Loading...
Addendum to Design Consultant Agreement between the CMB and CES Consultants, Inc. Z.o2 S �33qd�] Nr�V C� 4 201� ADDENDUM TO DESIGN CONSULTANT AGREEMENT The CITY OF MIAMI BEACH, FLORIDA, a municipal corporation duly organized and existing under the laws of the State of Florida (the "C�") and CES CONSULTANTS, INC., a Florida corporation ("Consultant") hereby incorporate this Addendum to Design Consultant Agreement (the "Addendum"), dated '�!�?��' b '� ;7(il�j 2025 (the "Effective Date") into that certain Standard Form of Agreement Between Design-Builder and Design- Consultant, by and between the City, as the assignee of RIC-MAN CONSTRUCTION FLORIDA, INC., a Florida corporation ("Ric-Man"), and Consultant dated as of June 14, 2017 (the "Ori inal Contract" and as modified by this Addendum, the "Contract"). Capitalized terms used but not defined herein shali have the meanings set forth in the Original Contract. In the event of a conflict between the terms of this Addendum and the terms of the Original Contract or the Design/Build Agreement(as defined below, and to the extent referenced in the Original Contract), the terms of this Addendum shall control. WHEREAS, the City and Ric-Man entered into that certain Design/Build Agreement, dated as of June 14, 2017 (the "Desiqn/Build Aqreement"), relating to the construction of the West Avenue Phase III improvements south of 14ih Street (the '`Project"); WHEREAS, contemporaneously, Consultant and Ric-Man entered into the Original Contract, a subcontract of the Design/Build Agreement, for the provision of engineering and other services ("Services") related to the Project; WHEREAS, on March 14, 2�25, the City terminated the Design/Build Agreement and, pursuant to Section 3.24(c) thereof, exercised its contractual right to the assignment of the Original Contract, at the City's election (the "Assiqnment"); WHEREAS, on July 9, 2025, Ric-Man delivered an executed letter to the City assigning to the City all right, title and interest of Ric-Man in and to the work product produced to-date pursuant to the Original Contract; WHEREAS, subsequent to the City's election under Section 3.24(c) of the Design/Build Agreement, Ric-Man purported to terminate the Original Contract; WHEREAS, the City and Consultant desire to re-instate the Original Contract, with the City assuming Ric-Man's rights and obligations under the Original Contract; WHEREAS, the City and Consultant desire to modify the scope of the Services to include construction management and inspection services for the Project(the"Revised Scope"), as more particularly set forth in Exhibit 1 attached hereto and incorporated herein, in the not-to-exceed amount of$3,396,680.55; and WHEREAS, the City will enter into a new design/build agreement (the "Construction Contract") pending selection of a new contractor(the "Contractor"). NOW THEREFORE, in consideration of the mutual promises and conditions contained herein, and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the City and Consultant agree as follows: 1. The above recitals are true and correct and are incorporated as part of this Addendum. 2. Consultant acknowledges that, pursuant to Section 3.24(c) of the Design/Build Agreement, Ric-Man conditionally assigned to the City all the rights, title and interest of Ric-Man in the Original Contract, and the City has since effectuated the Assignment. Accordingly, the City and Consultant hereby reinstate the Original Contract between Ric-Man and Consultant, as if such Original Contract had not been terminated, with the City assuming all rights and obligations of Ric-Man thereunder. Consultant hereby consents to the Assignment by the City. Consultant hereby agrees that, notwithstanding that Consultant performed Services (as defined below) in connection with the Project or any part thereof, the City shall only be liable to Consultant in connection with such Services to the extent such obligations arise from and after the Effective Date.All covenants, representations, guarantees and warranties of Consultant under the Contract shall be deemed to be made for the benefit of the City and shall be enforceable by the City. Consultant shall honor the Contract as if the Contract had been originally entered into with the City. Consultant represents and warrants the following to the City as of the Effective Date: a. no payments, fees, costs, or other compensation are due or owing to Consultant under the Original Contract, and Consultant has no claims against Ric-Man or the City for Services performed prior to the Effective Date; b. Total compensation to Consultant under the Original Contract was $1,275,000.00, of which $1,019,201.00 has been paid as of the Effective Date; c. there has been no breach or default under the Original Contract that would impair the City's rights under the Assignment; d. there are no pending claims, disputes or threatened actions between Consultant and Ric-Man under the Original Contract; e. it has complied with all applicable laws, codes, and regulations in the performance of the Services to date; f. it has full power and authority to enter into this Addendum and to perform its obligations hereunder, and doing so does not violate any other agreement or obligation of Consultant; and g. no liens, claims or encumbrances exist or will arise in connection with Services performed prior to the Effective Date. 3. Consultant hereby waives all rights of recovery, claims, actions or causes of action against the City (and any successor to the City pursuant to the Contract), and their respective elected and appointed officials (including, without limitation, the City's Mayor and City Commissioners), directors, officials, officers, shareholders, members, employees, successors, assigns, agents, contractors, subcontractors, experts, licensees, lessees, mortgagees, trustees, partners, principals, invitees and affiliates, for any loss or damage to property of Consultant which may occur at any time in connection with the Project. 4. Consultant agrees to comply with all federal, state and local laws, rules, regulations, ordinances and building or zoning codes (collectively, "Laws") applicable to Consultant in connection with Services. 2 5. Nothing contained in the Contraci is in any way intended to be a waiver of the prohibition on Consultant's ability to file liens against property of the City of Miami Beach, Florida, or of any other constitutional, statutory, common law or other protections afforded to public bodies or governments. 6. The City shall have the right to inspect and copy, at the City's expense, all books and records and accounts of Consultant which relate in any way to the Project or to any claim for additionai compensation made by Consultant, and to conduct an audit, either through its Internal Audit Department, Office of Inspector General (as further described herein), or an independent accounting firm selected by the City, of the financial and accounting records of Consultant which relate to the Project. Consultant shall retain and make available to the City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five(5)years following final completion of the Project. During the Project and the five(5} year period following final completion of the Project, Consultant shall provide the City (or its authorized representatives) access to its books and records upon seventy-two (72) hours written notice. 7. To the extent permitted by any Laws, no claim for damages or any claim, other than for an extension of time, shall be made or asserted against the City by reason of any delay including, without limitation, unavoidable delays or any delays in the design, development and construction of the Project which may arise as a result of the City's election not to proceed with the Project. To the extent permitted by law, Consultant or its respective agents, employees, contractors, consultants or professionals shall not be entitled to claim, nor shall the City have any obligation to fund, any request(s) for an increase to the Project budget, or other payment or compensation of any kind from the City, for direct, indirect, consequential, impact or other costs, expenses or damages, arising because of delay, disruption, interference or hindrance from any cause whatsoever, including but not limited to unavoidable delays and/or any delays in the design, development and construction of the Project which may arise as a result of the City's election not to proceed with the Project. 8. No action or omission by the City shall waive or excuse ConsultanYs obligat�ons under the Contract andlor other Contract Documents (as defined herein). Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any subconsultants), for the accuracy and competency of the Design Documents (as defined herein)or, as applicable, the Construction Documents (as defined herein), nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Contract shall be construed to relieve the Consu�tant (or any subconsultant) of its obligations and responsibilities under the Contract, nor constitute a waiver of any of the City's rights under the Contract, or of any cause of action arising out of the performance of the Contract. The Consultant shall be and remain liable to the City in accordance with applicable Laws for all damages to the City caused by any failure of the Consultant or to comply with the terms and conditions of the Contract or by the ConsultanYs misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Contract. "Desiqn Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and 3 engineering e�ements as may be appropriate. "Construction Documents" shall mean the finai (100% completed) pians, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to the Contract, setting foRh in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. "Contract Documents" means the Contract (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), all Design Documents and all Construction Documents; provided, however, Design Documents and Construction Documents shall not be part of the Contract Documents, until (a)the Consultant has submitted completed Design Documents or Construction Documents, as applicable, to the City and (b) the proposed Design Documents or Construction Documents, as applicable, have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. Approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse ConsultanYs obligations to ensure the Design Documents are constructible, in compliance with all applicable Laws and in accordance with the Contract Documents. Contract Documents shall also include the Construction Contract, all surety payment and performance bonds, conditions of the Construction Contract (general, supplementary, and other conditions), technical specifications, approved change order(s), approved construction change directive(s), and/or approved written order(s) for a minor change in the Project scope 9. Time is of the essence in the completion of the Project. 10. Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with, and throughout the Project shall coordinate with, the City's designated project administrator("Proiect Administrator"), the Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 11. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance, and coordination of all Services required under the Contract (including the services performed by subconsultants), within the specified time period and specified cost. The Consultant shall pertorm the Services as expeditiousfy as is consistent with the standard of professional skill and care required by the Contract and the orderly progress of the Project and utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to the City that the Services conform to the Contract Documents, and all applicable Laws. The Consultant shall be and remain liable to "the City for all damages to the Sponsor and the City caused by the Consultant's negligent acts or errors or omissions in the perFormance of the Services. In 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 non-conforming and/or insufficient services which result from the ConsultanYs failure to perform in accordance with the above standards. The Consultant shall be responsible for non-conforming and/or insufficient, defective services and any resulting non-conforming, insufficient, and/or defective construction work re- performed within twelve (12) months following final acceptance and shall be subject to further re- performance, repair and replacement for twelve (12) months from the date of initial re- performance, not to exceed twenty-four months (24) from final acceptance. The Project Administrators may notify the Consultant, in writing, of any non-conforming and/or insufficient services and shall approve the method and timing of the corrections. 4 12. 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), Consultant shall employ and/or retain only qualified duly ficensed certified personnel to provide same. 13. 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, 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 subconsultants to comply with this subsection. 14. 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. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 15. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE CONTRACT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF C�NSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLlGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE C1TY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS, INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THtS SECTION AND/OR ANY OTHER PROVISION OF THIS CONTRACT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 16. If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 17. All services provided by subconsultants shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under the Contract. Nothing contained in the Contract shall create any contractual relationship between the City and the subconsultants. 18. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating 5 the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. 19. The Consultant shall be ultimately responsible for ensuring the ConsultanYs and all of its subconsultants' compliance with the requirements of the Contract. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subServices. 20. The City has established a Construction Cost Budget (as defined below) for the Project. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance herewith, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents ta address such items, as necessary, to meet the established budget parameters set forth in the Construction Cost Budget. "Construction Cost Budqet„ shall mean the amount budgeted and established by the City to provide for the cost of the Work for the Project, as will be specified in a written directive of the Project Administrator. "Work"shall mean all labor, materials, equipment, supplies, tools, machinery, utilities,fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 21. Consultant shall provide andlor update the Statement of Probable Construction Cost (as defined below)at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator: (i) Consultant has previously delivered Statements of Probable Construction Cost in connection with prior stages of completion. For purposes hereof, "Statement of Probably Construction Cost" shall mean the detailed estimate prepared by Gonsultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the ConsultanYs estimated total construction cost to the City of the Work for the Project(as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. (ii) At the 90°lo stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If the ConsultanYs Statement of Probable Construction Cost exceeds the City s Construction Budget by more than five percent (5%), the Project Administrator shall provide written notice thereof to the Consultant. Consultant shall then identify the cause{s) 6 for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator(which time period for completion shall not exceed ninety(90) days from the date Consultant is notified to re-design), as part of the Services and at no additional cost to the City. (iii) To ensure that the Construction Cost shall not exceed the Construction Cost Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency for the Project. (iv) The delivery of the Statement of Probable Cost and each update thereto to the City shall constitute Consultant's certification and warranty to the City that such Statement of Probable Construction Cost and update thereto represents ConsultanYs best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s)prepared (or othervuise provided) by Consultant. (v) If the lowest and best Base Bid exceeds the ConsultanYs final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide written notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90} days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the ConsultanYs final updated Statement of Probable Cost. For purposes hereof, "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being the Construction Cost Budget. Base Bid shall not include additive alternatives or deductive alternatives. 22. The Construction Cost Budget shalf not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall ba subject to prior written approval of the City Commission which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate the Contract (and the remaining Services)without any further liability to the City. The City Gommission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Contract to design the Project to the Construction Cost Budget as set forth above, separately elect any of the 7 following options: (1)approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. For purposes hereof, a "Force Maieure" event is an event that (i) in fact causes a delay in the performance of the ConsultanYs or the City's obligations under the Contract, and (ii} is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to this Contract. 23. Any additional services to be performed by Consultant or any change in the scope of the Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). 24. 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 the Contract, or related to the Project, whether in its native electronic form, 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 Administrator in their native electronic form within thirty (30) days of completion of the Services (or within thirty(30) days of expiration or earlier termination of the Contract 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. In 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 pertormance of the Contract. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding the foregoing: (i) The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. (ii} 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; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. (iii) The City shall have the right to modify the Project or any companents thereof without permission from the Consultant or without any additional 8 compensation to the Consultant. The Consultant shail be released from any liability resulting from such modification. (iv) The Consultant shall bind all subconsultants to the Contract requirements for re-use of plans and specifications. 25. Termination for Cause. The City may terminate the Contract for cause, upon written notice to Consuitant, in the event that the Consultant (1) violates any provision of the Contract 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. in 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). (i) In the event the Contract 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 liabie to the City for any additiona! cost(s) incurred by the City due to such termination. "Additional CosY' is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Contract not been term i nated. (ii) In the event of termination for cause by the Gity, 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 (ii), the City shall have no further liability to Consultant. (iii) As a condition precedent to release of any payment which may be due to Consultant under(ii) above, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared)by Consultant(including,without limitation, those referenced in Section 23). 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. 26. Termination for Convenience. In addition to the City's right to terminate for cause, the City, through the City Manager, may also terminate the Contract, 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. In the event the City terminates the Contract for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set f�rth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in Section 23). Upon payment of any amount which may be due to Consultant pursuant to this Section 25, the City shall have no further liability to Consultant. 27. Insurance. The Consultant shall maintain the below required insurance at all times during the term of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material 9 breach of the Contract, which could result in withholding of payments or termination of the Contract: (i) Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,00O,OOQ per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i) a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of the Contract or(ii)a copy of a Certificate of Exemption. (ii) Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. (iii) Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. (iv) Professional Liability(Errors&Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $2,000,000. 28. Additional Insurance Terms: (i) Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liabiiity policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the ConsultanYs insurance. (ii) Notice of Cancellation—Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. (iii) Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required and shall indemnify the City, its officers, employees, contractors and agents from and against any loss or expense (including reasonable attorneys' fees and costs of litigation) resulting from the failure to obtain such waiver. However, this provision and the Consultant's waiver of recovery against the City as further described herein applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. (iv) Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A+ or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be 10 considered if they are licensed and authorized to do insurance business in the State of Florida. (v) Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by the Contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the ConsultanYs obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com (vi) Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. (vii} Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 29. Indemnification. To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify 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, 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 the Contract. The Consultant shall pay all claims and losses in connection therewith and shall investigate 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 attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by the Contract or otherwise 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. Sums otherwise due to Consultant by the City after any written assumption of the Contract by the City, may be retained by the City until all of City's claims for indemnification under the Contract have been settled or otherwise resolved. Any amount withheld pursuant to this subsection shall not be subject to payment of interest by City. The indemnification obligations set forth in this Section 28 shall survive the termination and/or expiration of the Contract. 30. Limitation of Liabilitv. (i) Notwithstanding any other term or condition of the Contract, Consultant hereby agrees that the City shall not be liable to Consultant for money 11 damages due to an alleged breach by the City of the Contract in an amount in excess of the total amount of compensation/fees due to Consultant for all Services under this Contract arising after the Effective Date, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in the Contract, 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. (ii) 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. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation any of ConsultanYs subconsultants and/or any other registered professionals (architects and/or engineers) under the Contract). 31. Notices. Consultant shall deliver copies of all notices to the City in writing at the following addresses: Office of Capital Improvement Projects City of Miami Beach, City Hall 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: David Gomez With a copy to: City Attorney's Office City of Miami Beach, City Hall 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: City Attorney With a copy to: City Manager's Office City of Miami Beach, City Hall 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: City Manager All written notices given to the Consultant from the City shail be addressed to: CES Consultants, Inc. 880 SW 145th Avenue, Suite 106 Pembroke Pines, Florida 33027 Attn: Juan Alfonso, AIA, NCARB, RID, CCM Email: ialfonso(a�cesconsult.com With a copy to: 12 CES Consultants, Inc. 3150 SW 38th Ave, Suite 450 Miami, Florida 33146 Attn: Jose Caraballo, PE Email: jcarabailoCc�cesconsult.com With a copy to: CES Consultants, Inc. 3150 SW 38th Ave, Suite 450 Miami, Florida 33146 Attn: Sergio Williams, PE Email: swilliams(�cesconsult.com 32. Consultant's Compliance with Florida Public Records Law. (i) Consultant shall comply with Florida Pubiic Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (ii) The term "pubiic records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (iii) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"Contractor" as defined in Section 119.0701(1)(a), the Consultant shall: a. Keep and maintain public records required by the City to perform the service; b. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Contract if the Consultant does not transfer the records to the City; d. Upon completion of the Contract, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Contract, the Consultant shall meet all applicable 13 requirements for retaining public records. All records stored electronicaliy must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (iv) REQUEST FOR RECORDS; NONCOMPLIANCE. a. A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the Ciry does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. b. Consultant's failure to comply with the City's request for records shall constitute a breach of this Contract, and the City, at its sole discretion, may: (1)unilaterally terminate the Contract; (2}avail itself of the remedies set forth under the Contract; and/or(3)avail itself of any available remedies at law or in equity. c. A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (v) CIVIL ACTION. a. If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcernent, including reasonable attorneys' fees, if: 1) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and 2) At least 8 business days before fi(ing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. b. A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the ConsultanYs registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail,with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. c. A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (vi) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR AS TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 14 CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO�MIAMIBEACHFL.GOV PHONE: 305-673-7411 33. Inspector General Audi# Rights. (i) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (ii) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budge#and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, manitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (iii) Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (iv) The Inspector General shall have the right to inspect and copy all documents and records in the ConsultanYs possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estirnate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 15 (v) The Consuitant shall make availabie at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation)and performance of this Contract,for examination, audit,or reproduction, until three(3)years after final payment under this Contract or for any longer period required by statute or by other clauses of this Contract. In addition: a. If the Contract is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and b. The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to the Contract until such appeals, litigation, or claims are finally resolved. (vi) The provisions in this section shall apply to the Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of the Contract. (vii) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. 34. This Contract 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 Contract shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS CONTRACT, 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 CONTRACT. 35. Eaual Opportunitv Emplovment Goals. Consultant agrees that it will not � discriminate against any employee or applicant for employment for work (including independent contractors) under this Contract because of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, hair texture and/or hairstyle, domestic partner status, labor organization membership, familial situation, or political affiliation, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, hair texture and/or hairstyle, domestic partner status, labor organization membership, familial situation, or political affiliation. 36. Public Entitv Crimes Act. fn 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 perfarm work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in 16 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 this Contract without any liability to City, and pursue debarment of Consultant. 37. No Continqent 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 Contract, 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 Contract. For the breach or violation of this subsection, City shall have the right to terminate the Contract,without any liability or, at its discretion, to deduct from the contract price (or otherwise recover)the full amount of such fee, commission, percentage, gift, or consideration. 38. Proiect Documents. In accordance with Section 119.071, Florida Statutes, all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes and s. 24(a), Article I of the State Constitution. Information made exempt by Section 119.071, Florida Statutes, with prior written approval frorn 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. (i) In addition to the requirements in this Section 37, 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 subconsultants 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. (ii) The Consultant and its subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. (iii) Each set of the Project documents are to be numbered and the tivhereabouts of the documents shall be tracked at all times. (iv) 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. 