Loading...
HomeMy WebLinkAboutSEOPW-CRA-R-02-0109SEOPW/CRA ITEM 4 SE®PW/C 02- 109 RESOLUTION NO. A RESOLUTION OF THE BOARD OF DIRECTORS OF THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY ("CRA") AUTHORIZING THE EXECUTIVE DIRECTOR TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO PIGGYBACK OFF THE AGREEMENT PREVIOUSLY EXECUTED BY THE CITY OF MIAMI WITH ZYSCOVICH, INC., TO PROVIDE THE PROFESSIONAL ARCHITECTURAL SERVICES DETAILED IN ATTACHED EXHIBIT "A" FOR FISCAL YEARS 2002 THRU 2004 FOR AN AMOUNT NOT TO EXCEED $600,000, SUBJECT TO THE AVAILABILITY OF TAX INCREMENT FUNDS FROM ACCOUNT NUMBER 689001.550108; AND AUTHORIZING THE EXECUTIVE DIRECTOR TO ISSUE THE WORK ORDERS DETAILED IN EXHIBIT "B"; AND, FURTHER, REQUESTING THE CITY ATTORNEY TO _ EXPEDITE THE PREPARATION AND EXECUTION OF THE AGREEMENT. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE SOUTHEAST 07ERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The Board of Directors authorizes the Executive Director to execute an agreement, in a form acceptable to the City Attorney, to piggyback off the agreement previously executed by the City of Miami with Zyscovich, Inc., to provide SE®PW/CRA 02- log the professional architectural services detailed in attached Exhibit "A" for fiscal years 2002 thru 2004 for an amount not to exceed $600,000, subject to the availability of tax increment funds from account number 689001.550108. Section 3. The Executive Director is further authorized to issue the work orders detailed in attached Exhibit "B" Section 4. Additionally, the City Attorney is requested to expedite the preparation and execution of the agreement. Section 5. The resolution shall be effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of June 2002. ATTEST: PRISCILLA A. THOMPSON, CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: ATTORNEY /CRA R-02-109: ELF ARTHUR E. TEELE, JR., CHAIRMAN Page 2 of 2 SEOPW/CRA 02m t0 SEOPW AND OMNIICRA CITY CLERK'S REPORT MEETING DATE: June 13, 2002 Page No. 3 ITEM 4 A RESOLUTION OF THE BOARD OF DIRECTORS SEOPW/CRA RESOLUTION 02-109 OF THE SOUTHEAST OVERTOWN/PARK WEST MOVED: WINTON (SEOPW) COMMUNITY REDEVELOPMENT SECONDED: GONZALEZ AGENCY (CRA) AUTHORIZING THE CRA TO NAYS: SANCHEZ PIGGYBACK OFF THE CITY OF NIIANII' S FY ' 02- '04 CONTRACT WITH ZYSCOVICH FOR ARCHITECTURAL SERVICES AS DETAILED IN EXHIBIT "A", FOR THE FULL CONTRACT AMOUNT OF $600,000 AND AUTHORIZING THE EXECUTIVE DIRECTOR TO ISSUE THE WORK ORDERS AS DETAILED IN EXHIBIT "B"; SUBJECT --- TO THE AVAILABILITY OF SEOPW TIF FUNDS FROM ACCOUNT NUMBER 689001.550108; FURTHER AUTHORIZING GENERAL COUNSEL TO EXPEDITE THE EXECUTION OF SAID CONTRACTS. ITEM 4 A RESOLUTION OF THE BOARD OF DIRECTORS OM I/CRA RESOLUTION 02-46 OF THE OMNI OMMUNITY REDEVELOPMENT MOVED: WINTON AGENCY (CRA) AUTHORIZING THE CRA TO SECONDED: GONZALEZ PIGGY BACK OFF HE CITY OF MIAMI'S FY 02-04 NAYS: SANCHEZ CONTRACT H ZYSCOVICH FOR ARCHITECTURAL RVICES AS DETAILED IN EXHIBIT "A", FOR THE FULL CONTRACT AMOUNT OF $600,000 AUTHORIZING THE EXECUTIVE DIRECTOR O ISSUE THE WORK ORDERS AS DETAILED IN XHIBIT "B"; SUBJECT TO THE AVAILABILITY O OMNI TIF FUNDS FROM ACCOUNT NUMBFR 686001.590320; FURTHER AUTHORIZING GEE RAL COUNSEL TO EXPEDITE THE EXECU ON OF SAID CONTRACTS. SE®PW/ CRA = 109 June 13, 2002 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ITEM 4 TO:Chairman Arthur E. Teele, Jr. and DATE: June 13, 2002 FILE Members of the CRA Board SUBJECT: Piggy Back Contract with Zyscovish FROM: REFERENCES: Annette E. Lewis Acting Executive Director, CRA ENCLOSURES: Resolution, supporting documents. RECOMMENDATION It is respectfully recommended that the CRA Board of Directors approve the attaefied resolution authorizing the CRA to piggy back off the City of Miami's FY 02-04 contract with Zyscovich for architectural services as detailed in Exhibit "A", forthe full contract amount of $600,000 and authorizing the Executive Director to issue the work orders as detailed in Exhibit "B"; further authorizing General Counsel to expedite the execution of said contract. (Deferred item # 15 on May 30' 2002 Agenda) BACKGROUND The CRA is interested in contracting with a minimum of two (2) professional architectural firms for the design of several approved CRA projects. In increasing the efficiency and productivity of the CRA as it relates to the completion of existing and future projects, engaging Architectural and Engineering firms for designing services related to projects to be assigned to the existing CM at Risk firms, will achieve the goal sought by the. CRA. It must be noted that the CRA Consulting Engineering firm has been restricted from performing certain A&E.services unless specifically authorized by the CRA. General Source: ONM TIF, SEOPW TIF Account Number: 686001.590320.6.860, 689001.550108 SEOPW/CRA 02 .. 09 June 13, 2002 EXHIBIT "A" 11 i PROFESSIONAL SERVICES AGREEMENT [Architectural Services]. This Agreement entered into this day of 2002, by and between . The CITY of Miami, a municipal Corporation of the State of -,Florida, (the . "CITY"), and Zyscovich, Inc., a state of Florida corporation, (the -PRINCIPAL-). WITNESSETH WHEREAS, the CITY has scheduled a substantial number of Projects for fiscal years 2002, 2003 and 2004 (the 'Projects") that require profession4l architectural services; and WHEREAS, the Commission of- the CITY of Miami, by Resolution No.02-144 adopted on February 14, 2002, approved the selection of four (4) Architecture firms to provide - architectural services for the -Projects during the planning, design and construction phases thereof and authorized the CITY Manager to negotiate the terms of and execute agreements with' said firms for the provision of the Services; and WHEREAS, the PRINCIPAL is one of the firms selected to provide architectural services and the PRINCIPAL and the CITY wish to execute this Agreement to set: forth the terms and .conditions of the engagement. NOW, THEREFORE, in consideration of the mutual covenants set forth herein, the CITY and the PRINCIPAL agree as follows: TERMS SEOPW/CRA 0 '09 1. Recitals. The recitals and all- statements contained therein are hereby incorporated into and made a part of this Agreement. 2. Term. The term of this Agreement shall -be three (3) years, commencing on the date hereof and ending three (3) years thereafter (the "Expiration Date"), subject, however, to the provisions of Section 19 hereof. The CITY has the right to extend the term hereof for an additional period of one (1) year subject to the approval of the CITY Manager. 