expansion of a ballroom and auxiliary spaces; parking above portions of the Convention Center; exterior landscaping and a 6.5 acre public park; the renovation of Convention Center Drive, including relocation of utilities; and all Work, including permitting, construction and code inspection that is required to accommodate and complete the Project in accordance with and as detailed in the Contract Documents, and as is contemplated thereby or reasonably inferable therefrom. 1.16 PROJECT CONSULTANT: The "Project Consultant" shall mean Strategic Advisory Group, a strategic consultant to the City for the Project. 1.17 PROJECT COORDINATOR: The "Project Coordinator" shall mean Maria Hernandez, Project Director for the Miami Beach Convention Center District, or the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Prolect. 1.18 PROPOSAL DOGUMENTS: "Proposal Documents" shall mean Request for Proposals No. 2014-278-ME entitled "Owner's Representative Services for the Miami Beach Convention Center Renovation and Expansion Project" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), (the RFP), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.19 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A Schedule B Schedule C Scope of Basic Services. Consultant Compensation, Hourly Billing Rates, & Fee Schedule lnsurance Requirements and Sworn Affidavits 5 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION147 1.20 SCOPE OF SERVICES: "Scope of Services" shall include the Basic Services described in Schedule "A" hereto, and any Additional Services (as approved by the City), and shall include the particular work, services, and/or tasks assigned to Consultant pursuant to the City's issuance of a Consultant Service Order. 1.21 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Construction Manager of all duties and obligations proposed by the Design Build Contract for design and construction of the Project. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide the Basic Services, as set forth in Schedule "A" hereto and authorized by Consultant Service Orders. 2.2 Consultant shall provide a project team at all times that shall have sufficient capacity, skill and experience to perform the Services ("Consultant's Team"). The Consultant's Team is considered essential to the performance of the Services. The initial Consultant's Team identified in the Consultant's Proposal is approved by the City. 2.2.1. Consultant agrees to designate Steve DiBartolo as its project manager (hereinafter referred to as the "Project Manage/'). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Coordinator. 2.2.2. Consultant may not, without the advance written consent of the City, reassign or replace any member of the Consultant's Team or divert any member of the Consultant's Team to other projects, including but not limited to the Project Manager. Any replacement personnel shall be subject to the Project Coordinator's advance written approval. City shall at all times have the right to approve the specific Consultant employees performing work on the Project. City shall have the right to require the substitution or removal of any Consultant employee from the Project, if in the City's sole judgment, such employee's conduct or performance is detrimental to the Project. 2.3 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or Project Coordinator. Consultant shall countersign the Consultant Service Order upon receipt, and return the signed copy to the City. 2.4 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws") and that Consultant is experienced, fully qualified, and properly licensed pursuant to all applicable laws to perform the Services. As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Consultant shall require that its subcontractors, if any, maintain any and all necessary governmental licenses, certificates, owNER's RE'RESENTATT,E sERVT.ES - M'AMr BEA.H "o*u=*r,ou* .ENTER RENovATToN & ExpANSroN148 approvals, and permits that are required for the performance of the Services. The Consultant agrees to maintain in full force and effect all such required licenses, certificates, approvals, and permits throughout the Term. 2.5 Consultant shall diligently coordinate performance of its Services with the City (through the Project Coordinator) in order to facilitate the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.6 Consultant acknowledges and agrees that it may be required, from time to time, to provide the Services outside of normal working hours in order to monitor the progress of the Construction Manager's Work, based on the Construction Manager's schedule for performance thereof. Consultant acknowledges and agrees that any costs associated with such scheduling requirements are incorporated into the fees/hourly billing rates set forth in Schedule B. 2.7 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the administration of comparable projects in South Florida. 2.8 Consultant acknowledges and agrees that time is of the essence in the completion of a Project. 2.9 The term of this Agreement shall commence upon execution by the parties which shall be the Effective Date and will remain in full force and effect until the completion of the Services, subject to earlier termination as provided in this Agreement. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, including the time for completion of the work and/or services as set forth in any Consultant Service Order. Nothing herein shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.10 Consultant shall use reasonable professional efforts to maintain a constructive, professional, cooperative working relationship with the Prolect Coordinator and other City staff, Construction Manager, the Architect-Engineer, and any and all other individuals and/or firms that have been contracted, or othenuise retained, to perform work on the Project. 2.11 The Consultant shall perform the Services and its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and, under any Consultant Service Order issued to the Consuttant by the City (including the Services performed by sub-consultants), within the specified time period and specified cost. Consultant shall provide the personnel, and project hours, identified in Schedule B. The Consultant is responsible for, and shall represent to City that its work conforms to the City's requirements, as set forth in the Agreement. 212 The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or omissions in the performance of the Services. ln addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the Agreement terms. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the Services required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's owNER's RE'RESENTATT'E sERVT.ES - MrAMr BEA.H "o*u=*r,J, .ENTER RENovATToN & EX'ANST.N149 rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub-consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, unlawful acts, negligent acts or omissions in the performance of the Agreement. With respect to the performance of Services by sub-consultants, the Consultant shall, in approving and accepting such Services, confirm the professional quality, completeness, and coordination of the sub-consultant's Services. The Consultant is advised that performance evaluation(s) of the work andlor services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.13 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non- public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in this Agreement and in Schedule "A" hereto, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order. Any ancillary work that may be required or necessary for the successful completion of the Basic Services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in such scope of services). 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. ln addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under this Agreement and/or applicable laws. 2.18 Consultant shall not utilize any sub-consultants to complete the Services, except upon the advance written approval of the City, which approval may be withheld at the City's sole discretion. Any services provided by sub-consultants, if approved by the City Manager, shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub-consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager or his/her designee, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub- consultant from the Consultant to the City. The quality of services and acceptability to the City of owNER's RE'RESENTATT,E .ERVT.ES - M,AMr BEA.H "o*ra*r,oL .ENTER RENovATToN & ExpANSroN150 the services performed by sub-consultants shall be the sole responsibility of Consultant. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIB!LIT!ES 3.1 The City Manager shall designate a Pro1ect Coordinator, in writing, who shall be the City's authorized representative to coordinate and facilitate (on behalf of the City) all matters related to this Agreement and the Prolect during the design and construction of same (except unless otheruvise expressly provided in this Agreement or the Contract Documents). The Prolect Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and/or matters requiring the City's approval, in its proprietary capacity, as owner, under the Contract Documents. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Services described in this Agreement;b) the Term of this Agreement; orc) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and thatit is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 3.4 lf the City observes or othenuise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.5 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.5.'1 The City Commission shall be the body to consider, comment upon, or approve any assignment, of this Agreement. 3.5.2 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. ln such cases, the Commission's decision shall be final and binding upon all parties. 3.5.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be owNER's RE'RESENTATT'E sERVT.ES - MrAMr BEA.H "o*u=*r,o'* cENTER RENovATToN & EX'ANSToN151 specified by the City of Miami Beach Procurement Ordinance, as amended). 3.6 Except where othenvise expressly noted in this Agreement or in the Contract Documents, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where othenruise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.6.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants (and any replacements). 3.6.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not othenruise expressly provided for in this Agreement. ln his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.6.3 Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole discretion. 3.6.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.6.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.6.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article g hereof). ARTICLE 4. ADDITIONAL SERVICES 4.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; an hourly fee (in accordance with the rates in Schedule "8" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). owNER's RE'RESENTATT'E sERVTcES - M'AMr BEA.H "o*r=*a,ot,3cENrER RENovATToN & EX'ANSToN152 ARTICLE 5. REIMBURSABLE EXPENSES 5.1 Reimbursable Expenses are an allowance set aside by the City in the aggregate not-to- exceed amount of $102,833.00, to cover certain actual expenditures made by the Consultant in the interest of the Project. Notwithstanding the preceding, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. lnvoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." 5.2 Reimbursable Expenses may include the following: 5.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 5.2.2. Costs for trailer office equipment limited to: trailer/personal copier, office supplies, coffee & water, TV, RefrigeratoriMicrowave, and trailer server setup. 5.2.3. Cost for local mileage (at City's standard mileage rate) incurred when on project business, local mileage for off-site project staff, cost of parking, cost of airfare, rental car, taxis, meal per diems (at City per diem rates) and hotel accommodations, in furtherance of the performance of the Services. Any such costs shall be reimbursed at actual rates (no markups) in accordance with Florida Statute 112.061, as may be amended. Consultant shall obtain advance written authorization from the Project Coordinator or his/her designee for travel expenses. Failure to obtain such prior authorization shall be grounds for City's rejection of payment fo.r any travel expenses. The City and Consultant anticipate that travel-related reimbursements will be limited to pre-approved travel for Consultant's Project Manager, and that absent City-requested travel, Consultant will not otherwise be compensated for travel expenses its personnel may incur in the performance of the Services. ARTICLE 6. COMPENSATION FOR SERVICES The City agrees to pay and the Consultant agrees to accept, for services rendered pursuant to this Agreement, the fees and other compensation in accordance with one or a combination of the methods outlined below: 6.1 Consultant shall be compensated for Basic Services on a "Lump Sum" basis for the Services, based on the monthly fee schedule and hourly rates set forth in Schedule B, or as may be set forth or othenuise described in the Consultant Service Order issued for any portion of the Services, as negotiated between City and Consultant. Such fees shall constitute full compensation to the Consultant for all costs incurred by Consultant in the performance of the Services, including but not limited to overhead expenses, fringe benefits, overtime costs, operating margins and all other costs not covered by Reimbursable Expenses. 6.2 Consultant shall not have any entitlement to provide any Services under this Agreement, except for any portion of the Services authorized by the City, at its sole discretion, in a Consultant Service Order. Consultant shall not commence any Services, and shall not be compensated for any Services, unless authorized in advance by a Consultant Service Order. owNER's RE'RESENTATT'E sERVTcES - M,AMr BEA.H "o*r=*r,i,l .ENTER REN.,ATToN & EX'ANSToN153 6.3. Payments for Services shall be based on the monthly fee detail listed in Schedule B and provided by Consultant for each phase of the Project. Payment shall be made within thirty (30) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. No mark-up shall be allowed on subcontracted work. 6.4 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not), and such fees shall constitute full compensation to the Consultant for all costs incurred by Consultant in the performance of the seryices, including but not limited to overhead, fringe benefits, overtime, operating margins and all other costs not covered by Reimbursable Expenses. 6.5 Approved Reimbursable Expenses shall be paid in accordance with Article 5 hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 6.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 6.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. lnvoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. ln the event sub-consultant work is used, the percentage of completion shall be identified. lnvoices shall also itemize and summarizeany Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 6.7.1 lf requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). 6.7.2 The City shall pay Consultant within thirty (30) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 6.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. 6.7.4 Consultant shall be solely responsible for payments to Sub-consultant(s) approved under this Agreement. Consultant shall not submit invoices which include charges by Subconsultant(s) unless such services have been performed satisfactorily and the charges are, in the opinion of the Consultant, payable to such Sub-consultant(s). Consultant shall promptly make all payments to Sub-consultant(s) following receipt of payment by the City. 6.8 The maximum compensation for the Basic Services under this Agreement shall be the not-to- exceed amount of $5,585,673. Pursuant to Consultant Service Order No. 3, City authorizes Additional Services for threshold inspections in the not-to-exceed amount of $718,080, for a total compensation under this Agreement in the amount of $6,303,753. 6.9 The City reserves the right in its sole discretion, to negotiate mutually acceptable fees and rates with Consultant that are less than those set forth herein for any portion of the Services. owNER's RE'RESENTATT,E sERVTcES - MrAMr BEA.H "o*r=*r,i*'cENTER RENovATIoN & EX,ANSToN154 6.10 ln the event extended Services are required beyond the schedule contemplated herein for the completion of the Project (June 30,2018), the City shall authorize Consultant to provide such extended Services by issuing a separate Consultant Service Order. The Consultant's monthly fee shall be based on the approved billing rates set forth in Schedule B, and the specific Services and staffing required by the City during such extended period (as determined by the Project Coordinator). 6.11 Notwithstanding any provision herein to the contrary, the City's obligations under this Agreement shall be subject to and contingent upon the City's obtaining the full amount of all financing or other funding that the City may require for the Project and/or for payment of the Consultant's Services. ln the event this contingency is not satisfied and City does not obtain the necessary financing or sufficient funding to proceed with any portion of the Project and/or Consultant's Services, City shall notify Consultant in writing, and this Agreement shallbe null and void and City shall have no further obligations under this Agreement, other than to compensate Consultant for work performed satisfactorily under any previously authorized Consultant Service Order. Except as set forth herein, Consultant hereby waives any other rights or remedies at law or in equity with regard to any matter arising out of this Agreement. ARTICLE 7. CONSULTANT'S ACCOUNTING AND OTHER RECORDS All books, records (whether financial or othenrise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 13, during customary business hours upon reasonable prior written notice. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. lncomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and confirm compliance therewith. ARTICLE 8. OWNERSHIP OF PROJECT DOCUMENTS 8.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, ln addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 1 19, Florida Statutes. l3 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION155 8.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 8.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City and payment to the Consultant for such adaptations will be at Consultant's current rate to adapt the original copyrighted material to a new site. 8.4 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 9. TERMINATION OF AGREEMENT 9.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. ln the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 9.2 TERMINATION BY CITY FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner, including but not limited to providing any of the staffing outlined in Schedule B. ln the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 9.2.1 ln the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 9.2.2 ln the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 9.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 9.3 TERMINATION BY CITY FOR CONVENIENCE: ln addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. ln the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date owNER's RE'RESENTATT,E .ERVTcES - MrAMr BEA.H "o*u=*r,Jil .ENTER RENovATToN & EX'ANSToN156 (as set forth in the City's written notice), for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents (referenced in subsection 10.2.3 above), and for any reasonable demobilization costs and expenses incurred by the Consultant. Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 9.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. ln the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination, and for Consultant's costs in assembly and delivery to the Prolect Coordinator of the Project documents and any reasonable demobilization costs and expenses incurred by Consultant; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initialwritten notice). 9.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 9.5 IMPLEMENTATION OF TERMINATION: ln the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project coordinator). ARTICLE 10. INSURANCE 10.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: 10.1.1. Worker's Compensation and Employers'Liability lnsurance as required by Chapter 44Q of the Florida Statutes. 10.1.2. Commercial General Liability on a comprehensive basis, including Premises and Operations, Personal lnjury/Advertising lnjury, Contractual Liability and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence, for bodily injury and property damage. The general aggregate limit, if any, must be maintained for the duration of this agreement. The Consultant shall name the City of Miami Beach as an Additional lnsured with respect to this coverage. 10.1.3. Automobile Liability covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. 10.1.4. Professional Liability (Errors and Omissions) lnsurance, including wrongful acts, errors, and/or omissions, including design errors of Architect for damage sustained by reason of or in the course of operations under this contract, in an amount not less than $5,000,000 with the deductible per claim, if any, not to exceed 10o/o of the limit of liability. The Professional Liability policy/coverage shall be amended, if necessary, to include the following: 15 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION157 . Description of operations on the declaration describing the scope of your professional services shall include all aspects of the services performed under this contract, including events arising out of your operations or any qualified sub-consultants and sub-tier consultants.o Coverage for claims alleging improper supervision of sub-consultants and subtier consultantso Deletion of any exclusions pertaining to design/build liabilityo Coverage shall apply for three (3) years after Project is complete 10.2. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days advance notice to the certificate holder. Consultant shall furnish endorsements effecting coverage required by this insurance section. The endorsements are to be signed by a person authorized by that lnsurer to bind coverage on its behalf. The Consultant shall provide complete copies of all required insurance policies, including endorsements effecting coverage, upon the written request of the City. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 17OO CONVENTION CENTER DRIVE RISK MANAGEMENT, 3rd FLOOR MIAMI BEACH, FL 33139 10.3. Compliance with the foregoing requirements shall not relieve the Consultant of his liability and obligation under this section or under any other section of this agreement. 10.4. The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 10.5. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida. lnsurance is to be placed with insurers with a current A.M. Best Rating of no less than A:Vll, unless othenryise acceptable to the City's Risk Manager. 10.6. The Consultant agrees to waive subrogation which any insurer of Consultant may acquire from Consultant by virtue of the payment of any loss. Consultant agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. 10.7. Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to review a certified copy of such policies, at Consultant's corporate headquarters upon five (5) days written request to Consultant. ARTICLE 11. INDEMNIFICATION AND HOLD HARMLESS 11.1 Consultant shall indemnify, defend and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, but only to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement and/or in the performance of any Consultant Service Order issued by the City to Consultant pursuant to this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and reasonable attorney's fees with counsel approved by Consultant's insurance carrier which may issue thereon. owNER's RE'RESENTATT'E sERVTcES - MrAMr BEA.H "o*ua*r,i,i.ENTER RENovATToN & EX'ANSToN158 Consultant expressly understands and agrees that any insurance protection required by this Agreement (or otherurrise provided by Consultant) shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 11.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. ln reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 12. LIMITATION OF LIABILITY 12.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds $1O,OOO. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess $10,000. The $10,000 limit is in addition to any amounts due to Consultant for outstanding invoices or services performed. 12.2 Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. 12.3 LITIGATION AS A NON-PARTY. lf Consultant is brought into litigation on this project or in connection with this Agreement as a non-party through (for example) a subpoena for records, deposition request, court directive or otherwise and the City is a party for which the Consultant has no duty of indemnification, the City will pay reasonable costs incurred by Consultant, as may be mutually agreed-upon and specified in a Consultant Service Order, in compliance with any subpoena, deposition, court directive or otherwise including, but not limited to, document and records reproduction costs, search and review time, preparation time, appearance time, legal fees incurred, travel and other expenses, at all employees' regular billing rate at the time these costs are incurred and any other third party costs incurred. ARTICLE 13. NOTICE All written notices given to City by Consultant shall be addressed to: City of Miami Beach - City Manager's Office 1700 Convention Center Drive Miami Beach, Florida 33139Attn: Maria Hernandez, Project Director, Convention Center District All written notices given to the Consultant from the City shall be addressed to: Hill lnternational, lnc. 303 Lippincott Centre Marlton, NJ 08053 Attention: William Dengler, Jr., Senior Vice President and General Counsel owNER's RE'RESENTATT,E sERVT.ES - MrAMr BEA.H "o*r=*r,iJ cENTER RENovATToN & ExpANSroN159 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 1 5. MISCELLANEOUS PROVISIONS 14.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of F|orida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 14.2 EQUAL OPPORTUNIry EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to confirm that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 14.3 PUBLIC ENTITY CRIMES AGT: ln accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 14.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or othenruise recover) the full amount of such fee, commission, percentage, gift, or consideration. 14.5 LAWS AND REGULATIONS: 14.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 14.5.2 Proiect Documents. ln accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "lnspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, owNER's RE'RESENTATT,E .ERVT.ES - M,AMr BEA.H "o*u=*r,oti cENTER RENovATToN & EX'ANST.N160 and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. lnformation made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 14.5.2.1 ln addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 14.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 14.4.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 14.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 14.6. FORCE MAJEURE. Neither party is responsible for any failure to perform its obligations under this Agreement, if it is prevented or delayed in performing those obligations by an event of Force Majeure. The party prevented from or delayed in performing its obligations as a result of a Force Majeure (the "Affected Party") must immediately notify the other party of the Force Majeure event and the reasons preventing or delaying the performance of its obligations hereunder. The Affected Party must use its reasonable efforts to mitigate any impacts on its performance. The Affected Party must as soon as reasonably practicable recommence the performance of its obligations once the event of Force Majeure has passed. A Force Majeure event shall not relieve a party from liability for an obligation which arose before the occurrence of that event, nor does that event affect the obligation to pay money in a timely manner which matured prior to the occurrence of that event. Consultant shall have no entitlement to, and City shall have no liability for, any costs, losses, expenses, damages relating to any Force Majeure event, or for the payment of fees during an event of Force Majeure. 14.7 WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement and under any Consultant Service Order issued by the City to Consultant shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercialfacilities. 14.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. l9 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION161 14.9 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub-consultants, subject to the prior written approval of the City Manager. Any purported assignment, transfer or conveyance of this Agreement in violation of this provision shall be void. 14.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 14.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVIGES: ln the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 14,12 INTENT OF AGREEMENT: 14.12.1 The intent of the Agreement is for the Consultant to provide design and construction monitoring/management services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The primary role of the Owner's Representative will be to confirm that the City receives a renovation and expansion consistent with the Construction Documents and the Contract Documents in a timely manner for the agreed upon price. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 14.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 14.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 14.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. lt is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 20 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION162 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: City Clerk Mayor CONSULTANT: Attest Signature Signature Print Name/Title Print Name/Title APPROVED ASTII rcRM & I.ANGUAGE IFOR SGCUNON a-L0" ,(- ,o-rz-t5 CityAttorney aq\f Date 2t OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION163 SCHEDULE A SCOPE OF BASIC SERVICES The Project will be overseen by the City's dedicated Project Coordinator, augmented by the Owner's Representative team. The City and Owner's Representative will be assisted by a dedicated on-site architect from the Architect-Engineer's team. The primary role of the Owner's Representative will be to monitor all aspects of the Work to confirm that the Construction Manager delivers a Project that is in accordance with the requirements of the Contract Documents, in a timely manner for the agreed uponprice. The Construction Manager will be responsible for managing the Project and the Owner's Representative and its dedicated on-site staff will monitor the Construction Manager's performance. The Basic Services for the Consultant shall include, but not be limited to, the following Services: PART 1 - ADMINISTRATION OF THE PRE.CONSTRUCTION PHASE Simultaneously with the execution of this Agreement, the City shall issue a Consultant Service Order for the pre-construction phase of the Project, which shall cover the Services required of Consultant through the execution of the Design-Build Contract, which the City anticipates shall take place on or about May- June, 2015. The Services during this phase shall include, but shall not be limited to, the following: 1.1 Proiect Records. The Consultant shall implement and use the City's e-BuilderrM system for data warehousing and document management, and shall maintain all pertinent Project records, including a copy of the Construction Documents and Record Drawings. 1.2 Communications and Coordination. Consultant shall establish lines of communication with the City, the Construction Manager, the Architect-Engineer, Contractors, and relevant agencies in accordance with the Contract Documents. Overall project communications and monitoring shall be provided by the Consultant's Project Manager. 1.3 Proqress Meetinos and Presentations. Consultant shall participate in briefings and progress meetings relative to the Project regularly as the progress of the Project requires, or as othenrvise directed by the City, and shall attend and/or assist in the preparation of materials for meetings of the City Commission, relevant sub-committees, and any other groups as directed by the City, including the Construction Manager; the finance team; the legal team; any other group required to achieve Project completion. 1.4 Communitv Stakeholder lnformation Meetinqs. The Consultant shall be expected to attend, address residents' concerns, participate, produce meeting minutes, and take a lead role in information meetings with the City for the Project with residents, community stakeholders and others impacted by the progress of the Work. 1.5 Construction Manaqer Proposal Review. ln conjunction with the City, the Project Consultant, and the Architect-Engineer, Consultant shall assist with the review and editing of the Construction Manager Request for Proposal, Design Development Documents and the template for the Construction Manager contract for the Project. 1.6 Construction Manaqer Pre-Proposal/Q&A. Consultant shall assist with hosting a pre-proposal conference and answering bidder questions. 1.7 Construction Manaqer Proposal Review. ln conjunction with the City, Project Consultant, and ArchiteclEngineer, Consultant shall assist with the technical review of the Construction Manager submittals, interviews and recommendations to the City. 1.8 Construction Manaqer Contractinq. ln conjunction with the City and SAG, Consultant shall assist with the negotiation of the Construction Manager's agreement. 22 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION164 PART 2 - ADMINISTRATION OF THE DESIGN-BU|LD PHASE (DESlcN DEVELOPMENT AND coNSTRUCTtON) The City intends to assign Services for the Project via separate Consultant Service Orders which correspond to the Notice to Proceed issued for each portion of the Project, including the Pre- Construction Services/Design Development phase which the City anticipates shall take place in 2015 following execution of the Contract Documents, as well as the Construction Phase, which the City anticipates shall commence on or about December, 2015. The Services during this phase shall include, but shall not be limited to, the following: 2.1 On-Site Owner's Representative. The Consultant shall serve as the City's on-site representative of the City at the site, and subject to review by the City or his/her duly authorized representative, shall have the authority to monitor the performance of the Work to confirm conformance with the Contract Documents. The Consultant shall assign on-site dedicated staff to monitor the Construction Manager during construction. 2.2 General Oversiqht. The Consultant shall communicate daily or periodically with the City, the Project Consultant, the Architect-Engineer and Construction Manager, as needed, but in no case less than every two weeks for the Project, to review and agree upon the Work performed to date and to establish the controlling items of Work for the next two weeks. Consultant shall report on concerns as it relates to the construction effort and activities. The Consultant shall monitor and verify that the Construction Manager has made the required notifications to the utility owners, residents and businesses as may be required. Consultant shall monitor the coordination of construction activities with adjacent construction areas and agencies having jurisdiction. 2.3 Weeklv Construction Proqress Meetings. The Consultant shall attend, participate and take a lead role in weekly construction project meetings with the City, Project Consultant, Architect-Engineer and Construction Manager on the Project. These meetings shall serve as forums to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, and to resolve problems before they become critical. 