39. Corrections to Contract Documents. If applicable to the performance of the Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 40. Assiqnment. The Consultant shall not assign, transfer or convey this Contract to any other person, firm, association or corporation, in whole or in part, without the prior written 17 i consent of the City Manager or his or her designee, which consent, if given at all, shall be at the sole option and discretion of the City Manager. 41. E-Verify. (i) To the extent that Consultant provides labor, supplies, or services under this Contract, Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the term of the Contract. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of this Contract or such other extended period as may be required under this Contract, (ii) TERMINATION RIGHTS. a. If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, which prohibits any person from knowingly employing, hiring, recruiting, or referring an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United States, the City shall terminate this Contract with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. b. If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Section (40)(ii)(a), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the contract with the subconsultant. ConsultanYs failure to terminate a subconsultant shall be an event of default under this Contract, entitling City to terminate this Contractfor cause. c. A contract terminated under the foregoing Section 40(ii)(a)or(b) is not in breach of contract and may not be considered as such. d. The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Section 40(ii)(a)or(b) no later than 20 calendar days after the date on which the contract was terminated. e. If the City terminates this Contract with Consultant under the foregoing Section 40{ii)(a), Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Contract. f. Consultant is liable for any additional costs incurred by the City as a result of the termination of this Contract under this Section 40. 18 42. Consultant's Compliance With Anti-Human Trafficking Laws. Consultant agrees to comply with Section 787.06, Florida Statutes, as may be amended from time to time, and has executed the Anti-Human Trafficking Affidavit, containing the certification of compliance with anti- human trafficking laws, as required by Sectian 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit 2. 43. Prohibition On Contracting With A Business Enqaqinq In A Bovcott. Consultant warrants and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Consultant hereby certifies that Consultant is not currently engaged in, and for the duration of this Contract, will not engage in a boycott of Israel. 44. Prohibition On Contractinq With An Individual Or Entitv Which Has Performed Services For Compensation To A Candidate For Citv Elected Office. Consultant warrants and represants that, within two (2) years prior to the Effective Date, Consultant has not received compensation for services performed for a candidate for City elected office, as contemplated by the prohibitions and exceptions of Section 2-379 of the City Code. For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2-379 of the City Code shall not applv to the following: (i) Any individuat or entity that provides goods to a candidate for office. (ii) Any individual or entity that provides services to a candidate for office if those same services are regularly performed by the individual or entity in the ordinary course of business for clients or customers other than candidates for office. This includes, without limitation, banks, telephone or internet service providers, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors. (iii) Any individual or entity which performs licensed professional services (including for example, legal or accounting services). 45. 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 Contract 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. It is further agreed that no modification, amendrnent 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. 19 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: • .,�;,-y,�: `� �;n�;� ! ` _ ,'1 t. �� '.�ia<.�1 • �. ti q �� Rafael E Grana , City Clerk Eric T. Carpente City Manager �`��, j��-�'`i _=�`� �s;��i �r.... . y, =�.��... Attest ; ��.tNCORP�ORAIED` � CES CONSULTANTS, INC. :c�: ; `�,�d..., .�.� :;��= 1 � ',;'��.�1..2�`_-_ �,,,,,,..,.. -�� - -- Signature/Secretary Sig t e/President ��// 'Q,/y� ' Juan Alfonso,AIA,NCARB, RID,CCM Print me Print Name APPROVED AS TO FORM & LANGUAGE 8� FOR E UTION �� �-��t(�-- �o��� z5 �,� 1 �� City Attomey �'�" Date EXHIBIT 1 REVISED SCUPE (to be attached) EXHIBIT 1 City of Miami Beach West Avenue Phase III Scope of Services August 28, 2025 Prepared By: CONSULTANTS 3150 Southwest 38th Avenue, Suite 450 Miami, Florida 33146 Table of Contents Project Understanding 3 Engineering Services/Disciplines 3 Engineering Design and Construction Tasks 6 Task 1. Project Coordination during Design 6 Task 2. Field Studies and Data Gathering 7 Task 3. Support to Stakeholder/Public involvement 8 Task 4. Restart/Redesign Submittal 8 Task 5. Harmonization 9 Task 6. Permit Set Submittal 11 Task 7. Permit applications 11 Task 8. Bid Services and Bid Set 12 Task 9. IFC Set 12 Task 10. Engineering Services during Construction 13 Task 11. Construction Management and Inspections 14 CONSULTAMTS Project Understanding At the request of the City of Miami Beach (City), CES Consultants (CES) is pleased to present this proposal for the design and construction management of the West Ave Phase III project. This project had previously been under design as a design build project through Ric-Man Construction Florida before it was halted without being completed. At this time, the project is being restarted as a design bid build project using those previously developed drawings as the base. As this project is restarting after it was previously near completion, many of the design components have already been approved in the drawings that have been submitted to the City. This set of drawings and the associated approved design components will be referred to as the"Current Design". In addition to taking the design to completion, CES will incorporate new design components outlined in detail below. CES shall be responsible for the design, permitting, and construction management of the West Avenue Phase III Improvements South of 14th Street. CES will develop the following, Design Documents, disciplines, studies, and reports to completion such that they are suitable for permitting and construction. The scope for all design documents will include all necessary coordination with relevant agencies and departments and acquisition of permits necessary for construction. The general location of the work is as follows: West avenue from 8th Street to south of 14th Street; All side streets west of Alton Road between 8th Street and 14th Street. Areas to be affected by the proposed improvements include the entire area within the boundaries of Alton Road to the West between the Collins Canal and 5th Street. Engineering Services/Disciplines All disciplines will be taken to completion from the Current Design. Any changes to the design are outlined below. Unless otherwise stated below, any approved design components in the current design, will be assumed to be approved in this stage of design and be carried over. Utility Coordination CES will complete utility research effort through the Submittal of Sunshine 811 design tickets and obtaining all asbuilts and utility maps for the Project Area.This information will be compiled into a utility conflict matrix to be used for conflict identification and relocation. This will include coordination and conflict resolution with each utility owner which will then be incorporated into the design. This effort was previously performed approximately 5 years ago up until the halt of the original contract. Any newly installed utilities will be identified and relocations will be coordinated as necessary. Roadway The roadway design was brought to a "permit set" level of completion in the Current Design.This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: CONSU�TANTS 1. Intersections will be redesigned with split pedestrian ramps to be incorporated where feasible. 2. Medians will be raised where possible per request by Transportation department. 3. Reduce all lanes to 10 feet per request by Transportation department. Stormwater Drainage The Stormwater drainage plans were brought to a "permit set" level of completion in the Current Design.This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: 1. As a result of the changes to the roadway layout, drainage structures will be relocated, removed, or added as needed. 2. Since the project halt, DERM introduced new water quality requirements. CES will analyze the current design and incorporate methods necessary to provide water quality to meet DERM requirements if it is not already being met by the current design. Current methods will be presented to DERM and documented that if they are suitable. 3. Water quality wells will be redesigned (structural) to a more universally performed construction method. This will be identified during the Restart/Redesign submittal and approved by the City before being finalized. 4. Plans will be revised as needed to accommodate changes in utilities discovered during the utility coordination phase. Sanitary Sewer The Sanitary Sewer plans were permitted and brought to 100% level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following revisions: 1. As a result of the changes to the roadway layout, structures will be reviewed for conflicts. 2. Plans will be revised as needed to accommodate changes in utilities discovered during the utility coordination phase. Water Main The Water Main plans were permitted and brought to 100% level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following revisions: 1. Plans will be revised as needed to accommodate changes in utilities discovered during the utility coordination phase. Street Lighting The Street lighting design was brought to a "permit set" level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: 1. Intersections will be redesigned with split pedestrian ramps incorporated where feasible. Any modifications to street lighting will be modified as a result. 2. Modifications to cross walks, intersections, and signals per latest DTPW requirements will be coordinated and street lighting will be modified as a result as necessary. Pavement Marking and Signage C�NSULT4NT5 The Pavement Marking design was brought to a "permit set" level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: 1. CES to implement latest Transportation & DTPW requirements and abide by the most recent approved interlocal agency (ILA) agreement obtained during the West Ave Phase II design. Should a variance request letter or operational analysis be required,then CES will be responsible for generating, coordinating with city departments and obtaining the required approval/execution. 2. Intersections will be redesigned with split pedestrian ramps incorporated where feasible. Any modifications to crosswalks, stop bars, or other pavement markings and signage will be modified as a result. Landscaping and Irrigation The Landscaping plans were brought to 100% level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following revisions: 1. Modifications to cross walks, intersections, and signals per latest DTPW requirements will be coordinated and landscaping plans will be modified as a result as necessary. 2. Plans will be revised as needed to accommodate changes in utilities discovered during the utility coordination phase. A tree survey will be performed to identify changes in existing trees/landscaping since the original project pause. Subsequently a disposition will be performed by an arborist to determine if the condition of any trees has changed. Irrigation plans were not yet completed and will be fully designed and finalized at this stage of design. Signalization The Signalization design was brought to a "permit set" level of completion in the Current Design. This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: 1. Intersections will be redesigned with split pedestrian ramps incorporated where feasible. Any modifications to signalization infrastructure will be modified as a result. 2. CES to implement latest Transportation & DTPW requirements and abide by the most recent approved interlocal agency (ILA) agreement obtained during the West Ave Phase II design. Should a variance request letter or operational analysis be required,then CES will be responsible generating, coordinating with city departments and obtaining the required approval/execution. 3. LPI at intersections 4. Mast arms will no longer be black.They will be Grey. Maintenance of Traffic& Pedestrian Maintenance of Traffic Criteria The Maintenance of Traffic plans were brought to a "permit set" level of completion in the Current Design. This effort will be aimed towards developing criteria for the maintenance of traffic and pedestrian maintenance of traffic plans to be prepared by the contractor. CES will develop a write up of the criteria based on meetings held during the design phase with various CMB agencies and staff. CES will also hold a pre application meeting with all relevant permitting agencies including DTPW, FDOT, and CMB Public Works ROW. caNsoirnnrs Harmonization The Harmonization plans were approximately brought to a 60% level of completion in the Current Design though it varied depending on individual property.This effort will be aimed towards finalizing the drawings while incorporating the following design changes requested by the City: 1. As a result of the changes to the roadway layout, HA plans near intersections will be revised to reflect the updated sidewalk and roadway conditions. 2. Meetings will be held with residents again (details of this effort is outlined below under task 5) and comments will be incorporated into the design. 