3. Subject Matter. This Agreement sets forth the terms and conditions pursuant to which the CITY may request, and PRINCIPAL shall provide, the Services, as defined in Section 4 and 5 below, for one or more Projects. No specific Project is designated under this Agreement. The Project and the specific. details of the Services required to be performed by the. PRINCIPAL shall be described in a Work. Order to be issued by the CITY in accordance with Section 5.B hereof. 4. Definitions. A. PROJECT - means the proposed improvements (new or restoration) to a street, sewer, property, or other CITY facility as generally designated and .programmed by the CITY or other related professional services requested by. the CITY. B. WORK.- means Services to be rendered.or provided by the PRINCIPAL for the PROJECT- C. SERVICES - means the Basic Services and/or the Scope of Work, as described in Section 6 hereof, to be performed r" by the PRINCIPAL under this Agreement. C0M: ArchServZyscovichInc 2 SFOI'NV I CM D. CONSTRUCTION BUDGET = means the amount allocated by the CITY for construction of the PROJECT and all increases authorized by the CITY. E. PROJECT MANAGER means the Director of the Department of Public Works or his/her designee. 5. Services. A. General i. At the CITY's' request, made in accordance with Sub - Section B below, PRINCIPAL shall perform the Services, described in Section 6 below. The Services include but are not limited to the services outlined in Section 6 herein and services that may be required in connection with a Project. The Work shall be performed in a sound, economical:, efficient and professional manner and within the time and the manner required in the Work- order, as mutually agreed upon by the PRINCIPAL and the CITY. ii.,The PRINCIPAL shall perform the Work under the direction of,. and in close cooltdination with, the Project Manager. The PRINCIPAL shall provide all professional and technical services comprising the Work and shall be fully responsible for all the professional and technical aspects thereof. The CITY's review and approval of the Work will relate only to overall compliance with the general requirements of the Project and whenever the term "approval by the CITY" or like term is used, in. this Agreement, the.phraseology shall in no way relieve the PRINCIPAL from any duties- or responsibilities under C0M.ArchServZyscov:ich1nC 3 the terms of this Agreement or from using the best professional architectural practices. iii. The PRINCIPAL shall, in the performance of the Work, comply with all Federal, State and Local codes, ordinance and regulations, pertaining to the Project, including, without limiting the generality of the _foregoing, the Federal Wage -Hour Law, Walsh -Healy Act, The Occupational Safety and Health Act, The National Environmental Policy Act and Equal Employment Opportunity Legislation. / iv. In' the performance of the Work, the PRINCIPAL agrees to: a a. Strive.to complete the Work within the time allowed by maintaining an adequate staff of qualified employees on the Work at all times. b. Be fully responsible for the professional and technical services required to be rendered in the performance of the Work. c. Cooperate fully -with the CITY in order that all phases of the Work may be properly. scheduled, coordinated, and executed. d. Report the status of the Project to the Project Manager upon request or as required by this Agreement, and maintain all notes,' calculations, and related Work open to inspection by the CITY, at all times during the term hereof. e. Prepare the .plans, specifications and all other documents pertaining to the Project in compliance SEOPW/CRA CoM:ArchServZyscovichInc 4 with all applicable federal, state and local laws, codes, ordinances and regulations. f.+ Promptly deliver to the Project Manager copies of minutes of all relevant meetings relating to the Project at which. PRINCIPAL is present. g. Be available for general consultation and advice at all times during the term of the Project. v. The CITY agrees' to make available to the PRINCIPAL any plans and other data. in CITY's possession pertaining: to the Work to be performed for/ the Project. The PRINCIPAL shall recommend to the CITY and be responsible -for the review and interpretation of appropriate investigations, surveys, tests, analysis and reports that need to be obtained or performed for the _proper execution of the PRINCIPAL's services. The PRINCIPAL shall be responsible of contacting utility companies and obtaining as -built of existing utilities within the project area, and .to make his/her own ,site investigations. B. Requests For Services. i Except in emergency situations, all requests for Services. shall be made by a written. Request For Services ("RFS") issued by the Project Manager.. In .case_of emergency, the CITY may issue a verbal RFS to be followed by a written RFS (or, after, approval, by a Work Order) and a Notice to Proceed, as soon as practicable thereafter. The RFS shall describe the Project and each section of the Work to be performed . CoM: ArchServZyscovichInc 5 SE®PW, 02` �09 by the PRINCIPAL and the time schedule in which the Work must be completed. ii. Upon receipt of the RFS, the PRINCIPAL shall make arrangements to meet with the Project Manager and a meeting shall be held within ten (10) days following receipt of the RFS, to discuss the Construction Budget, estimated amount of compensation, Project schedule and deadline, and the schedule and scope of the Work. All formats for the Work are to be as presently used by the CITY of Miami Public ,Works Department, unless otherwise directed by the Project Manager. This -is to include but not be limited to plans, specifications and contract documents. iii. Subsequent to the meeting, the PRINCIPAL shall submit to the CITY a proposal at no cost to the CITY. If CITY and PRINCIPAL agree on the amount of compensation and the schedule and time for completion of the Work, then the Project Manager shall issue a Work Order and Notice to Proceed.' iv. The Services to be rendered by the ,PRINCIPAL for the Project shall commence within twenty-four (24) hours upon receipt of the Notice to Proceed and shall be completed within the time agreed upon as shown.i.n the Work Order. v. PRINCIPAL understands and agrees that failure to comply with the foregoing provisions within the time required herein. may result in the Project being awarded to another firm. coM:ArchservzyscovichInc .6 �rT ►7�s' ®P Y= t CRA G. Scone of Work Scope„ .of Work consists of complete professional architectural services for'any or all of the six (6) Phases described in Sections A through F below. To the extent that the provision of Services for a Project require any engineering or landscaping architectural services, including but not limited to,.civil, structural, mechanical, or