2.4 Presentations/Meetinqs. Consultant shall participate and assist in the preparation of materials for meetings of the City Commission and/or committees thereof, or meetings any other groups, as directed by the City. Consultant shall participate in Project meetings, including meetings with City, the City Commission and/or committees thereof; the Design-Build team and their consultants; the finance team; the legal team; or meetings with any other group involved in the Project. 2.5 Field Observations. The Consultant shall conduct field observations on a daily basis throughout the duration of construction and document, with photographs, a daily report of the conditions and progress of the Work and conformance to the Contract Documents. The Consultant shall be present at the construction site daily during the construction phase of the Project and shall be expected to be available, as needed, throughout the Contractor's work day. 2.6 Dailv Reports. The Consultant shall prepare daily reports, on the same date as construction occurs, to record the daily performance of the Construction Manager as well as other significant construction related matters. Daily reports shall be uploaded by the Consultant to e--BuilderrM, the City's document management system. At the end of each week, the Consultant shall fonvard the original daily reports to the City for review. The Consultant shall maintain and file paper copies of the daily reports onsite for reference. The daily reports shall include records of when the Construction Manager is on the job-site, general field observations, damage to any existing facilities, weather conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing activities, testing results, testing observations, and records of the outcome of tests and inspections. At a minimum the daily owNER's RE,RESENTATI'E .ERVT.ES - MrAMr BEA.H "o*r=*r,fi .ENTER REN.'ATToN & EX'ANSToN165 reports shall contain the following information: . Weather and general site conditions ' Construction Manager's work force counts by category and hours worked. Description of Work performed including location. Equipment utilized. Names of visitors to the jobsite and reason for the visit. Tests made and results ' Construction difficulties encountered and remedial measures taken. Significant delays encountered and apparent reasons why. Description of (potential) disputes between the Contractor and City' Description of (potential) disputes between the Contractor and residents' Summary of additional directions that may have been given to the Contractor' Detailed record of materials, equipment and labor used in connection with extra work, or where there is reason to suspect that a claim or request for Change Order may be submitted by the Construction Manager ' Summary of any substantive discussions held with the Construction Manager andior City ' Summary of nonconforming work referenced to corresponding Non-Compliance Notice. A log of photographs taken 2.7 Weeklv Reoorts. Consultant shall prepare weekly meeting minutes of Progress Meetings and a weekly report that describes the construction activities, progress, incidents and issues that have occurred on the construction site. Consultant shall distribute the weekly report to all meeting attendees, review the two week look ahead provided by the Construction Manager and provide comments or objections to written statements within the specified timeframes. 2.8 Monthlv Reports. Consultant shall review the progress reports required to be submitted by Construction Manager and shall prepare monthly reports regarding the status of the Project that incorporate design status, schedule, budget, approval status, and any other pertinent data points. 2.9 Photoqraohic Record. Consultant shall provide a photographic record of the overall progress of construction, beginning with preconstruction documentation, following with on-going construction documentation, and ending with post-construction documentation. Photographs shall be digital snapshot type taken to define the progress of the project and shall be filed electronically by month in e- BuilderrM,the City's document management system, labeled by date, time and location. The Consultant shall upload all photos to the e-BuilderrM document management system on a weekly basis. 2.10 Adherence to the Contract Documents. Consultant shall take the lead in the scheduling of on- going, weekly construction meetings and monitor on-site progress to confirm adherence to the Contract Documents. 2.10.1 The Consultant shall review materials and workmanship performed on the Project and the progress of all Work and report to the City any deviations from the Construction Documents or other Contract Documents that may come to the Consultant's attention. Consultant shall assist the City in determining the acceptability of the Work and materials and, in concert with the Architect-Engineer (as necessary), make recommendations to the City that it take actions pursuant to the Contract Documents to ensure the faithful performance by Construction Manager of this Agreement, which recommendations may include, but shall not be limited to, withholding of certificates or approvals of Applications for Payments, rejecting of non-conforming or defective Work; requiring efficient superintendence and operation by the Construction Manager, and the like. 2.10.2 Consultant shall monitor communications and coordination of the Project Work with work done by, or for, public or private utility companies with respect to the relocation, support, protection or replacement or installation of utilities in accordance with the Construction Documents and/or Contract owNER's RE'RESENTATT,E sERVT.ES - MrAMr BEA.H "o*u=*r'31.ENTER RENovATToN & EX'ANSToN166 Documents, and shall keep the City informed of the progress of utility-related activities and Work. 2.10.3. Consultant shall monitor and review the Construction Manager's performance of the Quality Control Plan for the Project, including observation of inspections and testing activities, as provided in the Contract Documents. Consultant may audit and inspect the Construction Manager's and Subcontractors' Quality Control Programs, and may at any time inspect or audit the Work, at all stages of its manufacture, fabrication, factory testing, construction, installation, on-site testing, completion and acceptance procedures, to verify that all Work is performed in compliance with applicable provisions of the Contract Documents. Any such audits, inspections or tests shall not relieve the Construction Manager of any of its obligations under the Contract Documents. 2.11 LEED lnitiatives. Consultant shall monitor the Construction Manager's implementation of the agreed-upon LEED initiatives and certification process. 2.12 Entitlements/Permits. Consultant shall monitor the Construction Manager's application and approval of entitlements and permits, reporting on schedule impacts and facilitating where appropriate. 2.13 Schedule. Consultant shall analyze and continually monitor the Construction Manager's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) to confirm the Construction Manager's adherence to the schedule in compliance with the Contract Documents. The Construction Manager will be required to submit a detailed Project Schedule, Construction Schedule, and other schedule submittals to the Consultant at the pre-construction meeting. The schedules will be reviewed and approved by the Consultant and the City. The schedules will be updated on a bi-weekly basis by the Construction Manager; however, the Consultant will be responsible for reviewing the Construction Manager's schedules to confirm accuracy of the work activities completed. Consultant shall provide a written review of the schedules identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the Contract Documents or recommendations to the City with regard thereto, as well as review of the adequacy of the Contractor's personnel and equipment and the availability of necessary materials and supplies. 2.13.1 ln the event of delays impacting the critical path, Consultant shall make recommendations for corrective action by Construction Manager. 2.13.2 Analysis of the Construction Manager's Schedules will be on the basis of planned versus actual costs for the month and construction contract to date. Consultant shall verify that the Construction Manager is uploading the approved schedule and schedule updates to the City's e- BuilderrM document management system. 2.14 Event Schedulino. Consultant shall also act as the primary liaison between the convention center manager and Construction Manager to confirm scheduled events are accommodated and that the entire facility is open for required Art Basel dates. 2.15 Delivery of Unacceoted Materials to Jobsite. As new materials are delivered to the jobsite, the Consultant shall check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. lf it is determined that a submittal has not been approved, the Consultant shall immediately notify the City and issue a Non-Compliance Notice. ln conjunction with the Architect-Engineer (as necessary), the Consultant shall direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review on a monthly basis and uploaded to e-BuilderrM, the City's document management system on a weekly basis. 2.16 Shop Drawinq Submittals. The Consultant will receive, log and distribute shop drawings to the ArchitectEngineer for their review. ln conjunction with the Architect-Engineer, Consultant shall review approved shop drawings and product approvals for conformance to the Construction Documents and Contract Documents, and for Consultant's familiarity prior to delivery of materials. Consultant shall verify owNER's RE.RESENTATT'E sERVTcES - MrAMr BEA.H "o*r=*r,3i cENTER RENovATToN & EX'ANSToN167 that Construction Manager is maintaining a submittal log, conducting timely submittals, and uploading approved shop drawings to the City's e-BuilderrM document management system. 2.17 lssuance of Non-comoliance Notices. The Consultant shall be responsible for notifying the City when they become aware of a condition that is believed to be in non-compliance with Construction Documents or Contract Documents and/or anytime the Consultant notices a potential construction problem or a condition that could result in non-complying materials, equipment or workmanship. Non- compliance Notices shall include a description of the Work that does not meet the construction contract requirements, along with a required timetable for corrective work to be implemented by the Contractor. Other items that should be included in the Notice include a reference to the provision of the Contract Documents that has been violated. Consultant should also develop a procedure with the Construction Manager for advising the Construction Manager of potential construction problems, errors, or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. 2.18 Requests for lnformation/Construction Document Clarification (RFls/CDCs). ln conjunction with the Architect-Engineer, the Consultant will receive, log and process all RFls and CDCs. When RFls and CDCs involve design issue interpretations, the Consultant shall coordinate with the Architect-Engineer, as needed, to resolve the RFls, CDCs, Field Orders, and other related correspondence. The Consultant shall be also be responsible for verifying that the Architect-Engineer is lroviding a written response to RFls and CDCs in a timely manner and for processing, logging, and distributing all RFls/CDCs and responses thereto. Consultant shall upload all RFI and CDC responses to e-BuilderrM, the City's document management system. 2.19 Chanqe Orders/Claims. The Consultant will manage the change order review process and receive, log and review all requests for project cost and/or schedule changes from the Construction Manager. The Consultant will also fonruard the request to the Architect-Engineer, who shall provide a written opinion as to the merit and value of the request. Consultant shall perform an independent review of the changes and provide a written statement noting recommendation for approval or denial of the Change Order to the City. lf recommended for approval, the Consultant will note if the requested cost and schedule impacts are fair and reasonable. The Consultant will be responsible for maintaining a Change Order log and uploading approved Change Orders to the City's e-BuilderrM document management system. The Consultant shall also participate in change request review meetings with City and Construction Manager to resolve and/or negotiate the equitable resolution of request. The Consultant shall prepare draft response correspondence for the City to use in responding to Construction Manager requests, including the City's replies to formal complaints and disputed items of work. Claims shall first be submitted to the Consultant for initial recommendation for determination by the City at the time and in the manner specified in the Contract Documents. Consultant shall render an initial recommendation for determination of such Claim, in writing, as soon as practicable, but not later than forty-five (45) days of receipt of such Claim, unless the Construciton Manager and City mutually stipulate othenrvise in writing or other circumstances warrant a time modification as determined by the Consultant. 2.20 Pav Requisitions. Consultant shall review and verify Contractor's pay requisition quantities and make appropriate recommendations regarding all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the monthly payment requisition to confirm the status of completed and uncompleted Work and stored materials. The Consultant shall advise the City of quantities being approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be submitted to the City for its review and approval. 2.21 Applications for Pavments. Consultant shall prepare, for City's approval, procedures for the review and processing of applications for payment by the Construction Manager, review applications for payment by Construction Manager, and make recommendations to City concerning payment. Consultant shall review the Construction Manager's pencil copy draft applications for payment and conduct a field walk with regard thereto no later than the 25th day of the month. Consultant shall submit all final owNER's RE'RESENTATT,E 'ERVT.ES - MrAMr BEA.H "o*u=*r,3,lcENTER RENovATToN & EX'ANSToN168 comments to Construction Manager five (5) business days after the field walk/pencil copy review. Construction Manager will then submit completed, certified and corrected final edits with all backup to the Owner's Representative on the first day of the following month. Consultant shall return incomplete pay applications to Construction Manager for further action. 2.22 lnventorv. The Consultant shall monitor the inventory of all the spare parts required, received, and their place of storage. 2.23 Equipment Tests and Svstems Start-up. Consultant shall be responsible for coordinating various tests for quality control on the p@ects; verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel; and that the Construction Manager is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. 2.23 Construction Manaqer Request for Services. When the Contractor requires services from the City for issues such as water main shutdowns, tie-ins to existing water mains, special regulatory inspections, etc., a request shall be made in writing by the Construction Manager, and fonvarded by the Consultant to the City, a minimum of three working days prior to when required. 2.24 Subcontractor Trade Biddinq. Consultant shall monitor the Subcontractor bidding processes, reviewing trade bids and supporting documentation and making recommendations to the City with regard thereto. Consultant shall assist the Construction Manager in conducting pre-award conferences with the recommended bidders and shall gather documentation of contract execution from such bidders. 2.25 Direct Purchase Proqram. lf a Direct Purchase Program is established for the Project, Consultant shall coordinate the City's responsibilities with respect to the Direct Purchase Program in accordance with the Contract Documents. As Owner-Purchased Materials are delivered to the Project Site, Consultant, along with the Construction Manager, shall visually inspect shipments from the suppliers, and approve the vendor's invoices for materials delivered. 2.26 Differinq Site Conditions. Consultant shall review the Construction Manager's written notifications of differing site conditions, will assist in and coordinate the investigation of differing site conditions, and make recommendations to the City as to whether the conditions of the Project Site are so materially different to warrant a change in the terms of the Contract Documents. Consultant shall document the reasons for the City's determinations and prepare associated correspondence to Construction Manager. 2.27 Communications. Consultant shall implement a communication system plan for the distribution of meeting minutes, written and oral communications, Requests for lnformation, progress reports, submittals, changes, test reports, Applications for Payment, payments, logs and other information. PART 3: PROJECT CLOSE OUT PHASE 3.1. Proiect Start Up. Togetherwith the Construction Manager and the City, Consultant shall monitor and observe the testing and start-up and turn-over of all utilities, systems and equipment. 3.2. Punch List. Consultant shall coordinate with the Construction Manager to determine the date of substantial completion. At substantial completion by the Construction Manager, monitor the Construction Manager in the inspection of the Prolect and preparation of a detailed "punch list" specifying any items which require completion, installation or repair. 3.3. Warranties. Consultant shall confirm the delivery by Construction Manager to the City the guaranties, warranties, certifications, releases, affidavits, bonds, manuals, insurance certificates and other items required by the Contract Documents. 