3. Due to the time that has passed since the previous meetings with residents, the coordination effort associated with Harmonization agreements will be performed in full. Narrative CES will develop a narrative to be provided to bidders that will outline requirements during construction as they relate to: • Construction phasing • Access requirements for property owners and residents • Parking • Outdoor seating by restaurants OPCC and Construction Schedule CES will develop a cost estimate of the project along with a construction schedule with each submittal. Quantity take-offs for every discipline will be provided with the cost estimate. The cost estimate will include contingencies based on design stage and allowances for escalation and contractor overhead and profit.These cost estimates will follow standard AACE classifications. Engineering Services during Construction As the project never reached construction under the original contract,this effort in its entirety is needed under this scope of work. Engineering Design and Construction Tasks Task 1. Project Coordination during Design CES will provide project management and oversight for the duration of the project design, bid phases, and engineering services during construction.This task includes project overall coordination and oversight, development and review of project documents, maintenance of the project filling systems for the project, execution and oversight of sub-CONSULTANT agreements, and update of project schedule and deliverable list. CES will prepare project invoices and progress reports each month. Meetings CONSULTANTS Biweekly progress meetings will be held with the City's PM and additional City staff (optional) to discuss project progress and open action items. At the request of the City, additional staff from the CES TEAM will attend meetings on a case-by-case basis. Up to 18 progress meetings are expected during the design phase and are to be attended by the CES TEAM project manager and up to two additional CES TEAM members. Deliverables • Agenda and Meeting minutes of Biweekly progress meetings • Project baseline schedule (MS Project) (electronic) • Monthly updates to project schedule(electronic) • Progress reports and invoice (electronic) • Open action item list(biweekly updated) (electronic) Task 2. Field Studies and Data Gathering Task 2.1 Development of Topo�raphical and Location Survey CES's Surveyor will complete the field work required to develop a site and topographic survey of the project. The limits of the survey will be the entire PROJECT AREA from right-of-way to right-of-way and into private properties for 50 feet from the ROW. This survey will include definition of project controls and benchmarks (vertical and horizontal), location and elevation of above-ground elements (roads, sidewalks, trees, fences, poles, manholes, vault and valve covers, on and above the ground (electrical lines), and underground elements including integration of information obtained during the SUE investigations. The trees identified in the right-of-way and adjacent private properties, will be surveyed (location and chest-height diameter) and identified in a table. All trees greater than 3-inch diameter (at chest height) or palms over 15-feet tall will be included in the survey. The survey will be submitted in a georeferenced Civil 3D CADD drawing files.The survey will be signed and sealed by a Florida Professional Land Surveyor, and will include: • Above-ground features and structures • All existing structures within the Right-of-Way(no legal boundary will be provided) • Baseline control points and benchmarks • finished floor elevation (FFE) of properties adjacent to the project area (to be coordinated along with City to identify location of elevation) • Elevations at entrances to residences and garages . Trees(ID by number,then provide an electronic table with data) • Existing gravity sanitary and storm inverts with ID numbers for each structure • Integration of SUE information • Location of geotechnical borings • Survey into private properties 50 feet from the ROW line Task 2.2 Tree Inventory and Arborist Report CES will perform an assessment of the tree survey provided by the surveyor (correct identifications and add descriptions, as needed) and then add a narrative and assessment on the health of the surveyed trees as determined by a CES Certified Arborist. The deliverable would be a stand-alone CONSL'ITAMTS report that is typically required for the CITY. The goal is to understand the existing tree canopy including species, health and size of individual trees, establish this baseline at the outset of the project. Deliverables . Tree inventory and Arborist Report • Coordination with the CITY Urban Forester regarding tree type and condition is anticipated. Task 3. Support to Stakeholder/Public involvement Task 3.1 Support for the Development and implementation of the Public Outreach Plan CES will provide technical support to the CITY for and be involved in the development and implementation of a public outreach plan and coordinate and facilitate project- specific communication plan. CES will collaborate with the CITY and its Public Information Team to identify communication touchpoints, tools, and methods, and define a draft schedule for outreach activities. This plan will be used by the CITY to implement the Public involvement and engagement. CES will attend meetings with CITY's personnel, and key stakeholders, and develop informational materials for project website (hosted by the CITY), postcards, newsletter(s) and/or fact sheet(s), development of Frequently Asked Questions (FAQ), project overview video and subsequent updates,and social media updates. CES will support and be involved in up to 3 Public Meetings. These public will be held during the design and pre-construction phases. Task 3.2 Specialtv�roups CES will provide technical support to the CITY for and be involved in the development and implementation of a special outreach program with the goal of aligning and communicating with the specialty groups within the area. Task 4. Restart/Redesign Submittal CES will revise the drawings as outlined in the revised design criteria above. Meetings/Workshops • One pre app meeting with each permitting agency and CMB department • One technical workshop with CMB personnel CONSUITANTS • One pre application meeting with Design Review Board (DRB) and any follow up presentation required by DRB order or comments Deliverables • Redesign/Restart Design Drawings and design reports • Draft outline of technical specifications • Engineer Opinion of Probable Cost (Class 4) • Draft and Final Regulatory First Pre-Application Meeting Minutes • All necessary materials for meetings with CMB personnel, public, and DRB Task 4.1 Utilitv Coordination Task 4.2 Roadway Restart/Redesign plans Task 4.3 Stormwater Draina�e Restart/Redesi�n plans Task 4.4 Water Quality Wells Restart/Redesi�n plans Task 4.5 Sanitary Sewer Restart/Redesi�n plans Task 4.6 Water Main Restart/Redesi�n plans Task 4.7 Street li�htin� Restart/Redesi�n plans Task 4.8 Pavement Markin�and Si�na�e Restart/Redesign plans Task 4.9 Landscapin�and Irri�ation Restart/Redesign plans Task 4.10 Si�nalization Restart/Redesi�n plans Task 4.11 Maintenance of Traffic Restart/Redesi�n plans Task 4.12 DRB materials and preapplication meeting Task 4.13 Specifications Task 4.14 Draft Narrative Task 4.15 OPCC and Construction Schedule Task 5. Harmonization Task 5.1 Harmonization meetin�s and coordination Following the reinitiation of the project, CES will begin attending HA meetings. CES will attend up to 2 meetings (in person or virtual)with each property owner. Meetings beyond those 2 are outlined in task 5.4. Meetings to be organized and scheduled by CMB PIO. Meetings will be held every Tuesday and Thursday with one member from the CES team being in attendance. CES will bring physical copies of the plans and narrative for everyone in attendance. CES will develop and distribute notes following the meeting document requests from the residents and any modifications to be made to the plans. Additional staff will attend meetings on an as needed basis. Every Friday, a virtual meeting will be held between CES and CMB PIO staff to review comments received by property owners. Up to 3 CES members will be in attendance to these COBSULT4NT5 meetings. The general process to be followed is as follows 1. CES will complete the design and narrative for a property and submit it to HML. 2. HML will develop the individual agreement including encroachment and submit them to CES 3. CES will prepare the package including an encroachment package if necessary and submit the complete package to HML 4. HML will send the package to the property owner and set up a meeting 5. CES and HML will attend the meeting 6. CES will document requests from the property owner or their intent to sign or not and submit meeting minutes the following day to the team. 7. In the weekly meeting on Friday, the comments will be discussed and incorporated as directed by the City. 8. CES will revise the plans and resubmit the package to HML 9. HML will send the package to the property owner and set up a second meeting. 10. The property owner will sign the harmonization agreement and send it back Outstanding circumstances • 30-day letters: If at any stage, the property owner is unresponsive for one month, HML will inform the City to gain consensus on whether a 30-day letter is warranted or not. Once agreed upon between HML, CES, and the City, CES will prepare a 30-day letter and send it to the property owner via certified mail. If the project has begun the bidding process, any unresponsive residents will automatically receive a 30-day letter. In addition, if negotiations with a resident extend such that the bidding process has begun and the resident is responsive, but a final decision has not been made, they will automatically be sent a 30-day letter. If after the 30-day period, the property owner has not signed the Harmonization Agreement, it will be treated as a "Refusal to sign". • Refusal to sign: If at any stage, the property owner has either indicated or through lack of communication or commitment implied that they will not be signing the harmonization agreement, CES will provide a proposal to redesign around the property. This redesign effort will be covered by Contingency Funds. • Contingency Funds: If any property requires a redesign, CES will propose Redesign for properties that do not sign. Any effort performed that requires contingency funds will first be agreed upon by both CES and the City. If both meetings with a property owner are held and additional meetings are required, as agreed upon by the City and CES, additional meetings will be covered by the contingency fee.This effort will be billed on a time and materials basis. Harmonization meetings are expected to start after the completion of the design of the first HA package. Task 5.2 Harmonization Restart/Redesi�n plans C�NS�lT4NT5 Task 6. Permit Set Submittal CES will incorporate comments from CMB provided on the Restart/Redesign submittal and develop a set of plans for each discipline suitable for permitting. The DRB presentation will be performed in this stage. Task 6.1 Roadway Permit Set Submittal Task 6.2 Stormwater Permit Set Submittal Task 6.3 Water Quality Wells Permit Set submittal Task 6.4 Sanitary Sewer Permit Set Submitta) Task 6.5 Water Main Permit Set Submittal Task 6.6 Street Li�htin� Permit Set Submittal Task 6.7 Pavement Markin�and Signa�e Permit Set Submittal Task 6.8 Landscapin�and Irri�ation Permit Set Submittal Task 6.9 Si�nalization Permit Set Submittal Task 6.10 Maintenance of Traffic Permit Set Submittal Task 6.11 DRB materials and presentation Task 6.12 Harmonization Permit Set Submittal Task 6.13 Narrative Task 6.14 OPCC and Construction Schedule Task 7. Permit applications The approved permit set will be utilized for permit submittals. Drawings and specifications will be re-issued as Permit Set and submitted to the Permit Agencies with corresponding applications (submittal fees are not included in the scope). This effort includes meetings, RFI responses, and comment responses and resubmitting as needed to secure the required permits. CES shall be responsible for monitoring and tracking progress on the preparation and review of permits and subsequent requests for information.This effort will include the following agencies or entities: • City of Miami Beach o Historic Preservation Board o Design Review Board o Building Department o Right-of-Way o Tree removal/relocation • Florida Department of Transportation (FDOT) • South Florida Water Management District(SFWMD) Environmental Resource Permit(ERP) • Florida Department of Environmental Protection (FDEP), Miami-Dade County Department of Regulatory and Economic Resources, Division of Environmental Resource Management (RER-DERM) o Class II Stormwater discharge Permit o Water and Sewer Extensions • Florida Department of Health (FDOH) CUNSULTAMTS • Miami-Dade County Department of Transportation and Public Works(DTPW) o Traffic Signals and Signs Division (T55) Note that this effort includes the procurement of permit extensions,whether existing or new. Task 7.1 Roadway permit meetin�s/application/issuance Task 7.2 Stormwater permit meetin�s/application/issuance Task 7.3 Water Quality Wells permit meetings/application/issuance Task 7.4 SanitarV Sewer permit meetin�s/application/issuance Task 7.5 Water Main permit meetin�s/application/issuance Task 7.6 Street Li�htin� permit meetings/application/issuance Task 7.7 Pavement Markin�and Si�nage permit meetin�s/application/issuance Task 7.8 Landscapin�and Irri�ation permit meetin�s/application/issuance Task 7.9 Si�nalization permit meetings/application/issuance Task 7.10 Maintenance of Traffic permit meetings/application/issuance Task 8. Bid Services and Bid Set CES will incorporate comments received from Agencies during the permitting process and develop a Bid set. CES's project certification will be based on the Bid Set. CES will also provide the following bid services during advertisement and bidding for this project: • Assist the CITY with the preparation of a Request for Bid for the project • Respond to Request for Information (RFI) submitted by bidders and assist with the preparation of addenda during the advertisement period • Prepare for and attend a Pre-Bid Conference with prospective bidders and present project • Assist City during bid evaluation and certify bids • Attend Pre-Bid site visit • Attend Industry meetings • Provide a recommendation of Award Task 8.1 Bid Set Task 8.2 Preparation of Request for Bid Task 8.3 Respond to Request for Information (RF1) Task 8.4 Pre-Bid Conference Task 8.5 Bid evaluation Task 8.6 Pre-Bid Site visit Task 8.7 Provide recommendation of Award Task 8.8 Narrative Task 8.9 OPCC Task 9. IFC Set coNsuiranrs CES will incorporate all comments and RFIs received during the Bid process and any new permitting comments that may have arisen during that time. Task 9.1 Roadway IFC Set Task 9.2 Stormwater IFC Set Task 9.3 Water Quality Wells IFC set Task 9.4 Sanitary Sewer IFC Set Task 9.5 Water Main IFC Set Task 9.6 Street Lightin� IFC Set Task 9.7 Pavement Markin�and Si�na�e IFC Set Task 9.8 Landscapin�and Irri�ation IFC Set Task 9.9 Si�nalization IFC Set Task 9.10 Maintenance of Traffic IFC Set Task 9.11 Harmonization IFC Set Task 9.12 Narrative Task 10. Engineering Services during Construction Attend one (1) Meeting with awarded contractor to discuss scope of work, provide design plans, permits and any additional documentation required for construction. Shop drawing review provides CES with the opportunity to carefully review the essential elements of the works. The Contractor will ensure that the shop drawings comply with the contract documents and are coordinated with associated items of work. CES may ensure that each submission is received early enough to allow review and approval before the work begins, and to accommodate construction progress. If a change is needed, any member of the project team can initiate a Change Order Proposal (COP) and submit it to CES. CES will review the COP upon receipt to evaluate and intelligently analyze the Contractor's quotation, to keep the project on schedule, and to maintain relationships. CES will discuss its evaluation with and receive guidance from the CITY to negotiate a fair and reasonable CO with the Contractor. After CES and the Contractor reach an agreement, CES will submit the CO to the CITY for approval. CES will never authorize the Contractor to proceed with any change without first obtaining CITY approval. During the project,the Contractor may have questions about various technical issues.The Contractor may use the Request for Information (RFI)form to formally submit such questions to the CITY to then be routed to CES. CES will respond (usually within 5 days after RFI is received by CES), in writing, to such formally submitted questions, depending on the urgency of the request. CES will send such responses to the Contractor and the CITY. CES will track all RFIs in CMB E-builder At the Contractor's request, CES may be required to: • Interpret and render, sometimes in writing, recommendations, or opinions on the requirements of the contract documents. • Instruct the Contractor on behalf of the CITY and prepare supplementary drawings or instructions needed