electrical, the PRINCIPAL shall use the services of. Engineers or Landscape Architects who have been designated as "Approved Sub -consultants," as the term is defined in section 16 herein. The PRINCIPAL agreed to coordinate- its effort with that of the Subconsultants involved in a Project to assure fully coordinated and complete Work. The PRINCIPAL shall prepare the final bid package including bid documents and specifications to .be E prepared by the Sub -consultants or to be provided by the CITY. The PRINCIPAL may also be required to provide consulting services to the CITY on various matters which do not result in drawings or specifications. The CITY acknowledges that any agency of the` CITY may purchase services in part or in whole from this contract, provided that written permission is given by the CITY Manager or his designee. A. Phase I - Programming• and Schematic Design. i. The PRINCIPAL shall confer with the Project Manager and other designated representatives of the CITY, including the Department in charge of the Project, to determine the general requirements for the completion of the Project all within the Construction Budget SEOPW/CMA CoM:ArchServZyscovichInc 7 02 .. 10 - which shall have been established by the CITY at project initiation. ii. The PRINCIPAL shall use proper and adequate design control to assure the CITY that the Project will be constructed within the Construction Budget. iii. The PRINCIPAL shall prepare a Design Concept and Schematic Report, if applicable, for presentation to the CITY. This presentation shall include the proposed Project Schedule, a Planning Summary (if applicable), and Schematic Design Studies/ (as described below), and an estimate of probable Construction Costs. iv. The proposed Project Schedule shall include a timetable indicating the proposed completion date for each Phase of the Project through Design, Bidding and Construction, and the projected date of completion. v. The Planning Summary (if applicable), shall consist of a vicinity plan -and a site plan indicating the Project orientation, and a brief summary of all pertinent planning criteria being considered or to be considered in the Project. vi. The Schematic Design Studies shall consist of all drawings (i.e. plans, elevations, sections, etc.) as may be required, to show the scale and relationship of the parts and the overall design concept.. A simple perspective sketch, model or photograph thereof may be provided to further show the design concept. vii. If necessary, as determined' by the CITY the PRINCIPAL shall present the Schematic Design Studies CoM:ArchServZyscovichInc 8 SEOPYY ! i.leri Q2- 109 to the appropriate. CITY Boards (such- as Historic Preservation Board, Planning and Zoning Boards,, etc.) for their approval ,of the proposed plans. viii. The estimate of probable Construction Cost shall include the estimated cost of the Project including governmental permit fees, new utilities, proposed CITY purchased equipment, contingencies (if any), and escalation factors adjusted to the estimated bid date, (if applicable). ix. The PRINCIPAL shall- submit to the CITY twd (2) copies of all documents required under this Phase, at no additional Charge, for approval by the CITY. The PRINCIPAL shall not proceed with the next Phase until directed by the Project Manager. B. Phase II - Design Development: . From the approved Schematic Design documents, the ,- PRINCIPAL shall prepare -Design Development Documents, -including the drawings, outline specifications and other documents to describe the size and character of the entire Project as to construction, finish materials, and other, items incidental to the Project as may be appropriate and applicable. ii. The Design Development Documents shall include the updated' Proposed Project Schedule, outline Specifications of Proposed Materials and Equipment, 1 Updated Estimate of Probable Construction Cost, and the Design Development Drawings, as required to �-='- clearly delineate the Project. If the probable Construction Costs exceed the Construction Budget, CoM:ArchServZyscovichInc 0 '' +, R ; 02- 9 then, appropriate reductions in costs or Scope of Project shall be included for CITY's evaluation. iii. The PRINCIPAL shall submit to the CITY, two (2) sets of all documents required under this Phase, at no additional charge, for CITY's approval. The PRINCIPAL shall not proceed with the next phase until -directed by the Project Manager. C. Phase III - Construction Documents: i. From the approved Design Development Documents, the PRINCIPAL shall prepare Final Construction Documents setting forth in detail the requirements for the construction of, the Project.. The Final Construction Documents shall include complete Drawings and Specifications, the Proposal (Bid) form, Special or Supplemental General Conditions, and other necessary information for bidders. PRINCIPAL shall use the CITY of Miami Public Works Department Standard forms for the preparation of the Proposal (Bid) forms, Instructions to Bidders, Conditions of Contract, and other CITY required documents. In the preparation of the Construction Documents, the PRINCIPAL shall use Construction Specifications Institute (CSI) Standards, including the 16 Division and the 3 part Section format developed and recommended by the C.S.I. for construction specifications. ii. The Construction Documents shall be prepared in a manner that will assure clarity of lineWork, notes, and dimensions, when the documents are reduced to 50% of their size. All drawings shall be on 24" x 36" CoM_ArchServZyscovichInc 10 SEOPW/CRA. 0 - 1-09 size first quality drawing. paper or Mylar using CITY's standard format, unless otherwise approved.. iii. Whenever possible, the Construction Drawings shall be -created by.computer using AutoCad. Where AutoCad is used, the PRINCIPAL will. also submit a copy of the drawings on a compact disk. When possible, the -PRINCIPAL's specifications shall be produced on a word processor. using Microsoft "Word" format. Another format may be used only if approved by the.CITY. iv. When the development of Construction Drawings has progressed to at least. 50% completion in (the 1150% check"), the.PRINCIPAL shall submit to the .CITY, at no additional charge, two (2) copies thereof together with an updated set of Specifications and an updated Estimate of Construction Costs. v. The. PRINCIPAL shall not proceed with the further development of the Construction Documents until it has .received CITY's approval of the 509.