27 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION169 3.4. Proiect Documentation. Consultant shall coordinate the submittal of all Project documentation including files, records, drawings, submittals, samples, and other information to the City in an organized and usable form. 3.5 Record Drawinqs. Consultant shall monitor that record drawing mark-ups are properly maintained by the Construction Manager. At a minimum, Consultant shall review the record drawing mark-ups once per month, or more often, if deemed necessary by the City. Construction Manager's failure to maintain the record drawings, including as-builts, in up-to-date condition may be deemed grounds for withholding Construction Manager's monthly payment requisitions until such time as the record drawings are brought upto-date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make final determinations regarding payment withholding. 3.6. Substantial Completion. When the Construction Manager considers that the Work has reached Substantial Completion, the Construction Manager shall notify the Consultant who shall verify that the work has progressed to the substantial completion point in accordance the Contract Documents. lf the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend and participate in the substantial completion "walk-through", perform a substantial completion inspection with the Construction Manager, Architect-Engineer and the City, and prepare a master punch list that describes items remaining to be completed. This master punch list shall be attached to the certificate of substantial completion. 3.7. Final Completion and Proiect Closeout. When the Construction Manager considers that the Work has reached Final Completion, the Construction Manager shall notify the Consultant who shall verify that the work has progressed to the Final Completion point in accordance the Contract Documents. lf the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion "walk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through" and perform a Final Completion inspection with the Construction Manager, Architect-Engineer and the City. lf the work is determined to be incomplete, Consultant and other attendees shall each develop a punch list of items requiring completion or correction prior to consideration of final acceptance of each project which shall be forwarded to the Construction Manager by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion forms and documentation in coordination with the City for the Project. The Consultant shall work with the ArchitectEngineer and the Construction Manager, as necessary to ascertain materials required for the closeout binder, as required by the City, and review the Operation and Maintenance manuals for each project for completeness prior to fonuarding documentation to the City. Once all parties determine the work is complete and the Construction Manager has delivered all close-out documentation to the City, the Consultant shall prepare a Final Certificate for Payment. The Consultant shall be responsible for providing final certifications based on the entire scope of work for the Project. 3.8. 1O-Month lnspection. Consultant shall participate in a warranty inspection ten months following completion of the Project with the Construction Manager, the Architect-Engineer and City. 28 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION170 'R.FESST'NAL 'ERVT.ES ^"-=t="#=-'r'::#==- rHE crry oF MrAMr BEACH AND HILL INTERNATIONAL, INC. CONSULTANT SERVICE ORDER Project Name and No: Service Order No. for Consulting Services. TO: Miami, Florida 331_ DATE: Pursuant to the Agreement between the City of Miami Beach and Consultant for OWNER's REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT (RFP NO. 2014-278-ME) you are directed to provide the following Services: SCOPE OF SERVICES: Part of Schedule A to the Agreement, including as follows: Time for Completion: From Date of this Service Order through _, 201_. Fee for this Service Order: (Specify if fee is Lump Sum or other method of compensation, as well as any additional details, i.e. attach Consultant's monthly pay schedule listing employees) Project Coordinator Date 29 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION171 SCHEDULE B CONSULTANT COM PENSATION Insert Consultant hourly rates and fee schedule] 30 OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION172 Owner's Representotive Services Summory of CMAR Services (Jonuory 2015 Cosi Motrix - June 2018) Dehnii Pitii Lir?et Loada William Rod.iau€z DrewG..ia Cetarin. Padilha Raquel Shohet Charles {O) Oombrowski Mike Correa Ted totis 2015 r2a 1,311 r,lre' 0l .,.0 , t, 'itr,],1 I iO, . t:t :,1 'i. .':: .' 752 I ,, .l l':;l ' !10 ,, 71? r,.l o o t2o ,. : ir'rrll O.r"""i'rlrll 2016 , 9e6, I rrf:,a6i: libes' i;854 r,der 1,854 1,864 350 240 1,864 r,864 16,472 s247,9L2 s210,532 SLt7,43z ss7,600 S38,4oo q2!61552 9266,ss2 2017 '960 1,854 1;364 1,864 1,864 1,864 1,864 240 240 1,864 1,864 16.352 s38,40o 9z'12,t44 2018 60 9a2 982 0 o 501 98? 120. Estimted Phore Houts Hourly Rate ,.t ,,20lgr g1?0:, 12016 517320L7 5176,". 2018 5119 , 1015', 31602016 316r2Ot7 s156zol'a s169 2015 51302o1o St3,2oL7 51362018 s139 zbrs , s13o2o1G Sr332Ot7 513620ta s139 2015 91302016 S1332ot7 51362ota 5139 2015 $110" r"rr:r"'."2016 51132077 51152018 S1t9 2o1s 5602016 $s:20L7 56.6?01q s69 ?o1s S1602016 s16o?OL"t s1602018 5160 2015 S15o20t6 51602011 51602018 s160 2015 s1402016 51432017 51462018 5149 20ts s1402016 51432OL1 s1462018 s149 3,394 982 r i,. 4,129 9/o1,5lo S9s&974 S712194 S19,2oo 9124,t20 ss5,760 s166,OSO. . l:,.i.':'i',.1:;rl rii,liilt${fE,qi0,i,,ll ,li.i . ..i,r.:,litiri,rir.l.riii::l;ill rii ;i rr i ri;,, ril .. rSt0,?40 s209,760 Sso:,s:z sro9r24 ".'':;lr:iiiirliii.lllr.r:..r: r:. S165,958 514s,0S0 S247,912 S253,s04 $135'498 So .. ri, .,.. r'.92i7,91p 5253,504 so 51s,120 s33,s20 s28,320 So So 487,560 s 30,933 s s19.493 S 5o . . tsor,q16 s2s3,s04 so 9s01,416 t2r6,224 'r.'. 1';' s59,s6o s486,416 Sr23,024 567,15A S323,3il s38,400 Phase Ldbot Estimote S Phose Expense Estimte 5 PhoseFeeEstimote I 527 2,L44 S14G,318 $o8s,ot4 2,170,816 s 2,199,232 S 625,232 S 5,482,840 32,200 s 32,200 s 7,sOO5 102,833 2,203,015 s 2,23t,432 5 632,732 5 5,58s,673 lPteoserefertothePhote2OlS,20l6,2OlTond2OlSEstimdtedFeeDetailonpoget2,3,4and5,respectivety 11SEP15 CITY OF MIAMI BEACH 0wner's Represeniative Servtces1ll11 Page | 1 173 Owner's Representotive Services Cosi Motrix Jonuory-December 2015 Eladio'Ca*todad 31 aa t6 27 !r rr \)/ :: t! 22 10 20 10 46 a0 20 10 t20 8o lul Aq 1q, i:'1d1. 1?6 , 168 776 168 scp 4o iL6s 168 40 60 176 LS2 176 152 Dcc 50 176 t76 Lizet Loada William Rodriper DrcwGcrig C.tarina Padilh.aa 76 20 20 20 20 R.qu.l Shohct 20 20 20 80 20 20 20 20Charl.s (OlDombrowski Proi.d ConrolsMmr Mike Correa Ted Lots Phose Hours 1r l- 4/ 5! ttl 2so &2 3a6 476 S2O 4aO r.l . ,r . ! 560 3,3S Proi.d Accutiv. lpr irlrv jr,i1: aa.4a,)S1,7oo Jul 51,700 Nov Dec $x0,2q0 .9t0,2p0 ; l,6ira 9;,)aa ;r2,aN) s19,2oo a,) ),) ,)),ja,; $10,4oo ts5J60 s24,37O S28,t5o 9209'?60 S19,7Go 322,880 :l ;a tl ! i :'t 5q.'.90. So So So s3.200 s145p8O 5o So s12,800 $3,200 53,1b0 53,200 S3,20O S3,2oo S3,2oo S3,2oo Proi..r c.ntrols M.n-.r Ldbor Estimote Expense Estihdte Fee Estimte So s 37,700 s s9,140 s 56,820 s 71,520 S 69,520 5 65,240 S 76,120 S 487,560 S 2,309S 2,309S 2,309S 8,9s9S 3,4s9S 3,45eS 3,4s9 S 30,e33 's40,009 s51,44s $s9,129 SEo,479 5t2,s7s $ 6a,599 S79,s79 S S18,4e3 1 1SEP15 lil11 Page | 2CITY OF MIAMI BEACH Owner's Representative Services 174 Owner's Representotive Services Cost Mqtrix Jonuory-December 2016 gadioCr6trodad lteve Dibartdlo Dennii Parces lizet LoEde Proi.ct MinaGr/ oA-MPF William nodriguez Pnilrl.fuiE OrewGerlg Admin/Do.um.nt control CatarinaPadlihi:1' "'r kh.dul.5upood ftiquel shohet [nimdin.Suopon Ch.rles (Cl)Dombroffiki Proi..t ConirolrMa-.r 80 80 L54 L70 L54 170 1s4 .,1?P 1sa . I iTdl 154 170 154 t70 80 20 20 20 154 170 a0 80 154 X6? 15i ',', .162 7s4 162 154 162 154 162 154 162 20 ?q ,. 20 2b 154 162 Au8 &p &t bo., , 80 80 170 154 154 t70 154 1S4 170 ts4 154 710 Ls4 154 ,.70 .1-54. , 154 Lio 154 r 1s4 20 2d 20 20 20 20 170 1s4 154 bv D.c Y€r 80 80 gtr 146 154 La64 a46 r54 1,854 149 . ., i154 1,t64 1,49 r'. , ' isq \a64 1,46 154 \A64 146 754 LA64 20 20 ,60 20 2.O 240 146 1sa :', . .1,064 ao L46 146 L46 746 146 a46 80 20 t46 apr 80 154 x54 L54 154 154 754 20 20 154 Jul t0 146 L46 145 145 146 L46 to 20 t46 146 l,zaa Ted lotts 146 Phose Hours 1,348 154 1,70 as4 154 t52 L,4t2 1,480 1,352 1,3s2 1,415 t7o 154 154 145 154 1,864 1,480 1,352 1,352 1,28a 1,3s2 16,472 lan FGb M- Apr Mry Jun Jul Aua *p &t hv Dlc ycr 513,8,10 S13,s4o $13,840 S13,s40 S13,84o S13,84o S13,84o 513,840 S13,S4O Sa3,a4o S13,S4O S13,s40' ,, -i,.rii.'.tt ,,1,,ii,,_i!,lti:ll.r,ii,t.rrli|,,.' ,. ,lii,lliiii'dd,iJ[bl sx,zsg ,se,,'s.L111':,,$zi,tto t2s,ao2 s2s.1oz s26,4o6 s23,7e8 szl,lto szs,to2 szs,roz .gii;liii.l ,ti5,1s2 I:' , .tr.t,t.. tl, . 9303,ar2 S19,41s S2o,4a2 S22,610 520,482 52o,4a2 521,546 |tg,4:la 522,610 Szo,4az 52o,4az SLs,4t8 S2o,4g2 $247 'slz S1e,418 52o,4a2 522,61-0 520,482 . izo/ez i $ir,sae S19,418 g22,6to S2o,4s2 92oAs2 S1e,41q g20,46l :. . 9217,9t2 s19,418 520,482 922,610 52O,4A2 S2O,4A2 52L,s46 519,418 922,610 520,482 920,482 919,418 520,4A2 : t24r,9Lz 516,498 5L7,4o2 5ls,21o 5L7,4o2 517,4o2 518,106 516,498 S1e,21o 5t7,4oz gt7,4o2 515,498 SL7,4o2 Admin/D*umcntconrrot 5210'632 59,198 Sg,7o2 Sro,zto is,zoz 9g,7o2 310,206 S9,198 S1o,71o Sg,joz Ss,loz g9,198 gg,1o2 sLrT '4t2kh.dul. SuEmn S12,8oo S12,8oo S3,2oo 53,200 S3,2oo S3,2oo 53,200 53,200 S3,2oo S3,2oo S3,2oo S3,2oo s3,2o0 s3,200 93,200 53,200 53,200 S3,2oo S3,2oo S3,2oo 53,200 s3,2OO s3,2oo S3,2OO s20,878 t22,O22 524,310 522,022 522,022 523,166 S2O,87S S24,31O g22,O22 522,022 $20,87S 522,022 520,878 522,022 524,310 522,022 522,022 523,166 520,878 S24,310 $22,022 522,022 S2O,a7a 92z,ol2 $266,ss2 LobotEstimote s vs,344 s187,536 s194,320 s177,936 s177,936 s186,128 s169,744 s194,320 s177,936 5tjj,936 s169,744 s177,936 s2,170,816 ExpenseEstimdte s 2,683 s 2,583 s 2,683 s 2,683 s 2,683 s 2,683 S 2,683 S 2,683 S 2,683 5 2,683 S 2,683 S 2,683 S 32,200 FeeEsiimte 5 la2,o21 S190,219 S197,003 9180,519 S180,619 S18s,811 t172,427 9197,003 S180,619 gLao,6ts gL72,427 S18o,El9 S2,203,016 1 15EP15 nt[1 Page i 3CITY OF MIAIV1I BEACH Owner's Represen tative Services 175 Owner's Representotive Services Cost Motrix Jonuory-December 2017 Raquel Shohet 20 Ch.rles (O) Dombroski 20 Proi.ct ControlsManr.r Mike Correa 1S4 Nov D.c Y.- 80 80 950 146 L46 1,a64 t4G 146 1,86a 146 146 . lr.qd 146 146 r,l]6{. 146 146 ..,r,86{' 146 .151d . '1/!5- 20 ..zo',: ..:r4o 20 2'o 1.. . r24q' L46 146 1,864 Elidi.o StevE Denhlr Patces Iiet.Loada wllliah Rodriguez DrewGerig Catarina Pedilha 80 80 746 170 146 L70 146 170 446 170 146 a7A Ls4 i7q 20 20 20 z.b 146 . +Ji Apr May ,un 80 ao a0 746 162 L62 146 162 t6i L46 L62 a62 :06 762 . 167 146 i162 t'62 154' 154 762 20 20 20 l.lti; ' 20 20 146 L62 L62 Jul Aug ao ,li sdr 146 alq x46 17O 146 Llo L45 170 746 770 146 170 20 20 20 20 146 t70 770 1,480 154 154 LS4 L46 $p 80. 154 ts4 154 154 154 154 20 20 154 &t 80 162 L62 162 462 162 154 20 20 L62 fed Lotts L54 146 ". tlO Phose Hours L,344 1,2s6 1,4ao L46 L62 162 146 1,296 1,&A 1,416 1.28E 154 162 t46 t46 !,854 1,352 1,408 a,28a L,296 16,352 5r4,080 s14,080 s14,080 S14,080 ri.r.rrli:1.:. l.il r.:,...:rl "r'i .i. . ,:: I .r.: t?5,564 524,236 528,220 S26,235 S26,as2 $26,as2 Sia,zi'e Sld)ilio.,.,rdzs;sba 51s,856 $23,r,2O S19,8s6 S19,8s5 t23,72o S19,8s6 s1s,8s6 s23,120 $13,856 S16,936 519,720 .$16,936 522,032 519,856 523,120 522,032 S19,856 523,120 $14,080 s24,216 52o,s44 522,032 519,856 919,8s6 52o,s44 522,oa2 S19,ss6 Srs,ese Sro8,9Go s309,424 $2S3,sO4 925:r,504 s123,O24 $20,944 s20,944 Proi..t Manr.r/ OA-MEPf 52o,944 eeis$Ei@ s17,864 Admin/Docum.nt cont.ol s22,032 $22.032 S19,8s5 sn,7s2 S7S,7s2 516,936 $23,120 S2o,s44 r22,o!2 s19,720 9L7,864 SLA.792 s19,as6 s19,856 $253,.904 516,936 S16,Et6 ,. . i21Q,224 s9,536 510,164 5Lt,22O S3,2oo $3,200 S3,2oo s3,2OO s3,2oo S3,2OO $22,484 521,316 524,820 s3,200 53,200 s3,200 s21,316 s23,6s2 523,652 S1o,r64 522.4a4 s23.6sz s21,316 52L,316 s10,164 510,164 310,692 59,635 51L,22O 510,164 510,164 53,200 53,200 S3,2o0 53,200 53,200 S3,2oo S3,200 S3,2oo S3,2oo s3,20O s3,2O0 $3,200 53,200 S3,2OO S3,2OO $38,4oo Sz7t,t4q 522,4A4 S21,316 Lobot Estimote S 181,344 S 174,016 Expense Estimdte 5 2,6s3 $ 2,633 Fee Estimote S 184,027 S 175,Ees 524,a2O S21,316 523,6s2 s 198,540 s 174,015 S 189,728 S 2,683 S 2,683 S 2,683 s 201,323 s 175.599 S 192.411 s23,652 92L,316 524,820 S 190,2s5 S 173,488 S 198,640 5 2,583 S 2,683 S 2,G83 s 192,939 s 176,171 3 201,323 522,4a4 523,5s2 521,316 S21,316 9272,144 $ 181,872 S 189,728 S 173,488 S 174,016 S 2,199,232 5 2,683 S 2,583 S 2,683 S 2,683 S 32,2OO $ 184,s5s $ 192,411 S 175,171 g 176,699 S 2,23L,4"2 1 15EP15 CITY OF MIAMI BEACH Owner's Represeniative ServicesHllr Page | 4 176 Owner's Representotive Services Cost Motrix Jonuory-December 2018 Eladio Castrodad knior Proicct Mahaer Steve Dibartolo 10 169 169 10 153 153 10 10 169 161 1169r rl 161 10 1b9 169 lol 161 161 60 982 982 0 0 501 9A2 129. 120 o 942 4,729 Llfrt toEda William iodri8ueZ . . , . . , l Drdw"FFfid;a5 169 20 20 77 153 20 20 85 85 169 161 20. .29 io . . 2d.. 169 . t6! 811 779 a5 169 2o 2o 169 all 85 rdr. . 'l 2o 20 151 779 Catrrin. Padilha Raquel Sohel Charles (O)Dombrowski Mike Corr€a Ted Lorts 169 7 1s3 PhoseHours ar1 739 s1,7eo 'r$;,ieil.,r. . $1;?s0 s28,s61 s2s,857 s28,S61 s23,4gL s2X,267 523,ir91 5L,7so s27,20e 522,97e $o So Jun 51,790 527,2os 522;37s So s0 510,115 ;i . "' ; 1 r'; lltl' 9ro,,4o 528,s51 s15s,9s8 3i36,ir98 9o $o $s9,s60 S57,7sB $19,200 S19,2oo 9o 9146,3r8 S 62s,232 S 7,soo 5 632,732 Prcicct Manil.r/ OA-MEPF Proi.ct Enrinccr S9,104 S10,056 S1o,1xs S1o,x15 s1r,661 s10,557 srr,56r s11,109 s11,661 s11,109 *hedule Suoport s3,200 s3,2OO s3,2OO 53,200 53,200 s3,200 so 53,200 S3,2oo S3,2oo S3.2oo s2s,181 s22,797 s25,X81 Labot Estimote S 107,140 S st,1t2 57o7,14o Expense Estimote S 2,017 S 2,017 S a67 Fee Estimote S 1o9,1s6 S 99,78a S 108,006 s23,989 525,181 523,989 S 102,991 S 107,199 S 102,991 S 867 S 857 S 867 S ro3,EsE I 1oE,o66 S 103,858 nI11 Page | 5CITY OF MIAMI BSACH Owner's Representatiire Services 177 Owner's Representotive Services Cost Motrix Design-Build lo CMAR 324 ...Accourits for second haf of 2o'15 1.31'1 ..-Accour{sforsecondhaf of 2015 1, 1 16 ...PM needed to assist w ith oark pricing and ...Required to assist w ith Arcfvcontractor 252 comnicatrms and eBuihs ff suppqt ... Required to review and validate Oarks baseline 21O schedulefdGlvP . .. Required to revbw and spot check LE Cost and 177 Oarks mestrEt6 rld GlvPestimtes $ 98,820 $ 487,560 1,980 ...Sx rcnths allGated to pr+con phase 4,710 ...Six rpnths all@ated to pr+con phase 4,710 ...Sx ns{hs all@ated to pr+con phase 3.724 3,724 ...Additimltire to support 3 rc. fi hours during 4,2) 2018 prcject closart ad purchlist .. .lrcre6ed d6ul1Ht Mtrol requiaed to addrss 4,7'lO Archilstrcontrettr d@ulmtatim and comnic ... Required to rryiew Oarl(s baseline schedule 7n updates afttrGl/P ...A*titi@lhars to spot chek @Pcost 600 6tidEtes ...Assist and support @gASl tuviews, lAy App 3,724 reviil, Oontract Adtrh.and Oost Conbd E fons . . . To address ovssight @sage g+s resulting 4,710 f rm cotracttrs p.opos€d d@ble shift appr@h & EXPENSES $ 3.733,89s $ 4,995.280 $ 40,833 $ 42,000 7 $ 1 39, 880 $ 29, 900 . . . Based on oark holding trailer contract $ 3.914,608 $ 5,067.180 CITY OF MIAMI BEACH Owner's Representative Serviceslil11 Page | 6 178 Project Delivery Method Design Build to CMAR $ 3,832,715 $ ss,833 $ '139,880 $ 4.028,428 $ 5,482,840 $ 62,833 $ 40.000 IOTAL FEES AND E)(PENSES Request fi1: Thres hol d I ns pector Servi ces (24 Months ) ...Threshold lnspection Sesruices Oonsultanl to contret (Additional Seruices) $ 6,303,753 CITY OF MIAMI BEACH Owner's Representative ServicesnIll Page | 7 179 SCHEDULE C INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. See Attached 3l OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION180 SCHEDULE A-1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HILL INTERNATIONAL, INC. CONSULTANT SERVICE ORDER Project Name: Miami Beach Convention Center Renovation & Expansion Service Order No. 3 for Consulting Services. 0 TO: Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, Florida 33131 DATE: October 21. 2015 Pursuant to the Agreement between the City of Miami Beach and Consultant for OWNER's REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT (RFP NO. 2014-278-ME) you are directed to provide the following Services: SCOPE OF SERVICES: Additional Services for Threshold lnspections, as described in the attached proposal, dated Seotember 28. 