to accomplish the work of the contract documents. • Assist the Contractor with the preparation or development of Change Orders for approval and execution. CONSULTANTS • Assist and/or support the CITY with resolution of any disputes and claims that occur with the Contractor. • CES will attend site visits as required, pressure and respond to a specific RFI's. CES will review pressure tests and procedures and support the CITY on substantial completion, As-builts and complete certification package.The CITY shall coordinate with the CES TEAM on pressure tests date, provide testing report documents and certification package information. Coordination required for certification (i.e site visits and meetings by the Discipline EOR) is included in this effort to be performed by a combination of a project engineer under the EOR and the EOR directly. Assumption of effort is based on an estimated 30 month construction duration. Task 10.1 Pre-Construction Meetin� Task 10.2 Review Shop Drawings Task 10.3 Review and Recommend for Approval of Chan�e Order Requests Task 10.4 Respond to Request for Information (RFI), Interpretation of the Contract Documents, and Other Requirements Durin�Construction Task 10.5 As-builts and Certifications Task 11. Construction Management and Inspections 1. CES will administer the construction contract and monitor and inspect the work performed by the contractor such that the project is constructed in a reasonable conformity with the plans, specifications, and special provisions of the construction contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the Project and properly document all project changes.The following services shall be performed: a) General Coordination:The Consultant shall communicate daily or periodically with the City, the Design Consultant, and Contractor, as needed,They shall report on concerns related to the construction effort and activities. In addition, the Consultant shall also coordinate with the Public Information Offices (PIO) where notifications such as utility outages, road closures, etc., may be required.The Consultant shall monitor and verify that the Contractor has made the required notifications to the utility owners, residents, and businesses as may be necessary. b) Estimating Services: Provide accurate cost estimates and schedules to avoid cost overruns and schedule slips. Prepare cost estimates and schedules by helping manage resources and supporting assessment and decision-making. Services may encompass a wide range of cost- related aspects of engineering and program management, particularly cost estimating, cost analysis/cost assessment, design-to-cost, schedule analysis/planning, and risk assessment. c) Value Engineering Meetings: CES shall be expected to attend, participate, and nrovide cost estimating information at Value Engineering meetings between the City, and the Contractor for the Project. CUNSULTANTS d) Resident's Information Meetings: The Consultant shall be expected to attend, address residents' concerns, participate, produce meeting minutes, and take a lead role in Resident information Meetings with the City for the Project. e) Preconstruction Meetings:The Consultant shall be expected to attend, participate, produce meeting minutes and take a lead role in Pre-Construction Meetings with the City, Design Consultant, and Contractor for the Project. The Pre-construction Meeting shall be scheduled once the City issues de first Notice-to-Proceed to the Contractor. f) Weekly Construction Progress Meetings: The Consultant shall attend, participate and lake a lead role in weekly construction project meetings with the City, PIO, Design Consultant, and Contractor on the Project. These meetings shall serre as forums to review the status of construction progress, discuss construction issues, schedule and/or cost concerns, and potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations and resolve problems before they become critical. Consultant shall prepare weekly meeting minutes and distribute to all meeting attendees, review the two- week look ahead provided by the Contractor and provide comments or objections to written statements within the specified timeframe.The Consultant shall prepare detailed weekly reports that describe the construction activities, progress, incidents, and issues that have occurred on the construction site and distribute them to the attendees in advance of the weekly construction progress Meetings. g) Field Observations: CES shall conduct field observations daily throughout the duration of construction. CES shall be present at the construction site daily during the Project's construction phase and shall be expected to be available, as needed, throughout the Contractors workday. h) Environment and Sustainability: • Stormwater Permit - Verify that the Contractor conduct inspections, prepares reports, and monitors all stormwater pollution prevention measures associated with the Project. For each project that requires the use of the National Pollutant Discharge Elimination System (NPDES) General Permit, the inspector (at least one) should have completed the *Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors." The Consultant's inspector shall be familiar with the requirements outlined in de FEDERAL REGISTER, Vol. 87, No. 15, Monday, January 24, 2022, pages 3522 to 3532 'National Pollutant Discharge Elimination System (NPDES) 2022 issuance of General Permit for Stormwater Discharges From Construction Activities" and 62-621.300 F.A.C. The City's regulations for sediment and erosion control and pollution prevention must be followed regardless of NPDES General Permit status(See Citv of Miami Beach Municioal Code. Chaoter 46. Article Xl. • Construction and Demolition Debris Management - The consultant shall help ensure proper construction and demolition (C&D)debris management. i) Specialty Design Consultant Site Visits: The Consultant shall monitor the number of specialty site visits requested by the Contractor or City and conducted by the Design Consultant. When it becomes evident that a specialty site visit from the design Engineer of Record (EOR) shall be required, the Consultant shall notify the EOR to discuss and schedule a mutually acceptable time for meeting at the construction site. j) Daily Reports: The Consultant shall prepare daily reports on the same date as construction occurs to record the daily performance of the Contractor as well as other significant caNsuttanrs construction- related matters. The Consultant shall upload daily reports to e-Builder, the City's document management system. At the end of each day or the beginning of the following day, the Consultant shall forward the original daily reports to the City for review. The Consultant shall maintain and electronically file of the daily reports for reference. The daily reports shall include records of when the Contractor is on the job-site, general fielc� observations, 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 reports shall contain the following information: • weather and general site conditions and document weather delays • Contractor's workforce 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 the Contractor may submit a claim or request for Change Order • Summary of any substantive discussions held with the Contractor and/or City • Summary of nonconforming work referenced to corresponding Non-Compliance Notice • A log of photographs taken k) Photographic Record: Consultant shall provide a photographic record of the overall construction progress, beginning with pre-construction conditions documentation, following with ongoing 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-Builders, the City's document management system, labeled by date, time, and location. The Consultant shall upload all photos to the e-Builder" document management system on a weekly basis. I) Adherence to Construction Documents: The Consultant shall review materials and workmanship of the projects and report to the City any deviations from the Construction Documents that may come to the Consultants attention. Consultant shall determine the acceptability of the work and materials and, in concert with the Design Consultant (as necessary), make recommendations to the City to reject items not meeting the requirements of the Construction Documents. m) Delivery of Unaccepted 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. If it is determined that a submittal has not been approved, the Consultant shall immediately notify the City and contractor and issue a Non-Compliance Notice. In conjunction with the Design Consultant (as necessary), the Consultant shall direct and supervise the sampling and testing of CONSULTANiS materials performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review and uploaded to e- Builder, the City's document management system, on a weekly basis. Consultant shall also review invoices submitted by the independent testing laboratories and recommend payment by the City. n) Shop Drawing Submittals:The Consultant shall have seven (7)days to review shop drawings and product approvals throughout the construction period for familiarity prior to delivery of materials. Consultant shall verify that the Contractor maintains a submittal log, conducts timely submittals, and uploads approved shop drawings to e-Builder", the City's document management system. o) Issuance of Non-compliance Notices: The Consultant shall be responsible for notifying the Contractor and copy the City when they become aware of a condition that is believed to be in non-compliance with Construction Document. Anytime the Consultant notices a potential construction problem or a condition that could result in non-complying materials, equipment, or workmanship, the Consultant will need to determine whether the condition poses an immediate threat to public health or safety. • If a condition does not pose a threat to public health or safety, immediate written notification or"Pre-Noncompliance Notice" of the potential non- Compliance should be made to the Contractor and the City.This written notice shall be documented in the Consultant's daily report, as well as an email to the Contractor with a copy to the City's Project Coordinator advising the Contractor of potential construction problems, errors,or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. If the Contractor fails to respond to the written notification within a reasonable timeframe,the Consultant shall notify the City and the City's Projects Coordinator and shall issue a written Non-compliance Notice. • If a condition poses an immediate threat to public health or safety,the Consultant shall notify the Contractor and City immediately, and the City's Projects Coordinator shall issue a Non-compliance Notice to the Contractor. Non-compliance Notice shall include a description of the Work that does not meet the construction contact 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 de Construction Documents that have been violated. p) Damage to Existing Facilities: The Consultant shall identify any existing facilities damaged by be Contractor and verify that the Contractor has notified the respective owner(s). The Consultant shall include a record of such occurrences in the daily reports. q) Change Orders: Consultant shall perform an independent review of any Change Orders submitted by the Contractor and provide a written statement noting recommendation for approval or denial of the Change Order to the City. If recommended for approval, the Consultant shall note if the requested cost and schedule impacts are fair and reasonable. The Consultant shall be responsible for maintaining a Change Order log and uploading approved Change Orders to e-Builder", the City's document management system. The Consultant shall also participate in change request review meetings with City and Contractor to resolve and/or negotiate the equitable resolution of request. CONSUIiANTS r) Requests for Information/Construction Document Clarification (RFIs/CDCs): When RFIs and CDCs involve design issue interpretations, the Consultant shall coordinate with the Design Consultant, as needed, to resolve the Contractor's Request for Information, Construction Document Clarifications, Field Orders, and other related correspondence. The Consultant shall also be responsible for verifying that the Design Consultant is providing a written response to RFIs and CDCs in a timely manner and for processing, logging, and distributing all RFis/CDCs. Consultant shall have seven (7) calendar days to review and upload all RFI and CDC responses to e-Builder",the City's document management system. s) Schedule: Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays shall be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications, Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the contract documents. t) Pay Requisitions: Consultant shall verify Contractor's pay requisition quantities and sign-off on all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the month 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.The review of payment requisitions shall not exceed seven (7) calendar days,and only be approved by the City. u) Equipment Tests and Systems Start-up: Consultant shall be responsible for coordinating various test for quality control on the projects; verifying that equipment tests and systems start- up are conducted in the presence of appropriate personnel; and that the Contractor is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. v) Record Drawings: Consultant shall monitor that record drawing mark-ups are properly maintained by the Contractor.The Consultant shall review the record drawing mark-ups as deemed necessary by the City. Contractors failure to maintain the record drawings in up- to-date condition may be deemed grounds for withholding Contractor's monthly payment requisitions until the record drawings are brought up to date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make the final determination of payment withholding. w) Safety: Consultants shall be expected to recognize a hazard that any reasonable non-safety professional might be expected to recognize. Consultant shall be OSHA certified. In addition, those safety obligations extend only to recognizable hazards that the Consultant may note while in the normal conduct of onsite business. If a situation presents itself, the following procedures should be followed: • Immediately direct personnel to remove themselves from the apparent danger. • Notify the Contractor's superintendent of the apparent condition that caused the concern and that the affected personnel was directed to remove themselves accordingly. • Notify the Contractor of the situation that arises concern, both in writing and verbally. CONSULTAHTS • Issue a written Notice of Noncompliance stating that the Contractor should take immediate action as it deems necessary to correct the deficiency/condition. • Write a full report in the Daily Report on the condition found to be unsafe, all actions taken, and correspondence written, including times and names. • Take photographs of the concern. • If the Contractor does not make corrections, the Consultant should notify the City. • The Consultant shall review the situation with the City for further direction, • The condition and all conversations and correspondence shall be recorded in the Consultant's Daily Report. • In the case of a construction-related accident, Consultant shall notify the City of the accident. Consultant shall direct the Contractor to prepare an accident report with a copy forwarded to the City. x) Quality Control: The Consultant shall review and monitor the Contractor's adherence to an acceptable quality