- Check Set. The PRINCIPAL shall make all reasonable changes required by the CITY. In the event the latest estimated Construction Costs reveal that the cost of the Project will exceed the Construction Budget, then, at the .Project Manager's request, all Work shall be stopped . until the PRINCIPAL and the CITY agree on methods of cost reductions or changes in scope sufficient to enable construction of the Project within the Construction Budget.. vi. Upon completion of the Construction Documents, the PRINCIPAL shall submit, to the CITY, at no additional CoM:ArchServZyscovichInc 11 SEOPW/CRA 02- 109 charge, a final Estimate of Construction Costs along with two (2) sets of final construction drawings and specifications,. for final review, and approval.. vii. The PRINCIPAL shall make all the necessary presentations of the final plans to the appropriate CITY Boards for their approval, as outlined and identified within the Work order and corresponding scope of Work. viii. PRINCIPAL shall make all required changes or additions and resolve all questions resulting frofn the CITY's final review. This shall be at no additional charge to the CITY, except for changes requested by the CITY that are in conflict with prior CITY directives or approvals or constitute the- CITY.'s modifying the scope or program of the project. All revised documents shall be submitted to the CITY for approval. After final approval by the CITY, the PRINCIPAL shall, furnish, at no additional charge, a. master set of reproducible drawings and specifications and provide two (2) sets of prints of the final .drawings and specifications to the CITY. if .additional sets of prints are authorized for bidding purposes, the CITY shall reimburse the PRINCIPAL for the cost of printing additional drawings and specifications. ix. The PRINCIPAL shall conduct "dry . runs" of the final construction plans to the. Building Department and other appropriate governmental authorities,. as necessary to ascertain that the construction documents COM:ArchServZyscovich1nC 12 sEoFW/CRA 02-- i0b meet all the requirements for construction permits. The PRINCIPAL shall make all necessary corrections, modifications, and additions to the construction documents (plans, specifications, etc.) necessary for permitting. The PRINCIPAL shall assist the CITY in filing the necessary documents and obtaining the approval for utilities (such as water, sewer, electric, telephone, gas, etc.) as well as the approval from all' other applicable governmental authorities (such as environmental, health, building, zoning, etc.). D. Phase IV - Bidding and Negotiation Phase: i. The Bidding and Negotiation phase shall be conducted in accordance with the CITY's established or approved process. The PRINCIPAL shall assist the CITY in obtaining and awarding bids and preparing construction contracts. After receipt of bids, the PRINCIPAL shall evaluate the bids and assist the CITY in making a 6. recommendation to the CITY Commission. ii. During the, advertisement and bidding ._period. the PRINCIPAL shall prepare any necessary Addenda, with accompanying drawings..or. other materials, as may be required. An original copy of each Addendum shall be submitted to the Project Manager for approval and a copy of the same shall befurnished to each of the Bidders that have picked up a set of Contract Documents for purposes of bidding. iii. The PRINCIPAL shall attend pre -bid conferences when (, they are.deemed necessary by the CITY. z CoM:ArchservZyscovichZnc 13 SE'OPW/ CR, 0 109 iv. During the bidding period, the PRINCIPAL shall interpret Construction Documents in writing, _ and prepare any supplementary drawings or specifications necessary for the clarification ofthe documents. The PRINCIPAL shall also assist the CITY in preparing responses to inquiries from prospective bidders- v. If the lowest responsible bid received exceeds the Construction Budget the CITY may: a. approve the increase and award the construction contract to such bidder, or X b. reject all bids and rebid the Project within a reasonable time with no change in the Project Bid Documents, or c. direct the PRINCIPAL. to revise the Scope = and/or quality of the Project only if the bid exceeds the construction budget by more than ten (10) percent. In such event the. PRINCIPAL''shall modify the. Construction Documents as necessary to bring the Estimated Construction Cost within the Construction Budget. Such modifications shall be at.. no additional charge to the CITY unless the excess in Construction Costs is due to a change in scope requested by the CITY or due to unforeseen circumstances such as force majeur or undue delay on the part of the CITY in bidding the Project, or d. suspend or abandon the Project. E. Phase V Administration of the Construction Contract: CoM:ArchServZyscovichInc 14 SEOPWICRA 02- 109 i. The Construction Phase will begin with the award of the Construction Contract and will end when the Contractor's final payment is approved by the CITY. ii. Unless otherwise provided, the CITY's Public Works Department will administer` the .Construction Contract and will assign an inspector to the Project. The PRINCIPAL shall advise and consult with the Project Manager or the CITY Inspector when appropriate. The PRINCIPAL shall have only limited authority to act on behalf of the CITY and only to the extent provided in the General Conditions or in the Supplementary Conditions of the Construction Contract. CITY shall have finalapprovalof all changes in the Construction Work and Costs. iii. The PRINCIPAL shall attend pre -construction meetings and job. meetings where its presence is -required to resolve problems or disputes with the construction runs. iv. The PRINCIPAL shall at .all times have -access to the Project during the construction phase, so it may adequately perform as intended under this Agreement. v. The PRINCIPAL shall visit the construction site at regular intervals appropriate to the project and during all. key construction events, .as defined in the Work order or.otherwise agreed by the PRINCIPAL and Project Manager to evaluate the progress of the Project and to determine, in general, if the Project is proceeding in accordance with the Contract Documents. The PRINCIPAL will not be required to CoM:ArchServ.ZyscovichInc 15 0 2- 0 9 provide continuous daily on -site inspections tocheck the quality or quantity of the Work unless otherwise authorized or directed in writing by the CITY, and compensated accordingly for his services. vi. The PRINCIPAL shall have no responsibility to supervise and control those actions ofanyparties not directly employed or retained by the -PRINCIPAL. On the basis of the on -site observations, the PRINCIPAL will advise the CITY as to the progress of the Work and any observed defects and deficiencies. vii. The PRINCIPAL shall furnish