2015. Notwithstanding any other provision in the Agreement to the contrary, DDA shall at all times during the performance of its work carry professional liability coverage in the amount of $2,500,000 per occurrence and $2,500,000 million in the aggregate. Not-to-Exceed Fee: $ $Z18.OBO Reimbursable Expenses: $ included above Total fee for this Service Order: $ $718.080 Thais Vieira, Sr. Project Manager Date Maria Hernandez, Prolect Director Date Jimmy L. Morales, City Manager Date OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION181 HI11 Mr. Jimmy Morales, City Manager September 28,201,5 Page 1 September 28,2015 Mr. Jimmy Morales, City Manager City Manager's Office City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33039 PE: Miami Beach Convention Center Renovation Resolution No. Additional Services Proposal No. 1: Threshold Inspection Services Dear Mr. Morales Hill lnternational, lnc. is pleased to present our proposal to provide Threshold lnspection Services thru DDA Engineers P.A., as defined in Sections 1L0.8 of the Florida Building Code and Section 553.79(5) of the Florida Statutes. This proposal is based on a 24 month shell construction schedule assumption beginning in January of 20L5 and ending in December of 2077. Projecl Description The Miami Beach Convention Center is located in Miami Beach, FL. The Project is to renovate and expand the existing Convention Center which was originally built in 1957. The completed renovation will consist of 1.4 million sq. ft., including 505,000 SQFT of exhibition space, 10 additional meeting rooms, a grand ballroom and junior ball rooms, 874 space parking structure, upgraded telecommunications and media, and a six acre park. The project budget is S500 million. Funding for the project comes from the City of Miami Beach. The Professional Design Firm for this project is Fentress Architects, Denver, CO. The Structural Engineer is Wallace Associates, Denver, CO. The Civil Engineer is Kimley-Horn, Miami, FL. The Owner's Representative is Hill lnternational, lnc., Miami, FL and the Construction Manager at Risk is Clark Construction, Tampa, FL. Scope of Services o Threshold lnspector Services o Threshold lnspection will be performed in accordance with the requirements of Section 110.8 of the Florida Building Code and Section 553.79(5) of the Florida Statutes.o Specials lnspections not included in fee, that required another inspection entity; o Shoring and Re-shoring Delegated Engineer o Material Testing o Testing agency for welded and bolted steel connections for steel framing, metal decking and light gage steel framing. o lndependent Engineer for installation of Exterior Curtain Wall, Storefront, Windows, Railing & Guardrails. o Geotechnical Special lnspector for Soil Compaction 182 nI11 Mr. Jimmy Morales, City Manager September 28,20L5 Page 2 Deliverobles/Schedule . One full-time inspector for 2 months. (January-February, 2016) . Two full-time inspectors for 20 months. (March, 2015-Octobe r,2OL7l . One full-time inspector for 2 months, (November-December, 2017) Fees Fees for Addiiionol Services - Additional services requested by the Client, which are outside the scope of this proposal, may be provided by the Consultant on a negotiated basis. No additional services shall be preformed until both parties agree in writing to the additional scope and method of compensation. Additional services performed on an hourly basis shall be invoiced monthly at the following rates. These rates shall remain in effect through June 2018. Project Executive Senior Project Manager Project Manager Project Accountant PM-QA MEPF Project Engineer Scheduler Estimator Project Controls Manager QA/QC Engineer (Structures and Finishes) Clerical/Document Control StlO-nglnour (per Appendix B of controct) S160-169/ho ur (per Appendix B ofcotntract) S 130-139/ho ur (per Appendix B of contract) s13O-139/ho ur (per Appendix B of contract) S13O-139/ho ur (per Appendix B of controct) S110-119/ho ur (per Appendix B of contract) StOO/hour (per Appendix B of controct) S150/hour (per Appendix B of contract) 5L4O-L49lhour (per Appendix B of controct) 5L4O-L49lhour (per Appendix B of controct) SOO-69/hour (per Appendix B of controct) Discipline Firm Number Hours Project Management Hill lnternational Shrs/mo/2yrs 192 s16s s31,680 Threshold I nspector Sub DDA Engineers, P.A.24mo 7627 se0 s586,400 TOTAT Lump Sum FEE s718.080 183 HI11 Mr. Jimmy Morales. City Manager September 28,2075 Page 3 Reimbursoble Expenses Reimbursable expenses incurred during the course of the referenced project are included in the proposed fee. Ierms ond Conditions Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative ServicesfortheMiamiBeachConventionCenterandExpansionProject,ResolutionNo-,as agreed and executed on _day of _, 2015. lndemnificolion Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative ServicesfortheMiamiBeachConventionCenterandExpansionProject,ResolutionNo-,as agreed and executed on _day of _, 2015. Limitotion of tiobility Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative ServicesfortheMiamiBeachConventionCenterandExpansionProject,ResolutionNo-,as agreed and executed on _day of _, 2015. lf the forgoing correctly states your understanding, please prepare a contract amendment for our execution. We are very happy to be of service to the City and continue our successful relationshipl Sincerely, HILL INTERNAT!ONAL, INC. ELADIO CASTRODAD, P.E., PMP Vice President Encl: Bid Tabulation Report DDA Engineers P.A. Proposal Desimone Proposal Atkins Proposal cc: Maria Hernandez, Thais Vieira, Rafael Paz: City of Miami Beach Jeff Sacks, Strategic Advisory Group Steve DiBartolo, Dennis Parces: Hill lnternational 184 Bid Tqbulotion Report Threshold Inspection Services for MBCC Bidder No. l-Atkins 2001 NW L07 CT Doral,FL 33t72 305-592-7275 Humberto. alonso@atki ns global.com Former code compliance officer would head the project. Bidder No. 2-DeSimone 800 Brickell Avenue, 6tn Floor Miami, FL 33131 305-441-0755 Vincent Desimone Vincent. desimone@de-s imone. com Bidder No. 3-CAP Engineering Consultants 343 Almeria Ave Coral Gables,FL 33134 305-M8-L7lL Carlos del Pino cdelpino@capfla.com 4930 Southwest 74th Court Miami, FL 33155 305-565-0711 ida M. Albaisa, P.E. .com llIll Page | 2CITY OF MIAMI BEACH Owner's Representative Services 185 Bid Tobulotion Reporl Threshold Inspection Services for MBCC g z -= =: E=*ooe-- Q =; ogrE I; E E e &5IdEHH€ I lEl ,lg I l:l eIH I cl €l Elt I sl 3l #lEEE EEi6 Eln}+og>E@9EaE €E€ =iE = 'd L 6 a st aE E s E6 g E- = I o6 I Eco E FE iE ii ni ai bi6EEOogP:ig u e'eo6!x oLxo6 6=E =o U!2 GU zots rL =oo-Ud- oo'd o- E.9 E6o UJ E 6 c.9 6 oEoE, ocoo E.9 co co(-) Eo6oco E6 =q d= _q E€=9zcEEEE cC 6 I >d&=E9i<5 o =o I =od =-i = s E4 E === E- Ei>Xr.iE = = = = = = = = = * .E === t Eet#o o o in 8ts ood ort o on o @oz ooo9- @ E bP:C; 9k;!9:o I o t I EH Fg ? eE'oA -= Ea-.qXBEI;F66 o o I o - T o o ooo 6A€a =o cz oz oz CITY OF MIAMI BEACH Owner's Representative Services Page | 3Hllr 186 September 24,2015 Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, Florida 33133 Attention: Steven DiBartolo Senior Project Manager Reference: Miami Beach Convention Center Threshold lnspection Services DDA File Number 1501 Dear Mr. DiBartolo: DDA ENGINEERS, P.A. 4930 Southwest 74th Court Miami FL33155 v.305.656.07t'l f.305.666559 nnirttrtddaeng.com DDA Engineers, P.A. (DDA) is pleased to submit this letter of interest in the selection of a Threshold lnspection Services firm for the Miami Beach Convention Center project. DDA is a Consulting Structural Engineering firm founded in 1969. Our projects are managed with hands-on design principals, associates and project managers. DDA is a local firm based in Miami-Dade County. The core staff of the firm, comprised of its partners and associates, has practiced together for over 30 years. The experience of working together for so many years constitutes a unique aspect of DDA. lt further denotes the degree of stability, which the firm has enjoyed due to the loyalty it has earned from its clients who continue to reward the firm with repeated commissions. The firm was organized with the definite objective of providing quality structural engineering design and inspections services to our clients. We firmly believe that these services should be rendered in a comprehensive, creative, professional and understanding manner. During our 4S-plus year history we have gained extensive experience in providing threshold inspection services for a variety of building types, including retail, transportation, high-rise residential, mixed-use, hotels, commercial, parking garages, schools, universities, museums and government work. We have attached representative projects to this letter because we feel these are most illustrative of the experience required for a project such as the Miami Beach Convention Center. We have experience performing Threshold lnspection services for projects that have Structural Engineering firms that are based out of state, one example being the Brickell City Centre project designed by Magnusson Klemencic Associates (MKA). Additional projects that we have performed Threshold lnspection services on are the American Airlines Arena, 500 Block Collins, Lincoln Center (Beach Cinema), The Carillon 187 September 24,2015 Hill lnternational, lnc. Page 2 of 2 DDA ENGINEERS, P,A, Complex, Miami Beach Senior High School, MIA North Terminal Development CD lnfill, Regalia Condominium and Marina Blue Condominium. We are also currently performing Threshold lnspection services at the Miami Science Museum, designed by Grimshaw. Each one came with its own unique challenges and has been iconic additions to the Miami skyline. ln the mid 1980's our firm was the Design Engineer and Threshold lnspectors for the Miami Beach Convention Center Expansion project, which consisted of the expansion of the existing Halls, a new east entrance was added, new interior connector-bridge, new additions to the north and south side of the existing building. We encourage you to review the information enclosed and we would appreciate the opportunity to meet with you to further discuss our qualifications. We are most excited to have an opportunity to participate in the Miami Beach Convention Center project. Respectfully, DDA Engineers, P.A. dunfu*- Aida M. Albaisa, P.E. Partner 188 September 24,2015 Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, FL 33131 Attention: Steven DiBartolo Senior Project Manager Reference: Miami Beach Convention Center Renovations and Expansion Threshold lnspection Services Proposal Our File No. 1501 Dear Mr. DiBartolo: DDA Engineers, P.A. is pleased to submit this fee proposal with the purpose Threshold lnspections for the Miami Beach Convention Center project. This proposal 24 month shell construction schedule beginning in January of 2016 and ending in 2017. DDA ENGINEERS, P.A. 4930 Southrryest 74th Court Miami, FL33155 v. 305.666.0711 f.305.6665259 www.ddaerqg,com of performing is based on a December of Threshold lnspection Services $ 90.00/hour, billed monthly For budget purposes, we estimate that each inspector will require a monthly allocation, based on a 40 hour standard work week, of 173.33 hrs/month x $90.00/hr = $ 15,600.00 per month. 1 inspectorfor 2 months 2 inspectors for 20 months 1 inspector for 2 months Total Estimated Fees: =2x$ 15,600.00/month = =20x$15,600/monthx2 = =2x$15,600.00/month = $ 31,200.00 $ 624,000.00$ 31.200.00 $ 686,400.00 Hours above are estimated based on the proposed schedule and will be monitored monthly. We will be billing monthly for only hours worked at a rate of $90.OO/hour. Hours not used will not be billed. lf monitoring indicates that hours will be exceeded, owner will be notified immediately. Any additional hours will be billed monthly until the completion of the project. Special lnspections requiring another inspection entity (not included in the Threshold Fee):. Shoring and Re-shoring Delegated Engineero MaterialTesting. Testing agency for welded and bolted steel connections for steel framing, metal decking and light gage steel framing.. lndependent Engineer for installation of Exterior Curtain Wall/ Storefront Mindows/ Railings / Guard Railso Geotechnical Special lnspector for soil compaction. DDA Engineers thanks you for the opportunity of presenting our fee proposal and is most enthusiastic to provide Threshold lnspection services for this project. Respectfully, DDA Engineers, P.A. Au4&i;u Aida M. Albaisa, P.E. Partner 189 Aida M. Albaisa, P.E. - Partner Mrs. Albaisa has been a practicing structural engineer for the last twenty-six years. Having a degree in Architectural Engineering reinforces her sensitivity to architectural considerations in structural concepts. Mrs. Albaisa's design experience involves projects whose structural system includes precast prestressed concrete, caslin-place concrete and steel framing. Mrs. Albaisa is fluent in English and Spanish. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: Miami Beach Senior High School. Miami Beach, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Downtown Doral Office Building, Doral, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Adminiskation & Threshold lnspections. Downtown North & South Paseo Parking Garages, Doral, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. University of Miami Life Science & Technology Park, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Science Museum, Miami, Florida - Engineer of Record Scope: Complete Shuctural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Dade College Kendall Campus Prototype Building, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Dade College Wolfson Campus Student Support Center, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Little Haiti CulturalArts Center, Miami, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Our Lady of Lourdes Academy, Miami, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Brickell City Centre, Miami Beach, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 26 Years EDUCATION Bachelor of Science, Civil Engineering, University of Miami - 1987 Bachelor of Science, Architectural Engineering, University of Miami- 1987 REGISTRATIONS/LICENSING Registered Professional Engineer, State of Florida PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 74h Court Miami, FL 33155 E.uzFE. L rd o- d oJ i o 190 Pedro J. DuQuesne, P.E. - Partner Mr. DuQuesne has been part of DDA Engineers, P.A. since 1973. Mr. DuQuesne's experience include the design of numerous award winning private, commercial and government projects including steel, concrete and composite structures. Mr. DuQuesne has been the principal structural engineer for many significant buildings in the South Florida area. Mr. DuQuesne's philosophy is to render structural engineering services in a comprehensive, creative, professional and understanding manner working with clients to achieve and exceed their expectations. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: American Airlines Arena, Miami, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. 500 Block of Collins, Miami Beach, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Lincoln Center (Beach Cinema), Miami Beach, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Port of Miami Terminals D & E, Doral, Florida - Engineer of Record Scope: Threshold lnspections. University of Miami Clinical Research Building, Miami, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Marina Blue, Miami, Florida - Structural Engineer Scope: Complete structural design, construction documents, construction administration and threshold inspections. Doral City Hall & Parking Garage, Doral, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Hadley Park Youth Center, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Conskuction Documents, Construction Administration & lnspections. Cuban Museum, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & lnspections Miami Science Museum, Miami, Florida - Structural Engineer Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 42 Years EDUCATION Bachelor of Science, Civil Engineering, Louisiana State University- 1971 REGISTRATIONS Registered Professional Engineer, State of Florida Special lnspector PROF ESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 74s Court, Miami, FL 33155 a ts6L UJ o- Uc o q o o !uo- 191 Ernesto Wong, P.E. - Partner Mr. Wong's has been a practicing structural engineer for the past thirty-one years. He has designed and inspected numerous projects, including institutional, residential and commercial projects. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: Sunset Place Shops & Parking Garage, Sunny lsles Beach, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Jade Beach Condominium, Sunny lsles Beach, Florida - Prolect Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Adminishation & Threshold lnspections Elan Condominium, Miami, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Eloquence on the Bay (Condominium), Miami, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Park Square at Doral, Doral, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Adminiskation & Threshold lnspections Freedom Tower - MDC - Miami, Florida - Prolect Manager Scope: Structural Restoration & lnspections University of Miami Life Science & Technology Park, Miami, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections University of Miami Clinical Research Building & Parking Garage, Miami, Florida - lnspector Scope: Complete Structural Design, Construction Documents, Construction Adminishation & lnspections Regalia Condominium, Sunny lsles Beach, Florida - Project Manager Scope: Complete Structural Design, Construction Documents, Construction Administration, Special & Threshold lnspections Brickell City Centre, Miami, Florida - Project Manager Scope: Complete Structural Design, Construction Documents, Construction Administration, Special & Threshold lnspections DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 31 Years EDUCATION Bachelor of Science, Civil Engineering, University of Florida - 1982 REGISTRATIONS/LICENSING Registered Professional Engineer, State of Florida Special lnspector Standard Building lnspector Licensed Building lnspector for the City of Miami Beach Licensed Building lnspector for the City of Sunny lsles Beach PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 74h Court, Miami, FL 33155 dqzFd L t! o- dzo =oFv\t!zd.r! 192 Cristobal M. Perez-Pita ry DDA Mr. Perez has had forty years of practice in all phases of project construction, =NGINEERS' P'A' design, scheduling implementation, and quality control. He has supervised and inspected numerous projects, including institutional, residential and commercial YEARS OF EXPERIENCEprojects. 