control program submitted by the Contractor prior to the issuance of the second Notice-to-Proceed by the City. This program shall describe the Contractor's quality control, organizational procedures, documentation controls, and processes for each phase of the work. Quality control during construction shall be the Contractor's responsibility; Power, oversight and ensuring the Contractor complies with applicable jurisdictional construction standards shall be enforced on the City's behalf by the Consultant. y) Proceeding with Disputed Work: In the event that an agreement cannot be reached on a Change Order, the Contractor must adhere to contract terms relating to schedule and directive to proceed for disputed or forced work. The Consultant shall log all forced work efforts elated to disputed change order on a Forced Work Daily Log Reports, which shall be signed and dated by the Consultant and the Contractors representative at the completion of each workday. The Consultant shall forward copies of this form to the City for record purposes. z) Maintenance of Traffic (MOT): The Contractor shall provide the Consultant, City, and Design Consultant with approved copies of its MOT at the Pre-Construction Meeting for general information purposes. It shall be the Consultant's responsibility to verify compliance with MOT in the field. aa) Contractor 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 Contractor and forwarded by the Consultant to the City, a minimum of three working days prior to when required. bb) substantial Completion: When the Contractor considers that the Work has reached Substantial Completion,the Contractor shall notify the Consultant,who shall verify that the work has progressed to the Substantial Completion point in accordance with the Construction Documents. If the Consultant agrees, 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 Contractor, Design Consultant, 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. caHsutrnNrs cc) Final Completion and Project Closeout: When the Contractor consider that the Work has reached Final Completion, the Contractor shall notify the Consultant, who shall verify that the work has progressed to the Final Completion point in accordance with the Construction Documents. If the Consultant agrees, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion Talk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through' and perform a Final Completion inspection with the Contractor, Design Consultant, and the City. If the work is determined to be incomplete, the 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 Contractor by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion efforts and documentation in coordination with the City for the Project. The Consultant shall work with the EOR and the Contractor, as necessary, to ascertain materials required for the closeout binder, as required by the City,and review the Operation and Maintenance manuals and, As-Built Drawings for each project for completeness prior to providing documentation to the City. Once all parties determine the work is complete and the Contractor 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. Provide qualified personnel necessary to carry out its responsibilities efficiently and effectively under this Agreement.The personnel shall be qualified by experience and education.Submit in writing to the City for review and approval the names of personnel proposed for assignment to the Project, including a detailed resume for each.The City reserves the right to have Consultant's personnel removed and substituted from the Project if the employee's conduct or performance is detrimental to the Project.The City reserves the right to request periodic rotation of field personnel. 4. The Consultant shall furnish the City with a Quality Assurance (QA) Plan within 15 calendar days after the award of this agreement.The QA Plan shall detail the procedures,evaluation criteria, and Instructions of the Consultant's organization for providing services pursuant to this Agreement.Significant changes to the work requirements may require the Consultant to revise the QA Plan.The consultant shall be responsible for keeping the plan current with the work requirements.The Plan shall include, but not be limited to: a) Consultant's QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibility, and autonomy of the 4A organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. b) Methods used to monitor and achieve organization compliance with Agreement requirements for services and products. c) Outline the types of records which shall be generated and maintained during the execution of the QA program. d) Methods used to control subconsultant and vendor quality. e) An officer of the Consultant firm shall certify that the inspection and documentation were done according to specifications, plans,City standards,and City procedures. f) Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this CONSULT4NTS Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. 5. Provide assistance in preparing for arbitration hearings or litigation during the Agreement time in connection with the construction project covered by this Agreement. 6. Provide qualified engineering witnesses and exhibit for arbitration hearings or litigation in connection with the Agreement. 7. Provide services determined necessary for the successful completion and closure of the Construction Contract. 8. Provide Post construction claims review — The Consultant shall analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. 9. The Consultant may be asked to provide all or some construction engineering and inspection services, including inspectors, construction managers, and/or construction administration staff for City Right-of-Way construction projects. Assumptions • The construction is estimated to take 30 months and all determinations of scope and fee for this service use that duration. • This effort will be billed on a monthly basis for the amount of $43,971.98 upon the notice to proceed of construction which is based on the following three roles working on this project for the associated times based on the tasks and effort outlined above o Project Manager working 10 hours per week o Project Engineer working 20 hours per week o Inspector working 40 hours per week • If the effort deviates from this assumption either through modification of tasks or over time work,this fee may need to be revised. Task 11.1 Inspections CES will have a full-time inspector on site for the construction duration performing the duties outlined in the scope of work above. Construction duration for this task is estimated at 30 months. Task 11.2 Construction Mana�ement CES will have a Construction manager and administrative assistant performing the duties outlined in the scope of work above. Construction duration for this task is estimated at 30 months. CONSUITANiS Compensation Total compensation for the scope of work in this proposal is $3,396,680.55. For a detailed breakdown, see attached overall fee breakdown. Overall Assumptions • This scope of work includes only the elements defined in this document. Change or modifications to the elements included will require a Change Order to the Work Order. • Project will be designed based on standards, laws, and codes in effect at the time of notice to proceed (NTP) • Project will follow the 2016 CMB requirements per the date of the issuance of the original contract. Any requirements from other agencies that override these requirements may still need to be met. • In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total construction cost or schedule. These changes are not the responsibility of the CES TEAM. • It is assumed that there will be no wetland impacts requiring wetland ERP consideration and a Class I permit from RER may be required. It is further assumed that the contractor will obtain the needed NPDES construction general permit. • The CES TEAM shall at no time take title, risk of loss or ownership of the hazardous materials or wastes. Client recognizes that The CES TEAM assumes no risk and/or liability for hazardous materials encountered while performing any services associated with such hazardous waste. • The City will be responsible for the payment of all Permit Fees for all Agencies associated with the Permitting process of this project. The CES TEAM will define permit fee and transmit to the City for payment by the City prior to submittal. • No field archeology evaluations are included. • All deliverables will be submitted in electronic format. • RER will not require a tree permit or tree mitigation. • The project will be bid as one project with all plans and specifications incorporated into one set of contract documents. • Any contingency fees not used will be returned to the City OVERALL FEE BREAKDOWN CESConsWtants Surveyor SavinoMiller GreenDatle Total � ProJectCoortllnatlontluringDesign 1.1 Project Management antl progress meetings $ 39.839.88 $ - E � E - Y N CO � SubTalal S 39,839.88 E S S S 39,839.88 N FIeldStudlesandDataGathenng 2.1 Developmentof5uhsurfaceUtilityEngineering�SUE) $ 18,245.80 $SOfi,410.6fi $ 4,204.00 Y 2.2 Developmen[ofTopographicalantlLor.atinn5urvey $ 23,029.88 $145,220.00 E 2.000.00 E 4,200.00 N (� 2.4 7reelnventoryantlArboristRepon $ 6,192.31 $ � Subtotal E 47,467.99 E 251,f M SupporttoStakeholder/Pu611clnvolvement,InformationGathering,andConsensus-Bullding y3.1 SupportforthedevelopmentantlimplementationofthePublicOutreachPlan $ 21,773.81 $ C ��� � 3.2 Supportthe0utreachandCoortlinationwith5peclalrygroups $ 30,253.d6 $ � TaskSubTotal E 52,027.26 S ±�e�,�.� {� Restart/Redesign Submlttal \ \ ��,\ �J`��-�1.._.1,/� 4.1 UtiliryCoordlnatlon $ 39,377.74 $ � 4.2 RoadwayRes[art/Redesignplans $ 113,473.08 $ 4.3 Stormwater Drainage ReStarVRedesign plans $ 31,260.82 $ 4.4 WaterQualiryWellsReStarVRedesignplan5 $ 68,151.55 $ 4.5 SanitarySewer Restart/Redesign plans $ 19,994.96 $ 4.6 Wa[erMainPes�art/Retlesignplans 5 19,994.96 $ 4.7 S[reetlightingRes[art/Retlesignplans $ 8.002.79 $ 4.8 PaVemenlMarkingantl$ignageRes[art/0.etlesignplans $ 3B,669.53 $ 4.9 LandscapingandlrrigationRes[art/Redesignplans $ 8,oa2.79 $ 4.10 Signaliza[ion RestarVRedesign plans $ 8,002.79 a 4.11 MalntenanceofTrafflcRestart/Redesignplans $ 18,242.00 $ � 4.12 DRBma[erialsandpreappllcatlonmeeting $ 23,333.54 $ 4.13 Specliicatlons $ 26,300.26 $ Y 4.14 Dratt Narrative $ 19,042.00 $ � � H � 4.15 OPCCandConStruction5chedule $ 14,943.79 $ � SubTatal E 456,591.59 S Harmonizatfon � 5.1 HarmonizalionRestan/Redeslgnplans y 106,891.01 $ y5.2 Harmonizaiion meeiings and coordlnation $ 104,554.95 $ (4 Sublotal 5 211,465.% S � Permit Set Suhmittal 6.1 Roadway Permi�Se�plans $ 30,490.16 $ - 5 - E - 6.2 Stormwater Drainage Permit Set plans $ 9,937.10 5 - 5 - $ - 6.3 WaterQuallryWellSPermitSetplans $ 19,583.82 $ - a - $ 3,000.00 6.4 Sanl[ary5ewerPermit5etplans $ 6,696.60 $ - $ - E - 6.5 Water Main Permit$et plans $ 6,696.60 $ - S - $ � 6.6 StreetlighlingPermit5etplan5 $ 3,698.55 $ - $ - a 8,000.00 6.7 PavementMarkingand5ignagePermltSetDlans $ 11,739.28 $ - $ - E - 6.8 LantlscapingantllrrigationPermrtSetplans $ 3,698.55 $ - ,� 16,000.00 S - 6.9 Signaliza[ion Permit Set plans $ 3,698.55 $ - $ - y 12,000.00 6.1 Main�enanceo�Traf�icPermitSetplans $ 6,682.39 $ - $ - $ - 6.11 DRBmaterialsantlPresentation $ 13,42fi.40 $ - $ - � - � 6.12 Specilications $ 10,772.92 $ - $ - $ 2,ao0.o0 � 6.13 Drah Narrauve $ 6,882.39 $ - S - $ - y 6.14 OPCC antl Cons[ructlon Schedule $ 8.471,89 $ - $ � $ R � Subiotal E 162,d75.22 S - S I6,000.00 { 25,000.00 S 183,47512 PermitAppUcatlons 71 RoadwayPermi�meetings/appGcatioNissuance $ 11,719.04 $ - S - $ - 7.2 SrormwalerPermi[meetings/applicatlon/Issuance $ 11,719.04 $ - y - $ - 7.3 WaterQuallryWellsPermi[meetings/appUcatioNlssuance $ 11,719.04 $ � $ � $ 2,200.00 7.4 SanitarySewerPermitmeetings/applicatioNissuance $ 8,565.85 $ - E - S - 7.5 WaterMalnPermitmeetings/applica[ian/issuance $ 8,565.85 $ - $ - E - 7.6 StreetLightingPermitmeetings/application/issuance $ 9,202.12 $ - $ - $ 5,000.00 ^ 7.7 PavementMarkingandSlgnagePermitmeetings/appllcation/issuance $ 11,719.64 $ - � - � - 7.8 LantlscapingandlrrigationPermitmeetings/appllcation/issuance S 11,719.64 $ - y s,00a.00 y - y7.9 Signalization Permit meetings/applicatlon/issuance $ 9,902.12 $ - E - $ 13,000.00 � 7.10 main[enanceolTratticPermitmeetings $ 9,296.44 $ - $ - $ - � SubTotal E 104,127.60 S - S 6,000.00 S �0,700.00 S 130,327.60 Bitl Services antl BIJ Set e.l BidSet $ 25,698.94 $ - $ - $ - 8.2 PreparationofRequestforBid $ 6,388.02 $ - $ - $ - 8.3 Respona Io Repues�for Infanna[ion(RFI) $ 12,991.56 $ - $ - $ - 8.4 Pre-BidConference $ 3,247.63 $ - $ - $ - 8.5 BidEvaluation 3 8,291.87 $ - E - $ - e.fi Pre-BidSitevlsit $ 3,247.63 $ - $ - $ - � 8.7 Provitlerecommentla[ionofawartl $ 5,863.79 S - E � E - Y 8.8 Narrative E 9,296.44 $ - $ - $ - N � 8.9 OPCC $ 10,243.79 $ - $ - $ - � SubTotal 5 87,249.67 § _ - { - S 87,2d9.67 IFC Set 9.1 RoadwaylFCSe[ $ 4,070.fi8 $ - $ - $ - 9.2 S[ormwater Drainage IFC Set $ 4,070.68 $ - � - $ - 9.3 Wa[erQualiryWellslFCSet $ 4,U70.68 $ - $ - $ 1,700.00 9A Sanitary5ewer IFCSe[ a 4,070.68 $ - $ - $ - 9.5 WaterMalnlFCSet $ 2,253.76 $ - S � $ - 9.6 S[reetlighting IFCSet $ 4,D70.68 $ - $ - $ 3,000.00 9.7 PavementMarkingand5ignagelFCSet $ 2,253.76 $ - y � $ - 9.8 Landsca0ingandlrrigation IFCSet $ 2,253.76 $ - .� 6,000.�� $ - 9.9 Signalization IFCSet $ 4,070.68 $ - � - � 2,500.00 � 9.1 MaintenanceolTraffic IFCSet $ 4,070.68 $ - $ - $ - Y s.n Harmonaa�ioniFcse� S a,o�o.se E - S - 5 - N (� 9.12 Narrative $ 4,070.68 $ - $ - $ - � SubTotal S 43.397.39 E S 6,000.00 S 7.700.00 S 56,597.39 Engineering Services Auring Construction 10.1 Pre-Cons�ructionMeeting $ 3,247.63 $ - $ 1,000.00 � 1,000.00 30.2 ReviewShopDrawings $ 50,616.64 $ - $ 2,000.0� $ 2,500.00 � 10.3 Reviewantl Recommen0lor Approval of C�ange Ortler Pequesls $ 31,480.77 $ - S 2,500.00 $ 2,500.00 � ResponOtoRFl,ln[erpretationoftheContractDocuments,andOther Y 10.4 RequlrementseuringConS[ruc[ion E 44,36527 $ - $ 3,000.00 S 2,978.69 N � io.s As-bulltsandCer[ifications $ 57,06322 S - S i,000.00 S i,00a.00 H sutTocai f s3e,n2.sa S - f s,soo.00 f s,s�e.59 S �56,251.62 Conslruction Management and Inspectlons � 11.1 Construction Management $ 623,545.00 $ - E - $ - � 11.2 Inspections S 695,614.40 $ - $ - S Y N �0 � SubTotal S 3,319,159.40 S S S S 1,319,159.40 CESConsultants Surveyor SavinaMiller GreenDade Llnel Design-Su6lotalalllasks�Labor $ 1421,396.51 $251,630.66 S 97,50�.OD $ 193,778.69 $1,964,305.85 Line2 Conlingenty-546oItle5ignsubtotal�L�nel".OS) $ 71,069.83 $ 12,581.53 $ 4,875.00 $ 9,688.93 $ 98,21J.29 Line3 Reimbursibleexpenses 515,000 $ - y - $ - $ Ss,000.00 LIne4 Consultant5ubtotal�Unel+linex+Line3) E 1,507,4fi6.33 5264.312.19 S 102,375.00 f 203,467.62 5�,077,521.15 LineS Constructlon-Su6totalall[asks�Labor $ 1,319,159.40 $ - E - $ - $1,319,159.40 Line6 Consultanttotal E 1,319,159.40 E - S - 5 - S 1,319,159.60 LIne7 To1al�Line4+Line6) S 3,3%,680.55 Labor Cate o En ineerin Desi n Construction Mana ement and Ins ections West Ave Phase III Senior SeniorProject Project ProjectEngineer Project Principal SeniorEngineer Engineer CADDManager CADDDrafter ProjectManager ProjectEngineer Inspector 7o7AL CES Fee Breakdown Associate Manager Manager Senim Engineer $a.00 $sso.00 Szas.as 5212.oz S2so.00 szoo.oa Sias.es S1z1.is $1s1.az S11ass $isa.�s S1ao.as $133J7 Task 1 Project Coordination during Design �.� Projact Management and prograss meetings - Z,.; f� �) 12Fi 0 Il - 539,839.88 subtoGlhours= 0 :6 0 � 76 0 � J26 C 0 !1 P .. ., 21B Subtotal Cnst 5 39,839.88 7ask 2 Field Studies and Data Gathering 2.1 Oevelopmento(SubsurtaceUtiliryEngineeringfSUE) J .1��,'� (? � 518.245.80 2.2 Development o/Topographical and Location Survey :'7 $23,029.88 Z.q 7ree inventory antl Arbonst Report i1 r; � g6.