to the CITY a written report describing its observations of the*Work, during each visit to the site, and the general status and progress of same. All reports shall be submitted in,a timely manner. The PRINCIPAL shall ascertain, at least monthly, that the Contractor is making timely, accurate, and complete notations on record drawings. viii. Based on observations at the site and on its review of the Contractor's Payment Certificate, the PRINCIPAL shall assist the CITY -:in determining the amount due the Contractor and shall recommend approval or rejection Of the Certificate of Payment and the amounts of each. ix. The PRINCIPAL's recommendation for approval of a Payment Certificate shall constitute the PRINCIPAL's representation and certification to the CITY that the Work has progressed to the point indicated, and that it has been performed in accordance with the Contract Documents subject to: CoM:ArchServZyscovich1nc 16 SEOPW/CRA 02- 10� a. an evaluation of the Work for conformance with the contract documents upon substantial completion. b. the results of any subsequent tests required by the Contract Documents, and c. minor deviations from the Contract Documents correctable prior to completion and acceptance of the Project. x. The PRINCIPAL shall have an. affirmative' duty to recommend rejection of Work which does not conform to. the Contract Documents. Whenever, in its reasonable opinion, the PRINCIPAL considers it necessary or advisable to insure compliance with the Contract Documents, the PRINCIPAL will have authority, after approval from the Project Manager, to recommend special inspections/or testing of any _Work deemed not to be in accordance with the Contract Documents whether or not such Work has been fabricated and delivered to the Project, or installed and completed. However, neither this authority of the PRINCIPAL nor a decision made in good..f aith. either to exercise or not to exercise such authority shall give rise to'a duty or responsibility of the PRINCIPAL to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or any other persons or entities performing portions of the.Work. xi. The PRINCIPAL shall promptly review and approve shop drawings, samples, and other submissions of the contractor.for conformance with the design concept of the Project and for compliance with the Contract CoM:ArchServZyscovichInc 17 SEOPW/ CRAa� Documents. Changes ,or substitutions to. the Contract °* Documents shall not be authorized without concurrence by the Project Manager: xii. The PRINCIPAL shall provide the CITY with copy of all shop drawings, duly reviewed by -the PRINCIPAL, for the CITY's permanent records. xiii. The PRINCIPAL shall review all test reports required by the,Contract Documents and notify the CITY of any noncompliance with the Contract Documents. xiv. The PRINCIPAL shall witness all tests that. -it is required to witness by Code or by the. Contract Documents and 'shall provide to the CITY written reports of all such tests. xv. The PRINCIPAL shall receive all samples required to be furnished by the contractor and shall record the date of receipt and its source., examine said samples, notify the CITY of the approval or rejection of said samples, and maintain custody of approved samples. xvi. As part of the Project Scope, the PRINCIPAL .shall, if necessary, assist- the CITY in the preparation of bids for the purchases of equipment, fixtures, _and furnishings for the Project. Upon receipt of these bids, the PRINCIPAL shall assist the CITY in its evaluation and make recommendations related to the procurement and the installation of said equipment, fixtures, and furnishings. xvii. The PRINCIPAL shall review and recommend action on proposed Change Orders within the scope of the Project. This includes Change Orders initiated by CoM:ArchServZysccvichInc 18 ®PjCR A 02- 109 others or any proposed Change Orders recommended by the PRINCIPAL based on his observations. xviii. The PRINCIPAL shall examine the Work upon receipt of the Contractor's Certificate of Substantial Completion for the Project and shall prepare a punch list of any defects and discrepancies in conjunction with' the Project -Manager. After the punch list items have been satisfactorily.completed and approved by the PRINCIPAL, the PRINCIPAL shall recommend execution of Certificate of Final Acceptance and Final Payment to the contractor. PRINCIPAL shall also obtain from the contractor all `warranties, guarantees, operation and maintenance manuals, releases of lien, extra materials required by the contract, and certificates as_may be required by the specifications or applicable laws, and deliver them to the CITY. xix. The PRINCIPAL shall provide assistance in obtaining contractor's compliance with the Contract Documents relative to, a) initial instruction of CITY personnel - in the operation and maintenance of any equipment or - system, b) initial start-up and testing, adjusting and balancing of any equipment or systems, and c) final clean-up of the Project. F. Phase VI - Post Construction.Administration: i. The PRINCIPAL shall furnish to the CITY reproducible "as -built" record drawings based on. information furnished by the contractor. These drawings shall .::' become the property of the CITY. _r CoM:ArchServZyscovichInc 19 SEOPW1 CRA 0 - 1 V 9 ii - The PRINCIPAL shall assist the CITY in the observation of the Work -one month before the expiration of any guarantee period and shall report to the CITY any defective Work in the Project which is under guarantee/warranty .The PRINCIPAL *shall also assist the CITY with the. administration of guarantee/ warranties es for correction of any defective Work that may be discovered during the guarantee /warranty. period. 7. Project Completion Time. .* The Work shall be performed within the time allocated to each phase thereof and shall be completed within' -the time agreed upon. A reasonable extension of the Work time will be granted in the event of a delay caused by the CITY's failure to fulfill its -part :of the Agreement as herein required or by other reasons, such as weather, beyond the control of the PRINCIPAL. 8. Extension of Expiration Date.. In the event the PRINCIPAL is engaged in any Projects} - on the Agreement Expiration Date; then this Agreement shall remain in 'effect until completion or termination of said Project (s) No -new Work Orders shall be issued after the Expiration Date. 9. CITY's Services and Responsibilities. The CITY shall make availableto the PRINCIPAL for its inspection, all plats, maps,. surveys, aerials, records and other information regarding the Project that the CITY has as its disposal. 