40 Years RELEVANT PROJECT EXPERIENCE INCLUDESTHE FOLLOWING: EDUCATION Bachelor of Science, Architecture, Jose A. Elan Condominium, Miami, Florida - lnspector Echevenia Politechnical lnstitute-1973 Scope: Complete structural design, construction documents, construction adminiskation and DDA Engineers, p.A. threshold inspections 4$0 sw 74h court, Miami, FL 33155 Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction adminiskation and threshold inspections Marina Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Jade Ocean Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Regalia Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections University of Miami Clinical Research Building, Miami, Florida - lnspector Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections DoralCity Hall & Parking Garage, Doral, Florida - lnspector Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Turnpike Service Plaza, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Frost Museum of Science, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Miami Central Senior High School, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Brickell City Centre. Miami, Florida - lnspector Scope: Threshold lnspections o oo C (I,vo- N(u Uo-j E -oo .9LU 193 '. Jose De Armas Mr. De Armas has had twenty-two years of practice as an Engineer. He has ENGINEERS' P'A' supervised, inspected, and been a Threshold lnspector for numerous projects, including institutional, residential and commercial projects. YEARS OF EXPERIENCE 22Years RELEVANT PROJECT EXPERIENCE INCLUDESTHE FOLLOWING: EDUCATI'N The Carillon Complex, Miami, Florida - lnspector Bachelor of Science, Architecture, Jose A. Scope: Complete structural design, construction documents, construction administration and Echeverria Politechnical lnstitute-1993 threshold inspections DDA Engineers, p.A. Blue condominium, Miami, Frorida - rnspector 4930 sw 74s court' Miami' FL 33155 Scope: Complete structural design, construction documents, construction adminishation and threshold inspections Marina Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Jade Ocean Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Star Lofts Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Regalia Condominium, Miami, Florida - lnspector Scope; Complete structural design, construction documents, construction administration and threshold inspections Frost Museum of Science, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Museum Plaza (Perez Art Museum), Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Miami Beach Senior High School, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Brickell City Centre, Miami, Florida - lnspector Scope: Threshold lnspections DDA o oo E fI, EL oo o o 194 ryThe Carillon Complex (Canyon Ranch) Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope ofService: Brief Description: 500 Block of Collins Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: Lincoln Center (Beach Cinema) Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: Arquitectonica 6801 Collins Avenue, Miami Beach, Florida 1,600,000 square feet / 37-Stories $233 million 2008 Sherri Gutienez, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections DDA ENGINEERS, P,A. The project consists ofthe design and threshold inspections ofa 640,000 sf,22- story South Tower, a 900,000 sf, 37-story North Tower, a 60,000 sf, 5-story Canyon Ranch Spa with pool I plaza level on the roof and the complete renovation of the 1950's historic 17-story Carillon Hotel building. The structural framing for the new towers and spa consists of post-tensioned concrete slabs supported by concrete columns. Zyscovich, Inc. Collins Avenue, Miami Beach, Florida 50,000 square feet (Retail) / 120,000 square feet (Office) $9.7 million 2005 Bernard Zyscovich, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consisted of a.50,000 sf, of one- and two-floor townhouse-style retail space within a three-story parking garage structure. The project is located on one of the most visible commercial sites in the historic Art Deco District of Miami Beach. The structural framing system consisted of precast concrete joists, concrete beams and columns. A steel lattice-type screen, which has become a city landmark, is used to mask the parking structure beyond. Zyscovich, Inc. 1100 Lincoln Road, Miami Beach, Florida 223,000 square feet / 4-Stories $18 million 1998 Bernard Zyscovich, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consisted of a 80,000 sf, two-story multi-plex theater, 47,000 sf of retail space and a 96,000 sf, six-level parking garuge. The structural framing for the cinema and retail space consists of composite steel beams and steel columns. The structural framing for the parking garage consists ofprecast concrete joists, concrete beams and columns. 195 rySunset Harbor Shops & Parking Garage Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Arquitectonica 1900 Bay Road, Miami Beach, Florida 32.000 square leet / 5-Stories $10 million 2012 Alfonso Jurado, AIA,, LEED, AP Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections DDA ENGINEERS, P.A. The project is located in Miami Beach - Purdy Avenue/Bay Road. Project consist of a 50 feet high, five-story precast parking garage building with over 435 provided parking spaces and approximately 32,000 square feet of office space at ground floor. Framing system was constructed using cast in place column, beams and precast joists. The second floor system is a poured in place (flat plate) slab to provide maximum height over ground floor retail. The foundation system for the parking garage consist of 18" diameter augercast piles with grade beams and pilecaps and a 12" structural ground floor slab. Miami Beach Senior Hish School Address: 2231 Prairie Avenue, Miami Beach, Florida Owner: Miami Dade County Public Schools Architect: Reference: Size of Project: Zyscovich Jose Murguido, AIA 229,245 square feet Construction Budget: $88 million Completion: Scope ofService: Brief Description: American Airlines Arena Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope ofService: Brief Description: 2008 Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consists ofone large 3-story classroom / administration building, a gymnasium and an auditorium. The structural framing for the classroom / administration building consists of precast concrete joists, concrete beams, concrete columns and site-cast concrete tilt-wall panels. The structural framing for the gymnasium and auditorium consists of long-span steel joists supported on site-cast tilt-wall panels. Arquitectonica Miami, Florida 692,000 square feet $200 million 2000 William Lai, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consisted ofthe design ofthe foundations for the Arena "bowl" and the surrounding structure, which included two levels of below-grade parking, two elevated roads (Heat Blvd, and extension of NE Sth Street), the basketball practice facility, Bongos Cuban Caf6 and the exterior plaza. The structural system for the plaza, garage and elevated roads consisted of precast concrete joists, concrete beams and columns. The practice facility consisted of masonry exterior walls with steel-framed roof system. The Bongos Cuban Caf6 roof consisted ofa post{ensioned concrete slab. 196 WW Reference: GeorgeValcarcel,AIA - ENG1NEER5, p.A. Size of Project: 900,000 square feet / l5-Stories Scope of Semice: Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections Brief Description: The project consisted of a l5-story tower with 336,000 sf of research / lab space plus an ll-story, 1450-car parking garage and a2-story,60,000 sf wellness center on the roof. The structural framing system for the tower consisted of precast concrete joists, concrete beams and columns. The parking garage consisted of precast concrete double-T's and columns. The Wellness Center was a steel-framed structure. Brickell Citv Centre Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Semice: Brief Description: Museum of Science Architect: Address: Size of Project: Construction Budget: $275 million Rodriguez & Quiroga Architects Chartered 1075 Biscayne Blvd, Miami, FL 3-Story 250,000 square feet Arquitectonica 801 Brickell Ave, Miami, FL 5.4 million square feet on 9.1 acres $1.05 billion 20t5 Christopher Gandolfo - Swire Properties Ltd. Threshold Inspections Brickell City Centre is a $1.05 billion mixed-use development. Strategically located in the center of the Brickell financial district, this is the single largest project currently underway in Downtown Miami. It includes 5.4 million square feet of construction divided among two l3-story office towers, two 4S-story residential towers, a 4l-story, 243-room hotel tower with 93 apartments, a retail level and below-grade parking for 3,100 vehicles. Construction types include post-tensioned concrete construction for the residential towers and hotel tower, structural steel frame for the l3-story office towers and the retail components and conventional concrete construction for the below grade parking. Completion Date: Reference: Scope of Service: Brief Description: 2016 Estm. Raul Rodriguez, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The Patricia and Phillip Frost Museum of Science consist of three distinct but interconnected structures as well as an independent planetarium totaling 250,000 sf. The first of the distinct structures is the Living Core, which contains the GulfStream tank and other aquarium exhibits, all in a vessel shaped structure. The other two structures are the more traditional bar buildings that are adjacent to the Living Core. Each building has five levels above the at grade parking, some levels having double height spaces to accommodate larger exhibits. These structures are comprised of mainly pour-in-place beam supported one-way slabs. The beams are supported by concrete columns. The lateral system consists of a combination of lateral moment frames and concrete shearwalls. The Gulfstream tank is a unique structure within the Living Core framed with a combination of conventionally reinforced concrete and post-tension cables. The tank has a large 25' diameter oculus toward the bottom that is framed with a ring beam. The planetarium is a spherical shaped structure with a conventionally reinforced concrete lower half sphere supporting a precast architectural concrete upper half sphere. The entire structure is supported on pile-supported foundation system. 197 DDABuildinss/Proiects DDA Eneineers has performed Threshold Inspections on: ENGINEERS, P.A, Jackie Gleason Theater of the Performing Arts Two Midtown Miami Beach Senior High School Riverwalk Residence Regent South Beach Condominium P.litzPlaza Miami Beach Port of Miami Terminals D & E UM School ofNursing MIA North Terminal Development C-D Infill UM Life Science & Technology Park Jade Beach Condominium MDC Wolfson Campus Jade Ocean Condominium Miami Central Senior High School Fairfreld Dadeland Parksquare at Doral Elan Condominium Downtown Doral Office Bldg. Marina Blue Condominium Downtown Doral North & South Paseo Parking Garages Eloquence on the Bay Condominium The Bath Club Star Lofts Modera Metro Havana Lofts Palmermo Lakes Apartments 2020 Salzedo Office Building, Tower & Parking Garage 198 State qflFlorida Board gf Proftbiional Engineers I llt,l is outhorizcd undcr thc pro"isions of to the public through o Profcssionol Enginldt Erpir.rjoo'::r: t' Audtt No: j:a:itl'rr,86l State ,Florida Engineers PE AHTI ls licensed as a Pro{esslonal Exdr.tlon: 2r2El2017 Audh Xo: Zll20'17r05t3 Sl SPECIAL INSPECTOR State Florida rEngineers f BPt ;-iiniTffi ls licensed as a E{i.Etlrr: 2,:181201? 471, Florlda Statutes P.E. / Sl Uc. Noi 45i:!0 1073Audlt No: 22E20t710556 s, State Florida Board Engineers ls licensed aa a Professional Expiralkxr: Z:tt,2017 Audtl No: 22C201710349 Sl 471, Florida Statutes P.E. / Sl Lic. No: JBaTr 692 lfgerts thal SPECIAL INSPECTOR 199 - ACORT,UUNU9-1 L'I' IU: PU tE...,--D CERTIFICATE OF LIABILITY INSURANCE DATE lMlilOOrYYYYt 03/I8/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORi/IATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGAT]VELY AII,IEND, EXTEND OR ALTER THE COVERAGE AFFOROEO BY THE POLICIESBELOW. THIS CERTIFICATE OF INSUF{ANCE OOES NOT CONSTITUTE A CONTRACT BETYI'EEN THE ISSUING I}ISURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. lillFoRTANT:lfthecartlflcaleholderlsanADDlTloNALlNsURED,th thc torms end condlllo.E ol the pollcy, csrtaln pollcles may requlre an andonsamenL A staternent on this cartlllcato does not confor rlghtlito thecertiflcats holder In lleu of such endorsement(s). PROOUCER BUTLER, BUCKLEY, DEETS INC. i15T BLUE LA@ON DR., STE 420 M|AM!, FL 33r26 RICHARD H BUTLER FnEf' RTcHARD BUTLER t* NSUREAISI AFFOiOINO COVERAGE llAlc t rNsuRERr:STARR SURPLUS LINES lNS. CO.rilsuREo DDA ENGINEERS, P.A. 4930 SVrr 74 COURT MtAMt, FL 33155 INSI'RER E : tLs{rRERc: tli$JnEn o: i{SUREI E: It{suREn F THlSlsTocERrFYTHATTHEPoLlclESoFlNsuRAI{cEt-nreooxeueoffi lNolcATED NorwlrHSTANolNG ANY REQUIREMENT TERM oR coNDrrDN oF ANy coNTRAcr onbrxen oocuMENT wrH REspEcr ro wHtcH THtsCERTIFICATE ITIIAY BE ISSUED OR i'AY PERTAIN THE INSURAI.ICE AFFORD€D BY THE POLICIES DESCRIEED HEREIN IS SUBJECT TO ALL THE TERMSExcLusloNs ANo coNDttloNs oF sucH poltclEs LtMtrs sHown MAy HAVE BEEN REoucED ay pnro cLAMS cLAu,sA{AOE ] oCcUR AGGfiEGATE LNlr APPLIES PER A''IY AUTO AtL oyw,leD l-l scxeouleoAUTOS I I AUTOS HrREo^uros Ll l3i6o.*"" 8{rOlLY INJURY {Pr parran} BODILY lt'IJURY (P!, acddrnt) woRxERsoorPCxsAltoil I&ro EIrLoYEis LtAgUw ", u I ANY PROPft Erof,/PARINERGx€cUIrvE J-.I IoFacERiuEMgER€xcLuDED? | llNrA llb,rd.lory ln ilHt * |ivs drrabe|ffi I 0311412015 03/t4t2016 OEgCtuPnOtt Of OPtIAT]ot{s, LOCAIIOa{S, VEHELES (AdBh ACOIID tol. Addiloflrt R.il&rr !kh.d,rl.r I mrr.p... tr nqid6rlrIEN (10) DAIS NOTICE OF CTI.ICELIATION EOR N()N.PAIUENI OE PRSMTI]}{DEDUCUBIIE: $30,OO0 -SEPiRA!E DEDUCAIELE FOR COI{Do CIATM!} S1OO,OOO SHAN-D ATIY OF TTIE ABOVE OESCRIBED POLICES BE CAIICELLEO BEFORETHE EXPIRATIOTI OATE THEREOF, NOTTCE NM.L BE OELTVERED IH ACCORDAI|ICE WtTx THE POLICY PROvtStOt{S. Rr O 1988-2010 ACORD CORPORATIOIiI. All righE reserved. fhe ACORD name and logo are regbterad mrr*c of ACORDACORD 2s (2010105) 200 --.<lACORD CERTIFICATE OF LIABILITY INSURANCE\.--'DATE {IiU'DD/YYYY} 44t28t2015PRODUCER Global Assurance Agency 745 SW 35th Avenue Suite #202 Miami, FL 33135-4141 % INSURED DDA Engineers, pA 4930 SW 74th Court Miami, FL 33155 COVERAGES 11Lq_cF,RnF cArE rs rssuEmgllynuD coNFERs No RrcHrs uioi niE"de-Crrr I.o!D_E!, rxts cERIFtcATE DoEs xor-niliiio, Eiiir,ALTER THE COVERAGE AFFoFrnFn Rv ruc oa,''iito o IATION :ICATE ID OR N.A!C #M- INSURERS AFFORDING COVERAGE nrsunenru American Casuattv CompanvEffirg;Fl' TNSURER B: Transportation lnsurgnce Company 20494 INSURER C INSURER D: INSURER E: THE P( ANY RI PERTA POLICt TSFTTUI,I l re ltfsn )UCIES OF INSURANCE LISTEO BELI :QUIREMENT, TERM OR CONDfiON IN, THE INSUMNCEAFFORDED BY']:S.AGGREGATE LtMtTS SHOWN rr,tA. )W IiAVE BEEN ISSUED TO THE INi OF ANY CONTMCT OR OT}IER DO.HE POLICIES OESCRIBED HEREIN rHAVE BEEN REDUCED BY PAID C SURED NAMEDABOVE FORTHE POLI(]UMENTwlTH RESPECTTO WH}CH X IS SU&JECTTOALLTHE TERMS. EXCI .AIMS. )Y PERIOD INDICATED. NOTWTTHSTANDING {IS CERTIFICATE II{AY BE ISSUED OR MAY .USIONSAND CONDITION$ OF SUCH TYPE Of INSURANCF POUCY NUMBER ffiAxGEflERAL LIASIUTY I corvurencm GENERAL LrABrLry [-l cr-re,rsnqoe pl occun V funtracdual tiabirii- 2A24218233 05/08i15 05/08/16 5 EACH OCCURRENCE s 1.00o,000.0c Pf rEN I trUeos1rrc|5 100.000-00 MED EXP {Any one pss}$ 10,@,00 I PERSOML &ADV INJURY $ 1,000,000.00 EN'L AGGREC{TE UMTTAPPLIES PER I eor-rcv fJleno.recr l-l .oc GENEMLAGGREQ{TE 5 2.0@,0s.0o PROOUCTS - COMP/OPAGG $ 2,0oo,00o,m A x AUTOTOBIIE LtABlLrrr fl awauro ] er-r-owxeoeuros ] scxeouleonwos ] xrneorwos ] NoHowreoauros.l zvc $500 each 05/08/15 05/08/16 C_OMEINED SINGLE LIMIT(La uidcnt)s 1,0@,0@.00 BODILY INJURY (Par ptrsn)! BODILY INJURY(P€r acidsrd)G n DedrrcuG(compTcon.)-PIiOPERTY DAITTAGE(Per @iden0 G.A|?IAGE LllA[rY ] nr,rvluroI AUTO ONLY. EAACCIDENT $ oTHERTHAN EAACC AUTO ONLY AGG $ B x EXCESgUUERELLA LIABIUTY fl occun n cr-nrrus r,rnoe ] oeoucla,-e Zf nrre,c,ox $ lo,ooo J 05/08115 05/08/16 EACH OCCURRENCE $ 2,0oo,0oo.@ AGGREGATE s 2,00o,0oo.@ ! B Efi'ffi€&ofilELwCINAND H,3EgfiEF;?H"#"tEHu",,'. lf ,€s. d€sbe urder SPECI,AL PROVIStotaS betw 2057380389 05/08i15 ! 05/08116 yl r6Hv'iiiirfs f1"eii E.L EACHACCIDEMT I 1,O0O,0OO_0O E.L, DEENSE. EA €T'PLOYIE s 1,0@.0oo.@ OTHER L. DISEASE . POLICY LIMIT r.000.000_00 oFo@ CERTIE|CATE HOLDER M STIOULD AIOI OF IHE ABOV€ OESCRIBED POL'",ES BE CA**'O "iliffiiDATE THEREoF, THE ls$rilc rNst RER wlLL ENoEAvoR To uArL 3o orvs wnrrrex iIOTICE TO THE CERTTHCATE HOLOER NAflED TO THE LEFT, BUT FAILURE TO DO SO SHALL flPOSE NO OaLTGATptll OR LlABA_fry glANy Klr{OJ/|P, Oil TrrE^ll{suPF& tTS AcErlrrs oR Global Assurance Agencpluis A. GonzalJz 201 EXHIBIT B SCHEDULE A-1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HILL INTERNATIONAL, INC. CONSULTANT SERVICE ORDER Project Name: Miami Beach Convention Center Renovation & Expansion Service Order No. 3 for Consulting Services. TO: Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, Florida 33131 DATE: October 21. 2015 Pursuant to the Agreement between the City of Miami Beach and Consultant for OWNER's REPRESENTATIVE SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT (RFP NO. 2014-278-ME) you are directed to provide the following Services: SCOPE OF SERVIGES: Additional Services for Threshold lnspections, as described in the attached proposal, dated September 28. 