�92.31 subtotelhouis� 0 24 0 ti6 , 0 �. 0 56 120 D _ .. 280 Subfofal Cost Ed7,d67.99 Support to Stakeholder/Pu61ic Involvement,Information Tasx 3 Gathering,and Consensus-Building Program Suppoh tor the tlevelopment and�implementation o(the Publ�ic 3.1 Ou�reachPlan � ' �� ��� �� $21.�73.81 3 2 Suppon the Outreach antl Coordination with Speciaity groups 11 (7 12 il G i� $30.253.46 sub�otalhours 0 -03 „ _�. 0 18 �+ ,. 0 0 0 0 239 Subfofal Cost $ 52,027.16 resxe RestaNRedesign5ubmittal q.1 U�7firyCooralnation 0 d 8 Z� 0 0 17E� U � $39,377.74 02 RoadwayRestart/Retlesignplans 0 G � 160 .4n ?gfl � f3 g1�3473.08 a.3 Srormwaler Drainage RastaNRedesign plans .1 - '��(i $31.260.82 a o Water�ualily Wells ReslaNRedasi9n pians �� .ir�. 1�Sil $88,151.55 a 5 Senitary Sewer Restart/Redes�gn plans �i ,� lo �� �� $19,994.96 46 WaterMainReStaNRedesiqnplans D 1 ��, $19,994.96 6� Sveet Ilghting RestaNRedesign plans U 4 G � g9,00279 4.8 Pavemem Marking and Signage ReStarURedesign plans 0 4 ^1 (1 � $3fl 469.53 a.s Lantlscapmg an�Irngation RestaNRedesign pians 4 �� ��� 58.002 79 4.10 Signalization RestaNRetlesign plans f? � � 38.002.79 n_i i Maintenance of Tra(fic RestaNRedesign plans !) - fi �� $18.262.00 a_�p DRB matenals ana pre appllcatlon meeting i) q 2-9 .�I; .1C: ti � $23,333-54 a.i 3 Specif ca�ions �� $26,300.26 4_ia Draft Narrative � `-.y a�) � $19,042.00 4_is OPCC antl Consirtiction Schetlule 0 .7 4 12 JO tl 0 0 0 0 U 0 $14,943.79 subbtalhours' 0 60 716 . 308 80 284 504 � 260 34J 904 0 0 �J 2900 Subtotal Cosf�.� ��� � Sd56,59P.59 Task 5 HdfR1011lZdtlOfl 5.� HarmonlzationRestartlRedesignplans 0 d f, 7�1 0 �30 1t�0 q `��� 3t;0 G 5106.891.01 s.z Harmonlzatlon meelings and coordinalion 0 g 30 0 8i1 506 0 0 0 D 0 I� 5104,554.95 Subtotalhour.s 0 12 8 ]04 0 ISP 686 0 90 360 0 0 0 1470 Sub�otal Cost�� E111./d5.96 7asw 6 Permit Set Submi@al 5.� RoadwayPermitSetplans (1 4 12 0 .0 I�7 4'i �C', C� $30.490_16 6.2 Stormwater Dre�inage Pertnil Set plans C � 0 $9,937.10 8.3 Water Quallry Wells Permit Set plans p �`� h0 $19,583 82 s.a Santtary SevrerPermit Set plans (3 � �l �l 56,696-60 6 5 Water Main Permi�Set plans 'l � �� �' S6.fi96.60 6.8 Slrae�lighling Parmrf Sel plans � ' � � � 53.fi98 55 6.] Pavamenl MaAcing antl Signage Partn�rt Sel plans �I �� �� - S�1.]39.28 6.a Lantlsca0�n9 and Imgation Partnn Sat pians ��� � S'f.698.55 6,q Signal zat on Pertnl�Set plans � 0 5�.F99_55 e.i Maintenance of Traffic Pertn�t Set pians ii � � 55.FiR2-39 r,.ii DRB matenals antl Presentaean U ^�� � � � 5�:�.<25.40 e.t2 Speci(cations D � � �� ' � ' £10.��2.92 6.�3 Orek Narranve p - � � � 55.082.39 5.�a OPCC an0 Construction Scheauie 0 - :�i 0 �� �! � SBA��.89 subto(alhours 0 �30 �� 15.1 ,�. ,. ,�.. , f7(; 7yb . �. � E78 Subtofal Cosl Sid7,/75.12 r.�w� PermitApplications �_i Roadwey7ermitmeetingslappli<ation�issuance �1 ' :F $�����9�� �.z SlortnwaterPertnitmeetings/application'issuance �1 � �' $�����9-� l.3 Water�ualityWellsPertnitmeetings/application/ssuance ��1 � � - ' '� '� 5>>.719_04 �a SanitarySewerPermilmeelings/applicatioNissuance � � � SB.565.85 �.5 Water Main Permit meelings/application/issuance � � ' SB.565.85 �.6 SVeet Lig�ting Pertnit meelings/applicatlan:�ss n � � � 59.202.12 Pavement Marking antl Signage Permit ].] meetings/appllcation(ssuance � � � n 4 $t i�19.04 �8 Landscaping antl Irrigaeon Permit meetings/applicatioNissuance ., . . . ., - . , � � $t t 7t9.04 7,g Signalizabon Pertnil meat ngs/appbcati � 21 '� �I '�) ' S9 9�2.12 I,10 maintenante of Traffc Pertn�l e�i�q� ' �� 21 � 5q.29fi.44 subrolalhouis 0 IJ GD 112 � a.. 224 0 .?6 iGd . i. C 610 Subtofal Cosl 570/,777.E0 rasw e Bid Services and Bid Set N� Bitl Set b �� � � � 525 fi98 94 g., Preparation of ReQuest�or B�4 �� � � � 58.388.02 g.3 Rnspona to Request for infnrmation�RF) � � Si2.991.58 qn P2-BiAGon(Pranre � � � 53.247.63 e.s BiOEvaluation � �� � � SP.291.87 g.5 Pre-Bid Siie visii �� � � ' $�.247.63 g.i Provide recommendelion of award U (1 R � � �� � SS.fl4:i.79 8.A Nar.at�rve 8 «l 0 $9.296.44 g.g OPGC 0 :i 0 0 0 0 0 0 � $��,243.79 subro(alhnurs 0 2N AF, 132 24 68 80 IO 16 24 0 � G I30 Sublotal Ca.s( f87,119.87 Taak 9 IFC$Bt 9_t RoeOway IFC Set 0 0 A 0 0 5a.070.68 9_p S�ormwa�er Dra�inage IFG Set 0 (� 54.070.68 9.3 WalarOualityWells IFCSet 0 ' �� � � '� � ' Sd.070.68 ga Sanitary5ewer IFCSe! `1 iG � SQ.��O.6B 9.5 Wate�Mal^IFCSet � " ..:.753.76 9.6 Slree�lighbng IFC Sel � il 54 070.68 9.� Pavement Marking anE Signage IFC Scl 'i i 52.253.76 9 e LanEscaping antl Imgal�ion IFC Sel � � �I S2 253 76 99 Signalizel�ion IFCSet � � n 1 � 1F � � S4,U7068 q_� MaintenancaofTraKr IFCSPt � � ',E� 54.070.68 g,>> Harmonlzation IFC$et � a 1F ' '� Sd.070 68 9.12 Narraliva 0 Ii 0 4 0 4 i6 � q4.n70.6fl s�emra�no��s� o 0 o an o aa o o na iaa o zea __ _ __ _ _ _ _ _ _ _ _ Subfofal Cosf: E4J,397.79 r,.k io Engineerinq Services during Construction io.i Pre-CanstructianMeeting � tl � �� 53.247.63 io.2 ReviewShopDrawings � � �� � $50.616.04 io.3 Review and Recommend forApprovel of Change Oraer fteQuests � Sfl i`, �fi ��` � �'�. 0 -; � �� $31,48�.77 ReSpontl lo RFI,Inlerpretation of the Conhacl Oocuments.and Other 104 RequiremantstlunngCanslruclion !1 � 0 �� $94,365.27 t0.6 Asbuilts antl Cenifications � 20Q $57,063.22 subtofal hours� 0 �.s . 20R „ i:0 569 v ., 200 .. .. c 1366 SuMotal Cos( E236,77I.90 taek tt Construction Management and Inspedions >>,i ConebuctionManagement 1300 2h�0 n 8623.54500 ��,Z Inspecfions "';� 5s95,81440 subtofalhours Q 0 ., !1 0 0 .- .i . 0 1300 25D9 52D0 9100 Subtotal Cnst f7,319,159.40 Dasign-Subtotal all tasks-Labor E1,421,196.51 Deslgn Contingency E71,069.83 Other Direct Costs Expenses(mileage,Incidenlals,etc) 515,000 Subtotal f7,507,/6fi.33 Conatfuttion-Subto�al al�tasks-Labor 57,779,759 subtatel f1.J79,759 Total 52,826,625.73 EXHIBIT 2 ANTI-HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of Consultant hereby attests under penalty of perjury that Consultant does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking". I understand that I am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Consultant. CONSULTANT: CES CONSULTA�T , INC., a Florida corporation. � , �— - _ 310 SW 38th AVE, Suite 450 Miami FL 33146 Name/ itle.. Juan Alfonso,President an CO (Address) State of Florida County of Broward The foregoing instrument was acknowledged before me by means of I�I physical presence or ❑ online notarization, this 20th day of October 2025 by Juan Alfonso as President and COO of CES CONSULTANTS, INC., a Florida corporation, known to me to be the person described herein, or who produced ____ _ as identification, and who did/did not take an oath. NOTARY PUBLIC: ,-� , J,' �� . �� ,i /"lC,�t�u�, �� - (Signature) , .. ��' '-. TNALIAAMOREADUQUE '� �` Notary Publk-State of Florid� Thalia Duque % Commbfian f HH�66�19 ..�. MY Comm.Expirp Nov t0,2017 (Print Name) eo�a.dcn�ou�,H��onaiHda,y,�,,,, My cammission expires: Nov 20,2027 RESOLUTION NO. 2025-33907 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE AND FINALIZE AN ADDENDUM TO THAT CERTAIN AGREEMENT DATED JUNE 14,2017(THE"DESIGN CONSULTANT AGREEMENT") BETWEEN RIC-MAN CONSTRUCTION FLORIDA, INC. ("RIC-MAN") AND CES CONSl1LTANTS, INC. ("CES") FOR THE PROVISION OF ALL ARCHITECTURAL, DESIGN AND ENGINEERING SERVICES FOR THE WEST AVENUE PHASE 111 PROJECT(THE"PROJECT"),SAID ADDENDUM (I)RE-INSTATING THE DESIGN CONSULTANT AGREEMENT, (II) PROVIDING FOR THE CITY'S ASSUMPTION OF RIC-MAN'S RIGHTS AND OBLIGATIONS UNDER THE DESIGN CONSULTANT AGREEMENT, PURSUANT TO SECTION 3.24(C) OF THAT CERTAIN DESIGN/BUILD AGREEMENT DATED JULY 17, 2017 BETWEEN THE CITY AND RIC-MAN, AND (III) MODIFYING THE SCOPE OF THE DESIGN WORK TO INCLUDE CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE PROJECT IN THE NOT-TO-EXCEED AMOUNT OF $3,396,680.55, UTILIZING PREVIOUSLY APPROPRIATED FUNDING; FURTHER,AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE SAID ADDENDUM TO THE DESIGN CONSULTANT AGREEMENT. WHEREAS, the West Avenue project is designed to enhance quality of life with aesthetics and infrastructure, and to reduce flood risk to this vulnerable neighborhood both now and in the future; and WHEREAS, this neighborhood is one of the lowest lying areas in the City, with elevations as low as 1.7' NAVD; and WHEREAS, the West Avenue project represents a comprehensively defined neighborhood improvement program, focused on resolving challenges assoeiated with ciimate impacts and aged infrastructure and upgrading the neighborhood to City standards of resilience; and WHEREAS, the limits of the improvements are West Avenue between 8th Street and Lincoln Road, including side streets, and Bay Road between 14th Street and Collins Canal; and WHEREAS, on March 22. 2017, the City Commission adopted Resolutions No. 2017-29800 and 2017-29799, awarding two contracts to Ric- Man Construction Florida, Inc. ("Ric-Man") for the design-build services for phase II of the West Avenue project: (i)one agreement (the "West Avenue North AgreemenY') for the project areas north of 14th Street, and the other agreement (the "West Avenue South AgreemenY')for the project areas south of 14th Street; and WHEREAS, the West Avenue South Agreement was awarded with a guaranteed maximum price of$12,809,754.00; and WHEREAS, pursuant to the West Avenue South Agreement, Ric-Man entered into a subcontract with CES Consultants, Inc. ("CES") for the design and permitting of the Project (the "Design Consultant AgreemenY'); WHEREAS, on April 27, 2022, the Administration received a letter from Ric-Man indicating that it had instructed its legal counsel to prepare a declaratory relief action seeking termination of the West Avenue North Agreement and the West Avenue South Agreement; and WHEREAS, after several unsuccessful meetings to discuss the declaratory relief action, a mediation session was scheduled but, prior to the mediation session, Ric-Man delivered a re-start proposal which would allow Ric-Man to continue performing under the West Avenue North Agreement; and WHEREAS,on October 26, 2022, the City Commission adopted Resolution No. 2022-32384, approving Amendment No. 1 and deductive Change Order No. 7, modifying the terms and conditions of the West Avenue South Agreement, in part, by pausing the project south of 14`h Street; and WHEREAS, because the project south of 14�h Street would be constructed at a later date, it was renamed the West Avenue Improvements Phase llf(the "Project"); and WHEREAS, in anticipation of potential grant funding, said Amendment No. 1 established the terms for a future termination for convenience of the West Avenue South Agreement; and WHEREAS, subsequently, the City submitted a grant application to the Resilient Florida Grant program, and the Project was awarded a $10 million grant; and WHEREAS, the grant requires a new procurement process for the selection of a contractor; and WHEREAS, accordingly, on March 14, 2025, the City terminated the West Avenue South Agreement and, pursuant to Section 3.24(c)thereof, exercised its contractual right to the assignment of the Design Consultant Agreement, at the Gity's election; and WHEREAS, on July 9, 2025, Ric-Man delivered an executed letter to the City assigning to the City all right, title and interest of Ric-Man in and to the work product produced to-date pursuant to the Design Consultant Agreement; and WHEREAS, subsequent to the City's election under Section 3.24(c) of the West Avenue South Agreement, Ric-Man purported to terminate the Design Consultant Agreement; WHEREAS, the City and CES desire to re-instate the Design Consultant Agreement, with the City assuming Ric-Man's rights and obligations under the Design Consultant Agreement; and WHEREAS, additionally, contemporaneously with the West Avenue South Agreement, the City had contracted with a third-party consultant for the construction engineering and inspection services for the Project; and WHEREAS, with the City contracting directly with CES, potential conflicts of interest are eliminated and the Administration has elected to simplify the project management by making CES the single source for engineering design and inspections; and WHEREAS, by utilizing CES for construction management and inspection, the City ensures continuity, preserves design intent, and enables faster issue resolution; and WHEREAS, additionally, a single source centralizes accountability, improves quality assurance, and streamlines communication, ultimately reducing risk, delays, and overall project costs; and WHEREAS, accordingiy, the City and CES desire to modify the scope of the services provided by CES under the Design Consuitant Agreement to include construction management and inspection services for the Project; and WHEREAS, on August 28, 2025, the City received CES's revised negotiated proposal (the "New Scope Propasal") for the design, permitting, construction, administration services and inspection services for the Project in the not-to-exceed amount of $3,396,680.55, consisting of $2,077,521.15 for surveys, design and bid services and $1,319,159.40 for construction management and inspection services; and WHEREAS, the reinstated Design Consultant Agreement, along with the New Scope Proposal, will enable CES to complete the design, construction documents, permitting, bidding and construction phase services previously advanced under the West Avenue South Agreement while addressing changes implemented in Phase II; and WHEREAS, for example, the following changes need to be addressed: (i} updating the roadway plans to incorporate the redesigned split pedestrian ramps at the intersections, (ii) updating the stormwater drainage plans to incorporate new regulatory water quality requirements, (iiij revising the sanitary sewer plans as a result of the changes to the roadway layout, (iv) revising the water main plans as needed to accommodate changes in utilities discovered during the utility coordination phase, (v) updating the street lighting plans ta incorporate the redesigned split pedestrian ramps at the intersections and address madifications to the crosswalks, intersections and signals required by Miami-Dade County Department of Transportation Public Works ("DTPW"), (vi) updating the pavement marking and signage plans to incorporate the latest requirements from DTPW and the City of Miami Beach Transportation Department ("CMBTD"), and (vii) updating the landscaping and irrigation plans to incorporate modifications to cross walks, intersections, and signals per the latest DTPW requirements; and WHEREAS, the New Scope Proposal also includes services not originally included in the Design Consultant Agreement with Ric-Man, such as the preparation of Maintenance of Traffic plans (M�T), inspection services during construction, expanded responsibility for the completion of the private property harmonization plans, and updated sidewalk conditions; and WHEREAS, pursuant to the New Scope Proposal, CES will be responsible for meeting with residents to coordinate and negotiate harmonization agreements prior to completing the construction and bid documents; and WHEREAS, given the level of effort associated with drawing revisions, and more significantly associated with the added responsibilities of surveys, permitting and completion of the harmonization agreements, the negotiated proposal is deemed fair, reasonable and in the best interest of the City; and WHEREAS, assumption and reinstatement of the Design Consultant Agreement requires the City to negotiate and execute an addendum (the"Addendum") to the Design Consultant Agreement to incorporate the New Scope Proposal, in the not to exceed amount of $3,396,68�.55, and to incorporate additional City contract provisions; and WHEREAS, accordingly, the Administration recommends that the Mayor and City Commission do the following: (i) authorize the Administration to negotiate and finalize the Addendum, re-instating the Design Consultant Agreement, providing for the City's assumption of Ric-Man's rights and obligations under the Design Consultant Agreement, and modifying the scope of the design work to include construction management and inspection services for the Project in the not-to-exceed amount of $3,396,680.55, and (ii) authorize the City Manager and City Clerk to execute the Addendum. NOW,THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FL�RIDA that the Mayor and City Commission hereby authorize the Administration to negotiate and finalize an Addendum to that certain Agreement dated June 14, 2017 (the "Design Consultant AgreemenY') between Ric-Man Construction Florida, Inc. ("Ric-Man") and CES Consultants, Inc. ("CES") for the provision of all architectural, design and engineering services for the West Avenue Phase III Project (the "Project"), said Addendum (i) re-instating the Design Consultant Agreement, (ii) providing for the City's assumption of Ric-Man's rights and obligations under the Design Consultant Agreement, pursuant to Section 3.24(c) of that certain DesignlBuild Agreement dated July 17, 2017 between the City And Ric-Man, and (iii) modifying the scope of the design work to include construction management and inspection services for the Project in the not-to-exceed amount of $3,396,680.55, utilizing previously appropriated funding; further, authorize the City Manager and City Clerk to execute said Addendum to the Design Consultant Agreement. PASSED and ADOPTED this �1 day of sf 1 �jP✓ , 20 . wt_._._ Steven Meiner, Mayor ATTEST: ..