10. Compensation. Compensation shall. be based on a.. "Fixeid Feel' or a "Not to Exceed Fee", as described -hereunder, based oh.the nature and scope of the Work. The method of compensation ompensation shall be agreed upon prior to issuance of the SEOPNV/CRA CQM:ArchServZyscovichInc 20 0.1 109 2 Work Order. Notwithstanding anything herein to the contrary, the CITY and the PRINCIPAL agree that the total compensation permitted for. all Work under this Agreement shall not exceed the sum of $600,000. A. FIXED FEE_ The fee for a task or a scope of Work based on a fixed fee shall be mutually agreed upon by the CITY and the PRINCIPAL. B . . NOT TO EXCEED FEE: If a "Not to Exceed" fixed fee is mutually agreed upon, the amount of compensation shall be based on an hourly rate fee. The hourly rate- fee shall be computed based on the hours Worked by individuals it the, following categories. The Hourly Rate for each category, as shown below, includes all equipment, supplies, materials, tools labor, wages, taxes, insurance, benefits, overhead and profit and shall be applicable to any -necessary overtime Work. Category Hourly Rates Principal in Charge $150.00 Principal Architect $142.50 Project Manager $110.00 Registered Architect $104.50 Architect $77.50 Professional Engineer $104.50 Engineer $82.50. Registered Landscape Architect $85.00 Draftsperson $65 :-00 Engineering Technician $60.50 Administrative(Billing, Reports Preparer) $50.00 Clerical (Filing, Light Word Processing) $42.50 Permit Expediter n/a Construction. Manager (Supervisor) $95.00 Construction Inspector $71.50 3-Man Survey Crew (Half Day Min.) $100.00 Cadd Operator $58.30 Estimator/Scheduler. n/a Principal Engineer $137.50 Principal Landscape Architect $121.00 Senior Estimator/Schedule n/a CoM,ArchServZyscovichInc 21 SEOPW/Cy 02. 109 11.,Payments of Compensation. Compensation shall be paid monthly in accordance with invoices detailing the fees and expenses, for Work performed during the immediate preceding calendar month. Payment shall be made within thirty (30) days following Project Manager's receipt of the invoices, in triplicate. The invoices shall include the following information: A. Total contract amount. B. Percent of Work complete to date. C. Total amount.paid.to date. z D. Amount previously billed. E . Amount of invoice*.. F. Summary of Work done during the billing period. G. Invoice number and date. 12. Schedule of Work. The .CITY shall have the sole right to'! .determine which Project shall be^assigned to_ the PRINCIPAL. The schedule of Work and time for performance will be .mutually agreed upon by the CITY and the PRINCIPAL. 13.:Extra Work Expenses. If the PRINCIPAL has incurred extra Work -or expense -due to changes ordered. by CITY after any portion of the Work is approved by the CITY, then the payment for such extra Work- shall be the subject of a Change Order, and shall be approved,. in writing, by the CITY if, in the CITY's reasonable .opinion, such Change Order -is warranted. If the PRINCIPAL caused extra Work or expense without previous approval by the CITY, such extra Work shall be the subject of an additional Work order and the cost of the extra Work shall be sole responsibility of the PRINCIPAL. CoM:ArchServZyscovichlnc 22 SEOPW/C . 0 109 14. Reimbursable Expenses: Reimbursable expenses are to be paid in addition to compensation for Basic Scope Services and include expenses incurred by the PRINCIPAL, its employees and other consultants in the interest of each Project, as identified as follows and if authorized in writing, by the CITY's Project Manager and proper documentation is provided to the CITY's Project Manager. A. Providing the services of special specialists, such as traffic, soils, environmental, 'etc., in- Addition to. those that are required 'to provide the basic scope of services. Unless.otherwise agreed, the extra expense of specialists, when authorized, shall be the amount paid to the specialist. The compensation for these services shall be done as reimbursable expenses. This -Section does not apply to Professional Services of those .individuals and specialists employed by the PRINCIPAL.- B. Expenses of surveys of existing sites and buildings if paid by the PRINCIPAL. C. Fees paid by the PRINCIPAL for securing approval of authorities having jurisdiction over the projects. D—Costs of testing, strength of materials, soils, chemical, mechanical or other tests, connected with construction projects, if paid by the PRINCIPAL. E. Traveling outside of Miami -Dade County when authorized in advance by the CITY's Project Manager. Transportation and living expenses of PRINCIPALS or employees shall be paid not to exceed limitations established by law. CoM:ArchServZyscovich1nc 23 SEOPWICRA 02. - 109 F. If required by the CITY's Project Manager, providing site personnel, threshold inspector, etc. G. Changes in the Project initiated by the CITY or Contractor. 15.Approval of Calculations Reports and Drawings. The CITY agrees within thirty (30) days after delivery, it will, approve, reject, or return with indicated suggested revisions or recommendations, all field notes, drawings, calculations, reports or other written communications submitted by the PRINCIPAL to the CITY .for approval..'/ Such approval, revisions or recommendations by the CITY shall not relieve the PRINCIPAL of its responsibility for the Work. Any errors noted in the calculations or drawings submitted by the PRINCIPAL will be corrected = at: no additional cost to the CITY. All certified plans and other final drawings required under .this agreement shall be delivered to the CITY in a reproducible form such as an original ink drawing on high quality Vellum or a reverse 'Mylar 'made. from an original ink drawing. In either case, the reproducible of. registered plans shall be affixed with the architects or engineer's embossed seal and signature. 16.Sub-consultants. A. Selection of the PRINCIPAL by the Competitive Selection Committee was based, in part, on the qualifications and expertise of the Sub -consultants listed in response to the "Request for Proposals" (RFP) if Sub -consultants were listed (the "Approved Sub -consultants"). The PRINCIPAL shall employ Approved Sub -consultants where CoM:ArchServZyscovichInc 24 SEC-PW!CRA 02- 109 their specialties are required to perform the Work for an assigned Project. B. The PRINCIPAL may choose additional Sub -consultants provided it first obtains the prior written approval of the CITY. The PRINCIPAL may not exclude Approved Subconsultants from a Project without the "CITY 's prior written consent. The. reasons for hiring additional Sub - consultants or for the replacement of the Approved Sub - consultants shall be detailed in the PRINCIPAL's written request for CITY's consent. C. The PRINCIPAL shall be responsible for all the Work of its organization,{.employees and its Sub -consultants - Nothing contained in this Agreement shall create any contractual relationship between any of the Sub - consultants Working for. the PRINCIPAL and the CITY. The PRINCIPAL agrees and understands that it is in no way relieved of any responsibility under the terms of this Agreement by virtue. of .any other professional who may associate with it in performing the Work. D.