2015. Notwithstanding any other provision in the Agreement to the contrary, DDA shall at all times during the performance of its work carry professional liability coverage in the amount of $2,500,000 per occurrence and $2,500,000 million in the aggregate. Not-to-Exceed Fee: $ $718.080 Reimbursable Expenses: $ included above Total fee for this Service Order: $ S718.080 Thais Vieira, Sr. Project Manager Date Maria Hernandez, Project Director Date Jimmy L. Morales, City Manager Date OWNER'S REPRESENTATIVE SERVICES - MIAMI BEACH CONVENTION CENTER RENOVATION & EXPANSION202 Htll Mr. Jimmy Morales, City Manager September 28,20L5 Page L September 28,2OI5 Mr. Jimmy Morales, City Manager City Manager's Office City of Miami Beach L700 Convention Center Drive, 4th Floor Miami Beach, FL 33039 PE: Miami Beach Convention Center Renovation Resolution No. Additional Services Proposal No. 1: Threshold lnspection Services Dear Mr. Morales Hill lnternational, lnc. is pleased to present our proposal to provide Threshold lnspection Services thru DDA Engineers P.A., as defined in Sections 110.8 of the Florida Building Code and Section 553.79(5) of the Florida Statutes. This proposal is based on a 24 month shell construction schedule assumption beginning in January of 2016 and ending in December of 2017. Project Description The Miami Beach Convention Center is located in Miami Beach, FL. The Project is to renovate and expand the existing Convention Center which was originally built in 1957. The completed renovation will consist of 1.4 million sq. ft., including 505,000 SQFT of exhibition space, 10 additional meeting rooms, a grand ballroom and junior ball rooms, 874 space parking structure, upgraded telecommunications and media, and a six acre park. The project budget is S500 million. Funding for the project comes from the City of Miami Beach. The Professional Design Firm for this project is Fentress Architects, Denver, CO. The Structural Engineer is Wallace Associates, Denver, CO. The Civil Engineer is Kimley-Horn, Miami, FL. The Owner's Representative is Hill lnternational, lnc., Miami, FL and the Construction Manager at Risk is Clark Construction, Tampa, FL. Scope of Services o Threshold lnspector Services o Threshold lnspection will be performed in accordance with the requirements of Section 110.8 of the Florida Building Code and Section 553.79(5) of the Florida Statutes.o Specials lnspections not included in fee, that required another inspection entity; o Shoring and Re-shoring Delegated Engineer o MaterialTesting o Testing agency for welded and bolted steel connections for steel framing, metal decking and light gage steel framing. o lndependent Engineer for installation of Exterior Curtain Wall, Storefront, Windows, Railing & Guardrails. o Geotechnical Special lnspector for Soil Compaction 203 lrIlt Mr. Jimmy Morales, City Manager September 28,2015 Page 2 Deliverobles/Schedule . One full-time inspector for 2 months. (January-February, 20L5) o Two full-time inspectors for 20 months. (March, 2016-October,ZOLT\. One full-time inspector for 2 months. (November-December, 20L7) Fees Fees for AdditionolServices - Additional services requested by the Client, which are outside the scope of this proposal, may be provided by the Consultant on a negotiated basis. No additional services shall be preformed until both parties agree in writing to the additional scope and method of compensation. Additional services performed on an hourly basis shall be invoiced monthly at the following rates. These rates shall remain in effect through June 2018. Project Executive Senior Project Manager Project Manager Project Accountant PM-QA MEPF Project Engineer Scheduler Estimator Project Controls Manager QA/aC Engineer (Structures and Finishes) Clerical/Document Control 5L7O-179lhour (per Appendix B of controct) S160-159/ho ur (per Appendix B of controct) S 130-139/ho ur (per Appendix B of controct) S 130-139/ho ur (per Appendix B of contract) SfSO-f3g/ho ur (per Appendix B of contract) $110-119/hour (per Appendix B of contract) Sf6O/hour (per Appendix B of contract) S160/hour (per Appendix B of contract) S14O-149/ho ur (per Appendix B of contract) 5L4O-7a9/hour (per Appendix B of contract) S0O-Sg/frour (per Appendix B of controct) Discipline Firm Name Firm Number Hours Rate Fee Project Management Hilllnternational 8hrs/mo/2 yrs 192 s16s $31,680 Threshold lnspector Sub DDA Engineers, P.A.24mo 7627 Seo s686,400 TOTAT Lump Sum FEE s718.O80 204 lll11 Mr. Jimmy Morales, City Manager September 28,2015 Page 3 Reimbursoble Expenses Reimbursable expenses incurred during the course of the referenced project are included in the proposed fee. Terms ond Conditions Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative ServicesfortheMiamiBeachConventionCenterandExpansionProject,ResolutionNo-,as agreed and executed on _day of _, 2015. lndemnificotion Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative Services for the Miami Beach Convention Center and Expansion Project , Resolution No , as agreed and executed on _day of _, 20L5. Limitolion of Liobility Per Agreement between the City of Miami Beach and Hill lnternational, lnc. for Owners Representative ServicesfortheMiamiBeachConventionCenterandExpansionProject,ResolutionNo-,as agreed and executed on _day of _, 2015. lf the forgoing correctly states your understanding, please prepare a contract amendment for our execution. WeareveryhappytobeofservicetotheCityandcontinueoursuccessful relationship! Sincerely, ELADTO CASTRODAD, P.E., PMP Vice President Encl: Bid Tabulation Report DDA Engineers P.A. Proposal Desimone Proposal Atkins Proposal cc: Maria Hernandez, Thais Vieira, Rafael Paz: City of Miami Beach Jeff Sacks, Strategic Advisory Group Steve DiBartolo, Dennis Parces: Hill lnternational HILL INTERNATIONAI, !NC. 205 Bid Tobulotion Report Inspection Services for MBCCThreshold Miami Beach Convention Center Cityof Miami Beach, FL Bil Openhg Dab: BiJ 0penhg Localon: PrirE Confa6r: 9/25t2015 Projal No. I Nane Owner: Cbrk Constructim, LLC ArdibcflErqheer Miami Beach Conventbn Center Renovatirns and Expansion. City of tiami Beach Bid Package Name: Threshold lnrpeclion Services Conbact Dah: Recommend Amrd to: DDA Engineen, P.A. onhebasbof n LowETPRIcE n pRrcEAGRE,tEi{r IsorsouRcEAsuREcrEDBrowGR [] emlvoeurrnv I nrqurnrooeso E rAcKoF3AccEprAEEsorJRcfs M BErrERQUAlrry E ercnCercveee. E cMsaf pBFoRr@(ApprwatlenerAttadEd) E oruen (oescrte): Best Overafl Value fhis Bid Package Budget g 750,000.00 Bidder Inlormation Address: Telephorr: FA)( Coned DDA Engineers, P.A. n ffio7tl 305.6565259 Aita M. Ababa, P.E. PartnerThis Subcontac{Amount: g 686,400.00 Bids Opened by: br te Omer's Represeohtive Bid Revieved by: br he Omefs Represeflhlve br te ArdrtdEngheer: (Opbna0 Sbven Dtsarbb, Sr. Projal Manager (S0nature) Ehdb Casroda{ Project Executive Bid Award Acknowled ged : br lte Ormer: Erecutd $e Confact (CMTDB rustindicab fie $GsdJl exacubn ard dab of he confad ): br fie BuHer: Approval lor Self Performance loyvner Signature and Approval Lebr Requied ilApproved tu SeI PerbrrEnce by Clr/OB) br tp Ovner: 11I11 Page I LCITY OF MIAMI BEACH Owner's Representative Services 206 Bid Tobulotion Report Threshold Inspection Services for MBCC Bidder No. l-Atkins 2001 NW L07 CT Doral,FL 33172 305-592-7275 Hum berto. alons o@atki n sqlobal. c om Former code compliance officer would head the project. 2-DeSimone Brickell Avenue, 6th Floor Miami, FL 33131 305-441-0755 incent Desimone incent.desim com No.3-CAP 343 Almeria Ave Coral Gables, FL 33134 305-M8-177L Carlos del Pino cdelpino@capfla.com Bidder No. r$-DDA Consulting Eneineers 4930 Southwest 74th Court Miami, FL 33155 30s-666-0711 Aida M. Albaisa, P.E. www.ddaeng.com CITY OF MIAMI BEACH Owner's Representative ServicesnI11 Page | 2 207 Bid Tobulotion Report Threshold Inspection Services for MBCC I -= eE.s-EE=;;-Ei E q 6E Y d=HEg l,lElElg-&;.i6!5F- Efi-EE<c €E =iE =,d Lj d) g a E E s 5 gs- = siI i5 =o Go EE F Ein a I 9I 63 =o U =dU zI U =-o- d- oo.6. CLc.a qoe ]upcoc.so ocot o coo E.9 Co cootoooco.E .q =oE P z Eo o o g Oa ffit I: &tr ,it,tl iil,ill ffit i,ri1rI'iii iit'trsffii{k o =o = =q =d ! E === B_'6E EE E-JE() (D : = = == = = € I === I =6Is o o ori ooN- o @oz o cto @ E E9i o EE;a4a:I t FE; EHtg a tEi@! == I R sE e o c I gT cc c I ooo EE AE EE oz z c;z oz CITY OF MIAMI BEACH Owner's Representative Services Page | 3ltIll 208 September 24,2015 Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, Florida 33133 Attention: Steven DiBartolo Senior Project Manager Reference: Miami Beach Convention Center Threshold lnspection Services DDA File Number 1501 Dear Mr. DiBartolo: DDA Engineers, P.A. (DDA) is pleased to submit this letter selection of a Threshold lnspection Services firm for the Miami Center project. DDA ENGINEERS, P.A. 4930 Southwest 74th Court Miami, FL33155 v.305.666.0711 f.305.666.5259 www.ddaeng.com of interest in the Beach Convention DDA is a Consulting Structural Engineering firm founded in 1969. Our projects are managed with hands-on design principals, associates and project managers. DDA is a local firm based in Miami-Dade County. The core staff of the firm, comprised of its partners and associates, has practiced together for over 30 years. The experience of working together for so many years constitutes a unique aspect of DDA. lt further denotes the degree of stability, which the firm has enjoyed due to the loyalty it has earned from its clients who continue to reward the firm with repeated commissions. The firm was organized with the definite objective of providing quality structural engineering design and inspections services to our clients. We firmly believe that these services should be rendered in a comprehensive, creative, professional and understanding manner. During our 4S-plus year history we have gained extensive experience in providing threshold inspection services for a variety of building types, including retail, transportation, high-rise residential, mixed-use, hotels, commercial, parking garages, schools, universities, museums and government work. We have attached representative projects to this letter because we feel these are most illustrative of the experience required for a project such as the Miami Beach Convention Center. We have experience performing Threshold lnspection services for projects that have Structural Engineering firms that are based out of state, one example being the Brickell City Centre project designed by Magnusson Klemencic Associates (MKA). Additional projects that we have performed Threshold lnspection services on are the American Airlines Arena, 500 Block Collins, Lincoln Center (Beach Cinema), The Carillon 209 September 24,2015 Hill lnternational, lnc. Page 2 of 2 W DDA ENGINEERS, P.A. Complex, Miami Beach Senior High School, MIA North Terminal Development CD lnfill, Regalia Condominium and Marina Blue Condominium. We are also currently performing Threshold lnspection services at the Miami Science Museum, designed by Grimshaw. Each one came with its own unique challenges and has been iconic additions to the Miami skyline. ln the mid 1980's ourfirm was the Design Engineer and Threshold lnspectors for the Miami Beach Convention Center Expansion project, which consisted of the expansion of the existing Halls, a new east entrance was added, new interior connector-bridge, new additions to the north and south side of the existing building. We encourage you to review the information enclosed and we would appreciate the opportunity to meet with you to further discuss our qualifications. We are most excited to have an opportunity to participate in the Miami Beach Convention Center project. Respectfully, DDA Engineers, P.A. hunftu*- Aida M. Albaisa, P.E. Partner 210 September 24,2015 Hill lnternational, lnc. 601 Brickell Key Drive, Suite 600 Miami, FL 33131 Attention: Steven DiBartolo Senior Project Manager Reference: Miami Beach Convention Center Renovations and Expansion Threshold lnspection Services Proposal Our File No. 1501 DDA ENGINEERS, P.A. 4930 Southwest 74th Court Miami, FL33155 v.305.656.0711 f.30s.6665259 www.ddaeng.com Dear Mr. DiBartolo: DDA Engineers, P.A. is pleased to submit this fee proposal with the purpose of performing Threshold lnspections for the Miami Beach Convention Center project. This proposal is based on a 24 month shell construction schedule beginning in January of 2016 and ending in December of 2017. Threshold lnspection Services $ 90.00/hour, billed monthly For budget purposes, we estimate that each inspector will require a monthly allocation, based on a 40 hour standard work week, of 173.33 hrs/month x $90.00/hr = $ 15,600.00 per month. 1 inspector for 2 months 2 inspectors for 20 months 1 inspector for 2 months TotalEstimated Fees: =2x$15,600.00/month - $ 31,200.00 =20x$15,600/monthx2 - $624,000.00 =2x$15,600.00/month = $ 31.200.00 $ 686,400.00 Hours above are estimated based on the proposed schedule and will be monitored monthly. We will be billing monthly for only hours worked at a rate of $90.00/hour. Hours not used will not be billed. lf monitoring indicates that hours will be exceeded, owner will be notified immediately. Any additional hours will be billed monthly until the completion of the project. Special lnspections requiring another inspection entity (not included in the Threshold Fee):. Shoring and Re-shoring Delegated Engineer. MaterialTestingo Testing agency for welded and bolted steel connections for steel framing, metal decking and light gage steel framing.. lndependent Engineer for installation of Exterior Curtain Wall/ Storefront Mindows/ Railings / Guard Rails. Geotechnical Special lnspector for soil compaction. DDA Engineers thanks you for the opportunity of presenting our fee proposal and is most enthusiastic to provide Threshold lnspection services for this project. Respectfully, DDA Engineers, P.A. A--rlf &ba^, u Aida M. Albaisa, P.E. Partner 211 Aida M. Albaisa, P.E. - Partner Mrs. Albaisa has been a practicing structural engineer for the last twenty-six years. Having a degree in Architectural Engineering reinforces her sensitivity to architectural considerations in structural concepts. Mrs. Albaisa's design experience involves projects whose structural system includes precast prestressed concrete, caslin-place concrete and steel framing. Mrs. Albaisa is fluent in English and Spanish. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: Miami Beach Senior High School, Miami Beach, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Adminiskation & Threshold lnspections. Downtown Doral Office Building, Doral, Florida - Engineer of Record Scope; Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Downtown North & South Paseo Parking Garages, Doral, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. University of Miami Life Science & Technology Park, Miami, Florida - Engineer of Record Scope; Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Science Museum, Miami, Florida - Engineer of Record Scope; Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Dade College Kendall Campus Prototype Building, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Miami Dade College Wolfson Campus Student Support Center, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Little Haiti Cultural Arts Center, Miami, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Adminishation & Threshold lnspections. Our Lady of Lourdes Academy, Miami, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. Brickell City Centre, Miami Beach, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Construction Administration & Threshold lnspections. DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 26 Years EDUCATION Bachelor of Science, Civil Engineering, University of Miami - 1987 Bachelor of Science, Architectural Engineering, University of Miami - 1987 REGISTRATIONS/LICENSING Registered Professional Engineer, State of Florida PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW T4t Court Miami, FL 33155 d @zFE. L ui o.d(n coJ i o 212 Pedro J. DuQuesne, P.E. - Partner Mr. DuQuesne has been part of DDA Engineers, P.A. since'1973. Mr. DuQuesne's experience include the design of numerous award winning private, commercial and government projects including steel, concrete and composite structures. Mr. DuQuesne has been the principal structural engineer for many significant buildings in the South Florida area. Mr. DuQuesne's philosophy is to render structural engineering services in a comprehensive, creative, professional and understanding manner working with clients to achieve and exceed their expectations. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: American Airlines Arena, Miami, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. 500 Block of Collins. Miami Beach, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Lincoln Center (Beach Cinema), Miami Beach, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Port of Miami Terminals D & E, Doral, Florida - Engineer of Record Scope: Threshold lnspections, University of Miami Clinical Research Building, Miami, Florida - Engineer of Record Scope: Complete structural design, construction documents, construction administration and threshold inspections. Marina Blue, Miami, Florida - Skuctural Engineer Scope: Complete structural design, construction documents, construction adminiskation and threshold inspections. Doral City Hall & Parking Garage, Doral, Florida - Engineer of Record Scope: Structural Design, Construction Documents, Conshuction Administration & Threshold lnspections. Hadley Park Youth Center, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & lnspections. Cuban Museum, Miami, Florida - Engineer of Record Scope: Complete Structural Design, Construction Documents, Construction Administration & lnspections Miami Science Museum, Miami, Florida - Structural Engineer Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 42 Years EDUCATION Bachelor of Science, Civil Engineering, Louisiana State University - 1971 REGISTRATIONS Registered Professional Engineer, State of Florida Special lnspector PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 74t Court, Miami, FL 33155 oc ts6L ui o- qtc (U a o i o !(U o- 213 ry DDA ENGINEERS, P.A YEARS OF EXPERIENCE 31 Years EDUCATION Bachelor of Science, Civil Engineering, University of Florida - 1982 REGISTRATIONS/LIC ENSING Registered Professional Engineer, State of Florida Special lnspector Standard Building lnspector Licensed Building lnspector for the City of Miami Beach Licensed Building lnspector for the City of Sunny lsles Beach PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 74h Court, Miami, FL 33155 Ernesto Wong, P.E. - Partner Mr. Wong's has been a practicing structural engineer for the past thirty-one years. He has designed and inspected numerous projects, including institutional, residential and commercial projects. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: Sunset Place Shops & Parking Garage, Sunny lsles Beach, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Jade Beach Condominium, Sunny lsles Beach, Florida - Prolect Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Elan Condominium. Miami, Florida - Project Manager & lnspector Scope; Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Eloquence on the Bay (Condominium), Miami, Florida - Pro;ect Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections Park Square at Doral, Doral, Florrda - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Adminishation & Threshold lnspections Freedom Tower - MDC - Miami, Florida - Project Manager Scope: Structural Restoration & lnspections University of Miami Life Science & Technology Park, Miami, Florida - Project Manager & lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold lnspections University of Miami Clinical Research Building & Parking Garage, Miami, Florida - lnspector Scope: Complete Structural Design, Construction Documents, Construction Administration & lnspections Regalia Condominium, Sunny lsles Beach, Florida - Project Manager Scope: Complete Structural Design, Construction Documents, Construction Administration, Special & Threshold lnspections Brickell City Centre, Miami, Florida - Prqect Manager Scope: Complete Structural Design, Construction Documents, Construction Administration, Special & Threshold lnspections dUzFd c trl o- uzo BoF(,r!zd. Lrl 214 Cristobal M. Perez-Pita Mr. Perez has had forty years of practice in all phases of project construction, design, scheduling implementation, and quality control. He has supervised and inspected numerous projects, including institutional, residential and commercial profects. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: Elan Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction adminiskation and threshold inspections Marina Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Jade Ocean Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Regalia Condominium, Miami, Florida - lnspector Scope: Complete structural design, conshuction documents, construction administration and threshold inspections University of Miami Clinical Research Building, Miami, Florida - lnspector Scope: Structural Design, Construction Documents, Construction Adminishation & Threshold lnspections Doral City Hall & Parking Garage, Doral, Florida - lnspector Scope: Skuctural Design, Construction Documents, Construction Administration & Threshold lnspections. Turnpike Service Plaza, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Frost Museum of Science, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Miami Central Senior High School, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Brickell City Centre, Miami, Florida - lnspector Scope: Threshold lnspections DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 40 Years EDUCATION Bachelor of Science, Architecture, Jose A. Echeverria Politechnical lnstitute-1 973 DDA Engineers, P.A. 4930 SW 74h Court, Miami, FL 33155 oo c (oEo- NoL (U o-j t -ooP LL, 215 Mr. De Armas has had twenty-two years of practice as an Engineer. He has supervised, inspected, and been a Threshold lnspector for numerous proiects, including institutional, residential and commercial projects. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 22Years EDUCATION Jose De Armas The Carillon Complex, Miami, Florida - lnspector Bachelor of Science, Architecture, Jose A. Scope: Complete structural design, construction documents, construction administration and Echeverria Politechnical lnstitute-1993 threshold inspections DDA Engineers, p.A. Blue condominium, Miami, Florida - lnspector 4930 sw 74h court' Miami' FL 33155 Scope: Complete structural design, construction documents, construction administration and threshold inspections Marina Blue Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Jade Ocean Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Star Lofts Condominium. Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Regalia Condominium, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Frost Museum of Science, Miami, Florida - lnspector Scope; Complete structural design, construction documents, construction administration and threshold inspections Museum Plaza (Perez Art Museum), Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Miami Beach Senior High School, Miami, Florida - lnspector Scope: Complete structural design, construction documents, construction administration and threshold inspections Brickell City Centre, Miami, Florida - Inspector Scope: Threshold lnspections o oc c (! E (uo (u o 216 The Carillon Complex (Canvon Ranch) Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: 500 Block of Collins Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: Lincoln Center (Beach Cinema) Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: Arquitectonica 6801 Collins Avenue, Miami Beach, Florida 1,600,000 square feet / 37-Stories $233 million 2008 Sherri Gutierrez, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections DDA ENGINEERS, P.A. The project consists ofthe design and threshold inspections ofa 640,000 sf,22- story South Tower, a 900,000 sf, 37-story North Tower, a 60,000 sf, 5-story Canyon Ranch Spa with pool I plaza level on the roof and the complete renovation of the 1950's historic 17-story Carillon Hotel building. The structural framing for the new towers and spa consists of post-tensioned concrete slabs supported by concrete columns. Zyscovich, Inc. Collins Avenue, Miami Beach, Florida 50,000 square feet (Retail) I 120,000 square feet (Office) $9.7 million 2005 Bemard Zyscovich, AIA Complete Structural Design, Construction Documents, Construction Administration and Tkeshold Inspections The project consisted of a 50,000 sf, of one- and two-floor townhouse-style retail space within a three-story parking garage structure. The project is located on one of the most visible commercial sites in the historic Art Deco District of Miami Beach. The structural framing system consisted of precast concrete joists, concrete beams and columns. A steel lattice{ype screen, which has become a city landmark, is used to mask the parking structure beyond. Zyscovich, Inc. 1100 Lincoln Road, Miami Beach, Florida 223,000 square feet / 4-Stories $18 million I 998 Bemard Zyscovich, AIA Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consisted of a 80,000 sf, two-story multi-plex theater, 47,000 sf of retail space and a 96,000 sf, six-level parking garage. The structural framing for the cinema and retail space consists of composite steel beams and steel columns. The structural framing for the parking garage consists of precast concrete joists, concrete beams and columns. 217 Sunset Harbor Shops & Parking Garage Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Miami Beach Senior High School Arquitectonica 1900 Bay Road, Miami Beach, Florida 32,000 square leet / S-Stories $10 million 20t2 Alfonso Jurado, AIA, LEED, AP Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections W DDA ENGINEERS, P,A. The project is located in Miami Beach - Purdy Avenue/Bay Road. Project consist of a 50 feet high, five-story precast parking garage building with over 435 provided parking spaces and approximately 32,000 square feet of office space at ground floor. Framing system was constructed using cast in place column, beams and precastjoists. The second floor system is a poured in place (flat plate) slab to provide maximum height over ground floor retail. The foundation system for the parking garage consist of 18" diameter augercast piles with grade beams and pilecaps arrd a 12" structural ground floor slab. Address: Owner: Architect: Reference: Size of Projea: Constyuction Budget: $88 million 2231 Prairie Avenue, Miami Beach, Florida Miami Dade County Public Schools Zyscovich Jose Murguido, AIA 229,245 square feet Completion: Scope of Service: Brief Description: American Airlines Arena Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: 2008 Complete Structural Design, Construction Documents, Construction Administration and Tkeshold Inspections The project consists of one large 3-story classroom i administration building, a gymnasium and an auditorium. The structural framing for the classroom / administration building consists of precast concrete joists, concrete beams, concrete columns and site-cast concrete tilt-wall panels. The structural framing for the gymnasium and auditorium consists of long-span steel joists supported on site-cast tilt-wall panels. Arquitectonica Miami, Florida 692,000 square feet $200 million 2000 William Lai, AIA Complete Structural Design, Construction Documents, Construction Admi nistration and Threshold Inspections The project consisted ofthe design ofthe foundations for the Arena "bowl" and the surrounding structure, which included two levels of below-grade parking, two elevated roads (Heat Blvd, and extension of NE 8'h Street), the basketball practice facility, Bongos Cuban Caf6 and the exterior plaza. The structural system for the plaza, garage and elevated roads consisted of precast concrete joists, concrete beams and columns. The practice facility consisted of masonry exterior walls with steel-framed roof system. The Bongos Cuban Caf6 roof consisted ofa post-tensioned concrete slab. 218 University of NIiami Clinical Research Buildins Architect: Address: Size of Project: Construction Budget: $70 million Completion Date: Reference: Scope ofService: Brief Description: Brickell Citv Centre Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: Perkins and Will I120 N.W. 14'h Street, Miami, Florida 900,000 square feet / 15-Stories DDAOctober, 2006 George Valcarcel, AIAUEUTBE Ydrudtust,ru^ ENGINEERS, p.A. Complete Structural Design, Construction Documents, Construction Administration and Threshold Inspections The project consisted of a 15-story tower with 336,000 sf of research / lab space plus an 1l-story, 1450-car parking garage and a 2-story,60,000 sf wellness center on the roof. The structural framing system for the tower consisted of precast concrete joists, concrete beams and columns. The parking garage consisted of precast concrete double-T's and columns. The Wellness Center was a steel-framed structure. Arquitectonica 801 Brickell Ave, Miami, FL 5.4 million square feet on 9.1 acres S1.05 billion 2015 Christopher Gandolfo - Swire Properties Ltd. Threshold Inspections Bricketl City Centre is a $1.05 billion mixed-use development. Strategically located in the center of the Brickell financial district, this is the single largest project currently underway in Downtown Miami. It includes 5.4 million square feet of construction divided among two l3-story office towers, two 48-story residential towers, a 4l-story, 243-room hotel tower with 93 apartments, a retail level and below-grade parking for 3,100 vehicles. Construction types include post-tensioned concrete construction for the residential towers and hotel tower, structural steel frame for the l3-story office towers and the retail components and conventional concrete construction for the below grade parking. Rodriguez & Quiroga Architects Chartered 1075 Biscayne Blvd, Miami, FL 3-Story 250,000 square feet $275 million 2016 Estm. Raul Rodriguez, AIA Complete Structural Design, Construction Documents, Construction Administration and Tkeshold Inspections The Patricia and Phillip Frost Museum of Science consist of three distinct but interconnected structures as well as an independent planetarium totaling 250,000 sf. The first of the distinct structures is the Living Core, which contains the GulfStream tank and other aquarium exhibits, all in a vessel shaped structure. The other two structures are the more traditional bar buildings that are adjacent to the Living Core. Each building has five levels above the at grade parking, some levels having double height spaces to accommodate larger exhibits. These structures are comprised of mainly pour-in-place beam supported one-way slabs. The beams are supported by concrete columns. The Iateral system consists of a combination of lateral moment frames and concrete shearwalls. The Gulfstream tank is a unique structure within the Living Core framed with a combination of conventionally reinforced concrete and post-tension cables. The tank has a large 25' diameter oculus toward the bottom that is framed with a ring beam. The planetarium is a spherical shaped structure with a conventionally reinforced concrete lower half sphere supporting a precast architectural concrete upper half sphere. The entire structure is supported on pile-supported foundation system. Architect: Address: Size of Project: Construction Budget: Completion Date: Reference: Scope of Service: Brief Description: 219 Buildinss/Proiects DDA Ensineers has performed Threshold Insnections on: Jackie Gleason Theater of the Performing Arts Miami Beach Senior High School Regent South Beach Condominium Port of Miami Terminals D & E MIA North Terminal Development C-D Infill Jade Beach Condominium Jade Ocean Condominium Fairfield Dadeland Elan Condominium Mari na Blue Condominium Eloquence on the Bay Condominium Star Lofts Havana Lofts Palmermo Lakes Apartments Two Midtown Riverwalk Residence PtitzPlaza Miami Beach UM School of Nursing UM Life Science & Technology Park MDC Wolfson Campus Miami Central Senior High School Parksquare at Doral Downtown Doral Office Bldg. Downtown Doral North & South Paseo Parking Garages The Bath Club Modera Metro 2020 Salzedo Office Building, Tower & Parking Garage 220 State Board gf q,trtrlorida o'"*P*3:lal Engineers gincers, P.A.,ffi'$ trlPI -iinirriii, ry*.,*,..":"," otutcs, to otfcr cnginccring ccrurccsrr criirrrircd unicr thc p.o"isions of Scc.ionl/Ufr|f|$loturcs, ro offcr cnginccring scnicc: ro thc public through o Profcssionol Enginccr. a{ffitn*r choorer 47 r. Floritlo srotuta. Erpirztiosr l,]l:i',t - 'm" - CA Lic. No: Audrr No: ::l{:'rl-rx{t{,1 I ft}t. State q,fhFlorida Board of Probd$ional Engineers ls licensed as a Professional Exdrathn: 2r2E[201 z Audil ilo: 2282017105t3 Sl 471, Florida Statutes P.E. / Sl Llc. No: )2trn 77 SPECIAL INSPECTOR ls licensed as a Professional Epi.ikm:znE 2017 Aud,l No: 22820t710556 Sl P.E. / Sl Uc. No: {5 l -r0 1073 SPECIAL INSPECTOR State qf,,Florida Board of Profts5ional Engineers t"[]ptr iidm_i il "ti , ls licgnsed as a Profeseional Expiraliotr:?l2WO17 Audll No: 2282017t05a9 Sl 471, Florida Statutes PE. / Sl Lrc. tao: -1aais 692 that SPECIAL INSPECTOR r 221 UUNDC-1 UP IU: PU - ACORD \,-z CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEHD, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOltr. THls cERrlFlcATE oF INSURANCE DOES NOT COiISTITUTE A CONTRACT BETWEEN THE |SSUING INSUREB(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERIFICATE HOLDER. lltllF0RTANT:lfthecertlflcatehotdgrlsanADD|TloNALlNSUREo'thepollcy(leeImuslueendorgod. the terms and condltions of tha pollcy, certain policles may requlre an andanssmenl A statamont on this certificate does not confor rlghtsito the BUTLER, BUCKLEY, OEETS INC. 616r BLUE l_Ac€or.r DR., sTE 420 S LINES INS. CO. DOA ENGINEERS, P.A. {930 SW 74 COURT iilAMt, FL 33155 NUlttlBER: THls ls ro CERTIFY THAT THE PoltclEs oF tNsuRANcE LrsrED BEtow HAVE SEEH tssuED ro rxe ntsuneo NAMED ABo\rE FoR THE pouctpERtoE INDICATED NOTWITHSTANDING ANY REOUIREMENT TERM OR CONDIT1OH OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THISCERTIFICATE MAY 8E ISSUEO OR I!iAY PERTAIN THE TNSURANCE AFFORDED BY THE POL}CIES DESCRIBED HEREIN IS SUEJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIOI.IS OF SUCH POLICIES TIMITS SHOWN ii.AY HAVE BEEN REDUCED BY PAIO CI3IMS SOOILY INJURY (Pr pcrr{n} BOOILY INJURY (Ps, sccld!.ltl IIOf,IGRS COI"CnSAtlOx AIIO ET'I.OYEruT UASUTY Ar{Y PROPft gTOf /PARilTER€XEC UITVE OfFEER'U€MBER EXCLUOEO? tl.nd.ro.r ln Xtll I 6 das*a rrtdr A :PROFESSIONAL LIAB 0u1412015 0ut{/2016 lel cuam loecnecare I DESCilPflON Of OPIRAIIOI{S , LOCATOI{3 , VETIICLEE lA!.ch ACOhD l0l, A.tduon l i'rt rt3 !tdr(t.{., I mon .f.€r tr n$dErrl TEll (10} DATS NOTICE OF CA}ICELI.ATION FOR NON.PAIUETI? OF PREMIT'M: $30,OOO -SEPARAIE DEDUCTIBIJE fOR CONDO CIArlrS $1OO,O00 TKlI.l INSURED *-INSURED COPY*' SHqJLD AIIY OF THE ABOVE OESCRIBED POLICIES BE CAIICELLEO BEFORE THE EXPIRATIOil OATE THEREOF. NONCE WLL BE OELIVERED Ifl ACCORDAI,ICE WTll THE POLICY PRovlsloNs. AUNTOEEO REPRESE}ITAINE G.i[-*Su @ 19EE-2010 ACORO CORPORATTOT{. Alt rights rsseryed. The ACORD name and logo are mgbterod marks of ACORBACORD 25 t2010105) 222 -"4rt ACORD \.-'- CERTIFICATE OF LIABILITY INSURANCE DATE (I\IWDD/YYY4 04t2812015 Global Assurance Agency 745 SW 35th Avenue Suite #202 Miami, FL 33.135-4141 rHIs cERTtFrcArE rs rssuED ls a laerrEEEFlffi-nmAloxoNLy AND coNFERS No RTcHTS upox rriE-dECnFrcArE !o_rDER. THIS CERTTFICATE DOES uOr-amer,io, Exirno onALTER rHE covERAGE AFFoRDEq av rxe po-ircii's eelow. INSURERS AFFORDING COVERAGE DDA Engineers, PA 4930 SW 74th Court Miami, FL 33155 |NSURERA American Casualty Company of Readinq, pA TNSURER B: Transportation lnsurance Company COVERAGES THE P( ANY RI PERTA POLICI trsFrrom LTR ltrsRo )UCIES OF INSUMNCE LISTED BELOW HNVC EEEN ISSUED TO THE IN :9u_rF_EMENr, rERM oR coNDutoN ornr,rv con-innci*oi orxrn oorN, THE rNsuRANcE AFFoRDED By rne por-are s oei6n-rieo nenerN:s, AGGREGATE LrMrrs sHowN unv xeve aEeH nEouCib By pAro c SURED NAMEDAB( CUMENTWITH REI IS SUBJECTTOAL LAIMS. l-v5pnrip€c_rro wHrcH rHls cERrFrcAre r,mi aelssiiLD-dC'frqv - rHE TERMS. ExclusroNs ANo coxomoxs oF suci' -- TFp.rEYHnE{lpnt-TYPE OF INSUPANCF POUCY NU}TEER ruw DATEAxGENERAL UABIUTY I corr,rurencrer- cENEML LrABrLrry f] curr,rs rutroe M occun /l contractual Liabititv 2024218233 05i08/15 05108/16 EACHOCCURRENCE l$ r,000.000.00 OAMA PRFM NEN I EU 3 100,@0 00 MED EXP (Any one pqs)s 10,00o.0o I PERSONAI- &ADV INJURY s 1,mo,0oo_0o ;EN'L AGGREGATE UM'T APPLIES PER] I eolrcv MpRorecr l--l ,.r GENERALAGGRECTATE 3 2.0o0.0oo.0o PROOUCTS . COMP,OPAGG 5 2,0m,m0.0o A X AUTOMOBILE LrAAIUTY fl exveuro ] ar-lowxroatnos ] scneour-eoruros ] nrneonuros ] Nor.r-owNeoainOsI 2053849986 $500 each 05/08i 1 5 05t08i16 C_OMBINEO SINGLE LIMIT(Ea rc{,€d)s 1.000.0@.00 BODILY INJURY(Perpffin)$ BODILY INJURY(Ps acidBnt)s z@ PROPERWDAMAGE (Ptr eident)$ GARAGE L'AB'LTTY ] auvaurol AUTO ONLY- EAACCIDENT I oTHERTHAN EAACC AUTO ONLY: ^G" 5 B x EXCESS'UiItsRELLA UABIUTY I occun f] cr-,rnas r,rmr ] oeoucla.e z *u**,o* $ .to,0o0 $ 05/08115 05/08/16 EACH OCCURRENCE s 2,0@,000.@ AGGREGATE s 2,0o0.0@.0o $ $ B ffiN.ffi$Pgptoruaro #L3E8fiE;E?XPARrNERExEcurrvE tf y6- dosqibe uder SPEChL PROVISTONS betm bZUClsUU3E905/08115 05/08116 /l rtiHY"iiiirYi l l?'f,' E.L EACHACCIDENT $ 1,0oo.@o.@ E,I., DISEASE. EA EMPIOYSE s r,0@,0@c0 E.L. DISEASE . POLICY LIMIT 1,@O.000.@O'HER CERTIFIC' (,penenor rE HOLDER o ACORD CORPOnanox-r gsa SI{OULDANYOFTHEAAOVE DESCRIBED POLICIES EE CANCTI I ED BEFORETHE THRATIO.{ oATETHEREoRTHEtssutNctNsunERvl,tllENoEAvoRTouAtL 30 oevswnrrrex NOTlcE TO THE CERTTHCATE I.IOLDER NAT'EO TO THE LEFI BUT FALURE TO OO SO SHALT :::::_::T:*N oR uABrny,r5 ^Ny xtlt:foirlE4tNsuRE. rrs AGErsrs oR Global Assurance Agencilluis A. GonzalJz 223