___C� f . ��r' , � �r�`: ''ti.^.!.g.E:q"',,, -�r� � '�'S-�'�,,� e�e"`��'.: Rafael . Granado, City Clerk .;�w., ; ; �:G3?�ORATED�'; 'j ��� ,,��_= ,n�.`_ 20. APPROVED AS TO FORM & LANGUAGE 8� FOR EXECUTION %�„f- ,.,r� �`� ZO ZS City Attomey Date Resolutions -G7 A �/11A1�/11 BEA�H COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Gommission FROM: Eric Carpenter, Ciry Manager DATE: September 17, 2025 TITLE: A RESOLUTfON OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND FINALIZE AN AQDENQUM TO THAT CERTAIN AGREEMENT DATED JUNE 14, 2Q17 (THE �'DESIGN GONSULTANT AGREEMENT") BETWEEN RIC-MAN CONSTRUCTION FLQRIDA, WC. ("RIC-MAN") AND CES GONSULTANTS, INC. ("CES") FOR THE PROVISION OF ALL ARCHITECTURAL, DESIGN AND ENGINEERING SERVICES FOR THE WEST AVENUE PHASE III PR�JECT (THE "PROJECT"), SAI� ADDENDUM (I� RE-INSTATING THE DESIGN CONSULTANT AGREEMENT, (Ilj PROVIDING FOR THE CITY'S ASSUMPTION QF RIGMAN'S RIGHTS AND OBLIGATIONS UNDER THE DESIGN CONSULTANT AGREEMENT, PURSUANT TO SECTION 3.24(G) OF THAT CERTAIN DESIGN/BUILD AGREEMENT DATED JULY 17, 201'r BET1rVEEN THE CITY AND RIC-MAN. ANL (III) MODIFYING THE SCOPE OF THE DESIGN WORK TQ INCLUDE C�NSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE PROJECT IN THE NQT-TQ-EXCEED AMOUNT OF $3,396,680.55, UTILIZING PREVIOUSLY APPROPRIATED FUNDING; FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLEFch TO EXECUTE SAID ADDENDUM TO THE DESIGN CONSULTANT AGREEMENT. RECOMMENDATION The Administration recommends that the Mayor and City Commission (City Commission} adopt the Resolution. BACKGROUND/HISTORY The West Avenue project is designed to enhance qijality of life with aesthetics and infrastructure, and to red��ce flood risk to this vulnerable neighborhoad both now and in the future. This neighborhood is one of the lowest lying areas in the City with elevations as low as 1.7' NAVD. The Project represents a comprehensively defined neighborhood improvement program, focused on resolving challenges associated with climate impacts and aged infrastructure. The scope of this neighborhood improvement project includes replacement of the existing water distribution/transmission systems and gravity sanitary sewers, installation of a new robusE storm water drainage collection system including new bi-fuel auxiliary generators, raising of the paved roadway with harmonization to the adjacent praperties, installation of new street lighting. pedestrian lighting, replacement of existing and installation af new traffic and pedestrian signals at intersections, new landscaping� and irrigation. The limits of the improvements are West Avenue between 8th Street and Lincoln Road, including side streets, and Bay Road between 14th Street and Collins Canal, and includes upgrading the project to city standards of resilience of the neighborhood, as well as harmonizing between the twa phases. 7$ of 1214 Due to the size of the neighborhood, the project was divided inta two contracts, with 14th Street being the dividing line. On March 22, 2017, the City Commission adopted Resalutions No. 2017- 29800 and 2017-29799, awarding two contracts for West Avenue Improvements Phase II design- build services to Ric- Man Construction Florida, Inc. (Ric-Man): one contract for the project areas north of 14th Street (the "Vltest Avenue North Agreement"), the other, for project areas south of 14th Street (the "West Avenue South Agreement," and together with the West Avenue North Agreement, the "Agreements"). On April 27, 2022, the Administration received a letter from Ric-Man indicating that it had instructed its legal counsel to prepare a declaratory relief action seeking termination of the Agreements. After several unsuccessful meetings to discuss the claim a mediation session was scheduled. Prior to the mediation session, Ric-Man delivered a re-start proposal which would allaw them to continue with the West Avenue Ph II Neighborhood Improvement project, North of 14 Street, now known as West Avenue Ph II. On October 26, 2022, the City Commission adopted Resolution No. 2022-32384, approving Amendment No. 1 and deductive Change Order No. 7, pausing the West Avenue Improvements South of 14 Street praject and modifying the terms and conditions of the West Avenue South Agreement between the City and Ric-Man. In anticipation of potential grant funding, Amendment No. 1 established the terms for a future termination for convenience of the West Avenue South Agreement. As this portion of the project would be constructed at a later date, the improvements south of 14 Stroet were renamed West Avenue Phase III Pr�ject (F'roject). Subsequently, the City submitted a grant application to the Resilient Florida Grant program and the Project was awarded a $10 million grant. The grant requires a new procurement process for the selection of a contractor. As such, the City moved to terminate the Agreement with Ric-Man, and, ir� order to expedite the design and pern�ittin� of the Rroject, the City is (1) reinstating the Design Consultant Agreement, with CES Consultants, Inc. (GES), and (2) providing for the Citys assumption of Ric-Man's rights and obligations under the Design Consultant Agreement pursuant to Section 3.24(c} of the Design-Build Agreement between the City and Ric-Man dated June 14, 2017. Additionally, the City is expanding the design scope and services to include construction management and inspection services for the Project. The West Avenue Phase III Project was in the design phase when the project was paused. While de�ign completion appraached 90%, owner directed design and applicable code changes have resulted in the need to modify, update and re-do previously completed design documents, reducing the level of completion to approximately 70%. Under the design-build agreement with Ric-Man, the City utilized a third-party consultant for the Gonstruction Engineering and Inspection Ser�ices. For the Project, since the consultant is contract�d direc�ly by the City, eliminating any potential conflict of interest, the Administration has elected to combine the responsibilities of the design and engineering consultant with that of the construction engineering and inspection services censultant, making CES the single source for engineering, design and inspections, thereby streamiining communications, issue resolution and certification processes. By utilizing CES for construction management and inspectian, the City ensures continuity, preserves design intent, and enables faster issue resolution. A single source centralizes accountability, improves quality assurance, and streamlines communication, ultimatefy reducing risk, delays, and overall project costs. The West Ave�ue Phase II Project is currently under construction and was subdivided into 9 separate Segments. On December 11, 2023, the City issued Notice to Proceed 2 with Segment 1, for commencement of construction activities associated with the pump station, and on June 2, 79 of 1214 2025, the City issued Notice to Proceed 2, eommencing construction activities within Segments 2 and 3. These two segments are anticipated to be completed within the next twelve months. allowing the contractor to praceed to the next Segment. ANALYSIS On March 14, 2025, the City terminated the West Avenue South Agreement. Pursuant to its terms, upon termination of the West Avenue South Agreement, the Design Consultant Agreement and atl work product produced thereunder was automaticaily assigned to the City. CES has acknowledged the City's right to reinstate and assume the Design Consultant Agreement and has pravided a proposal to cornplete additianal work related to the West Avenue Phase III Pro�ect(the "New Scope Proposai"}. The reinstated Design Consultant Agreement, along with the New Scope Proposal, will enable CES to complete the design, construction documents, permitting, bidding and construction phase services, advanced under the Agreement with Ric-Man, while addressing changes implemented in Phase II. For example, the Roadway Plans will need to be updated to incorporate the redesigned split pedestrian ramps at the intersections; the stormwater drainage plans need to incorporate new regulatory water quality requirements; sanitary sewer plans need to be reuised as a result of the changes to the raadway layout; the water main plans wil� be revised as needed to accommodate changes in utilities discovered during th� utility coordinaUon phase; the street lighting plans will need to incorporate the redesigned split pedestrian ramps at the intersections and address modifications to the crosswalks, intersections and signals required by Miami-Dade County Department of Transportation Public Works (DTPW); the pavement marking and signage plans will need to incorporate the latest requirements from DTPW and the City of Miami Beach Trar�sportation Department (CMBTDj; and Lanc:scaping and Irrigation plans will incorpora,s modifications to cross walks, intersections, and signals per latest DTPW requirements. CES's proposaf also includes services not originally included in the Design Consultant Agreement with Ric-man, such as the preparation of Maintenance of Traffic plans (MOT), inspection services during construction, expanded responsibility for the completion of the private property harmonization plans, and updated sidewalk conditions. Under this proposal, CES will be responsible for meeting with residents to coordinate and negotiate Harmonizalion Agreements prior to completing the construction and bid documents. On July 10, 2025, the City received the standard Design Agreement (Exhibit A) from CES Gonsultants for the Project. On August 28, 2025. the City received CES's revised negotiated proposal (Exhibit B) for the design, perm�tting, construction administration serv�ces anJ inspection services for the Project in the not-to-exceed amount of $3.396,680.55, consisting of approximately $930,000 for design revisions and permitting, $640,000 for resolution of harmonization agreements, public engagement and private property surveys, $400,000 for bid, award and post design services. $110,000 for design contingency and reimbursables and $1,320,000 fo� construction management and inspection services Given the fevel of effort associated with drawing revisions, and more significantly associated with the added responsibilities of private property surveys, permitting and completion of the harmonization agreements, the negotiated proposal is deemed fair, reasonable and in the best interest of the City. 80 of 1Z14 The Project's total budget is $49.8 million. The City was awarded a $10 million Resilient Florida Grant in FY2022-2023. In August of 2025, the City was informed of the award of an additional Resilient Fiorida grant in the amount of $8.2 million in FY2025-2026. The $8.2 million grant will fund a portion of the currently projected $15.8 miliion water and sewer funding gap. Assumption and reinstatement of the Design Consultant Agreement requires the City to negotiate and execute an Addendum to such Agreement for the provision of the design, engineering and construction management and inspection services, in the not to exceed amount of$3,396,680.55 (Exhibit C). The Project schedule anticipates completion of design by the end of 2025, followed by permitting and execution of harmonization agreements. Dependent on the time required to complete the harmonization agreements, an Invitation to B�d (ITB) could be issued in the spring/summer with the award of a construction contract and commencement of construction activities in the Fall of 2026. FISCAL IMPACT STATEMENT The Design Consultant Agreement with CES in the amo�nt of$3,396,680.55 will be funded with previously appropriated funding. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https://www.miamibeachfl.qov/city-halllcitv-clerk/meeting-notices/ FINANCIAL INFORMATION 112-0820-061357-26-410-530-00-00-00-20525 = $ 366.637.29 429-0820-061357-26-418-000-00-00-00-20525 = $ 3,030,043.26 Total= $ 3,396,680.55 CONC�USION The Administration recommcnds that the City Commission adopt the Resolution. Applicable Area South Beach Is this a "Residents Right to Know" item, Is this item related to a G.O. Bond pursuant to Citv Code Section 2-17? Proiect? Yes No 81 of 1214 Was this Aqenda Item initiallY requested bv a lobbvist which, as defined in Code Sec. 2-481, includes a principal enqaqed in lobbvinq? No If so, specify the name of lobbyist(s) and principal(s): Department Capital Improvement Projects Sponsor(s) Co-sponsor(s) Condensed Title Finalize Addendum Agreement w/ Ric-Man & CES, West Avenue Ph III Project. CIP Previous Action (For City Clerk Use Only) 82 of 1214 City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov OFFICE OF CAPITAL IMPROVEMENT PROJECTS Tel:305.673.7071 Fax:305.673.7073 LETTER OF TRANSMITTAL TO: Eric Carpenter, P.E. City Manager VIA: David Martinez, P.E. � ZG�/� Assistant City Manager FROM: David Gomez /���CIP Director DATE: October 27, 2025 SUBJECT: West Avenue Phase III- CES Design Agreement We are submitting: Priority: , Submitted for: Action Taken: ❑ Permit Application ❑ RUSH � ❑ Review ❑ Reviewed ❑ Final Acceptance Letter � High Priority 0 Approval/Signature ❑ Approved ❑ Letter to Commission ❑ Low Priority � ❑ Comment ❑ Returned for ❑ Agenda Items ❑ For your use Corrections � Other: ❑ As requested ❑ Returned due to revisions Once read , please contact Raquel Plasencia, Ext. 26424 Notes: Attached for your review and signature, please find the West Avenue Phase III, CES design agreement. On September 17th, 2025, the Mayor and City Commission adopted Resolution 2025-33907 approving the design agreement with CES in the not to exceed amount of$3,396,680.55 Enclosures: CES Agreement CES Scope of work and Cost Breakdown Resolution 2025-33907 :��;�_�.�-, �_.. rF. �i��'.'y,;T��r�"'t,,Ryr`..,.v,�ii�'�X��'.•�6',G pj- We are commitfed to providing excellent public service and safety to all who live,work,and play in our vibrant,tropical, historic community.