---Sub-consultants that must be used are: Donnell, Duquesne & Albaisa, P.A. H. J. Ross Associates, Inc. Rimley-Horn and Associates, Inc Curtis & Rogers Design Studio, Inc. Schrimer Engineering Corporation 17.Conflict of Interest. A. PRINCIPAL covenants that no person under its employ who presently exercises any functions or responsibilities in connection- with this Agreement has any personal .'/ financial interest, direct or indirect, with the CITY. CoM:ArchServZyscovichInc 25 SEOPWICRA 02 - 09 PRINCIPAL further covenants that, in the performance of this Agreement, no person having such conflicting interests shall be employed. Any such interests on -the part of PRINCIPAL or its employees, must be disclosed in writing to CITY. B. PRINCIPAL is aware of the conflict of. interest laws of the CITY of Miami (CITY of Miami Code Chapter 2, Article V), Miami -Dade County, Florida (Miami -Dade County Code Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. 18.Ownership of Documents. All reports, tracings, drawings, plans, specifications, survey information maps, computer media, and other data :developed by the PRINCIPAL Jfor _the y purpose of this Agreement shall become the property of the CITY without restriction or limitation upon use and shall be made -available by the PRINCIPAL at any time upon request of the CITY. When any Work contemplated under this. Agreement is completed or for any reason terminated prior to completion, all of the above data shall be delivered to the Project Manager. 19.Termination and Suspension of Agreement. A. The CITY retains the right to terminate this Agreement at any time prior to the completion of the Work without penalty to the CITY. In such event, the CITY shall give written notice of termination to the PRINCIPAL and the PRINCIPAL shall be paid for services rendered up to the date of the notice, provided, however, that the SE®PW/ CRA COM:ArchServZyscovichinc 2,6 PRINCIPAL is not in default under the terms of this Agreement and as set forth in Section 30.hereof. B. In the event of termination, all documents, plans, and other documents developed by PRINCIPAL under this Agreement shall become the property of the CITY,. with the same provisions of use as set forth herein. C. It is further understood by and between the parties that any information, contract documents, plans; drawings, or any other matter whatsoever which is given by the CITY to the PRINCIPAL pursuant: to this Agreement shall at' all times remain. the property of the CITY and shall not be used by the PRINC-I.PAL for any other purposes whatsoever without the written consent of the CITY. 20.Award of Agreement. A. The PRINCIPAL warrants that it has not employed or retained any company or person to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, or gifts or any other consideration contingent upon or resulting from the award or making of this Agreement. B. The PRINCIPAL also warrants that to. the best of its knowledge and belief no Commissioner, Mayor or other officer or employee of the CITY is interested directly or indirectly in the profits or emoluments of this Agreement or .the work. 21.Entire Agreement. This Agreement represents the entire and integrated agreement between the CITY and the PRINCIPAL and supersedes all prior negotiations, representations or CoM:ArchServZyscovichinc 27 2 - t09 Agreements, either written or oral This Agreement may be amended only by written instrument executed by CITY and PRINCIPAL. 22. Successors and Assiqns. This Agreement shall be binding upon the parties hereto ..and their respective. heirs, executors, legal representatives, successors and assigns. 23. Right to Audit. The CITY reserves the right to audit records of the PRINCIPAL pertaining to this Agreement anytime during the term hereof, and for a period of three (3) years after final payment is made under this Agreement. 24. Insurance.. PRINCIPAL shall maintain during the terms of a .this Agreement the following insurance: A. Comprehensive General Liability Insurance in amounts not less than $1,000,000.00 Combined Single .Unit for= bodily injury and property damage liability and said insurance shall include contractual liability. coverage. The CITY of Miami shall be named as primary Additional Insured. B. Professional Liability Insurance in a minimum amount of $1,000,000.00 covering all liability arising out of the terms of this Agreement C.-Workers' Compensation Insurance in the statutory amounts. D_ Automobile Liability Insurance covering all owned, non - owned, and hired vehicles used by PRINCIPAL in connection with Work arising out of this Agreement. Coverage shall be written with at least statutory amounts for Bodily Injury and Property Damage. E.-All insurance policies shall be issued by companies authorized to do business under the laws of the State of SEOPW/ CP.A CoM:ArchServZyscovichInc 28 Florida and which are approved according to specifications of the Risk Management Division of the CITY- of Miami. All policies required hereunder shall name the CITY as "Additional Insured". F. The PRINCIPAL shall furnish certificates of insurance to the CITY prior, to the commencement of. any Work, which shall clearly indicate that the PRINCIPAL has obtained insurance in the type, amount and classification as required for strict compliance with this Section -and that no material change or cancellation of the insurance shall. be effective without the thirty (30) days written notice of the CITY, G. Compliance with the foregoing requirements shall not relieve the PRINCIPAL of its liability and obligations under this Section or under any portion of this Agreement. 25.Right of Decisions. A. All services shall be performed by the PRINCIPAL to the satisfaction of the Project Manager who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the Services hereunder, and the character, quality, amount, and value thereof, and the Project Manager's decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding, upon the parties hereto, unless such determination is clearly arbitrary or unreasonable. B. In the event that the PRINCIPAL does not concur in the judgment of the Project Manager as to any decision made CoM:ArchServZyscovichInc 29 by him, the . PRINCIPAL shall present his written objections to the CITY Manager. 