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