26. Non -Discrimination. The PRINCIPAL shall not .discriminate against any employee or applicant for employment because of race, color, religion, sex, age, national origin, handicap or marital status. The PRINCIPAL shall take affirmative action to ensure that applicants are employed, without regard to their race, color., religion, sex, age, national origin, handicap or marital status. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or { recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The PRINCIPAL, agrees to post in conspicuous places., available to employees and applicants for employment, notices .to be provided by the Personnel Officer setting forth the provisions of this Equal Opportunity .Clause. 27. Construction of Agreement. The parties hereto agree that this Agreement shall be construed and enforced according to the laws, statutes and case law of the State of Flor_ida._ 28. Independent Contractor. The PRINCIPAL and its employees and agents, shall be deemed to be Independent Contractors and not agents or employees of the CITY; and shall not attain any rights or benefits under the Civil Service -or Pension ordinance of the CITY, or any right generally afforded classified or unclassified employees; further.they shall not be deemed -entitled to. Florida Workers, Compensation benefits as employees of the CITY. CoM:ArchServZyscovichInc '3 0 SEOPW/CR.A 1 .29. Non-Delecxability. It is understood and agreed that the 'obligations undertaken by the PRINCIPAL pursuant to this Agreement shall not be delegated or assigned to any other person or firm without the CITY's prior written consent, which may be withheld at CITY's sole.di.scretion. 30. Default Provision. In the event that PRINCIPAL shall .fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then the CITY, in addition to all other remedies available by law, at its sole option, upon written .notice to PRINCIPAL may cancel and terminate .this Agreement, and, all payments, advances. or other compensation paid to PRINCIPAL by CITY while PRINCIPAL was in default of the provisions herein contained, shall, be forthwith -returned to CITY. 31. Contingency Clause. Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or change in .regulations. 32. Minority Procurement Compliance. The PRINCIPAL acknowledges that it.has been furnished a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the CITY of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 33. Indemnification. The PRINCIPAL covenants and agrees that it will indemnify andhold harmless the CITY, its officers, SCRA CoM:ArchServZyscovichInc 31 agents and employees fromany and all claims, losses, damages, costs, charges or expenses arising out of or in connection with the negligent acts, actions, or omissions of the PRINCIPAL or any of its officers, agents, employees, whether direct or indirect, provided, however, that PRINCIPAL shall not be liable under this -Section for damages or injury arising out .of or directly caused by or resulting from the sole negligence of the CITY or any of its agents,officers or employees. The indemnity provided herein is not limited by reason of any particular insurance coverage in this Agreement 34. Notice. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by. personal service., or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time.. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI: City Manager 444 S.W. 2 nd Avenue Miami, Florida 33130 Public Works Department Attn: John H. Jackson 444 S.W. 2Aa Avenue Miami, FL 33130 (305) 416-1223 City Attorney 444 S.W. 2nd Avenue Suite 945 Miami, Florida_ 33130 CoM:ArchServZyscovichInc PRINCIPAL: Zyscovich, Inc. Attn: Bernard Zyscovich 100 N.Biscayne Blvd. 27h floor Miami, FL 33132 (305) 372-5222 S-E;Opw f CRA 32 3.5.Amendments. No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. 36.Miscellaneous Provisions. A. Title and paragraph headings are for convenient reference and are not a part of this Agreement. B. In the event of "Conflict between the terms of this Agreement and any terms or -conditions contained in any attached documents, the terms in this Agreement shall rule. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under thLs laws of the State of Florida or the CITY of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified* to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. COM:ArchSez-vZyscovich1nc 33 SEOPW/CRA 02- 100 IN WITNESS WHEREOF, the parties hereto have, through their proper corporate officials, executed this Agreement, the day and year first above set forth. f Zyscovich, Inc. . a Florida Corporation ATTEST: By: Corporate Secretary J ATTEST: Bernard Zyscovich Principal -in Charge CITY OF MIAMI, a municipal Corporation of the State of Florida PRISCILLA A. THOMPS.ON City Clerk APPROVED AS TO CONTENT: JOHN H. JACKSON, Director Department of Public Works APPROVED AS TO FORM AND CORRECTNESS:. ALEJANDRO VILARELLO CITY Attorney SZJ/egq CARLOS A. GIMENEZ City Manager APPROVED AS TO INSURANCE REQUIREMENTS: R. SUE.WELLER, Acting Director Risk Management COM:ArchServZyscovich2na 34 SFopw/CRi a2_ �p9 109 June 13, 2002 City armismi G� Community Red-eftmcnt Agcocy REQUEST FOR SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27`s Floor Miami, Fl. 33132 DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator REQUEST Town Planning and Architectural Services -Design of the Food Franchise Opportunity in Overtown. WORK ORDER # PZ-12 WORK ORDER The abovementioned firm is requested to submit afee proposal for architectural services as it relates to the conceptual design of the approved National Brand Food Franchise project. SCOPE OF WORK_ - The firm will be required to provide deliverables including but not limited to: 1) Plans and Specifications 2) Critical Path Method (CPM) 3) Permitting and Conceptual Drawings All work must be submitted electronically to CARSCOTT(a,CI.M AMI.FL.US or on Compact Disk, along with a hard copy submitted via mail. Any and all project status update must be submitted in Microsoft Projects format. Estimated Cost(s) $100,000 Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Uesar galas, uxA t_:onsuitmg .t:ngineer Chelsa Arscott-Douglas, Policy & Program Dev. Administrator Annette Lewis, Acting Executive Director Date Date Date SEOI'W/CRA 02- 1 June 13, 2002 (IHyorMiami Community RJ�ency REQUEST FOR SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27"' Floor Miami, Fl. 33132 DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator REQUEST Town Planning and Architectural Services -Renovation of the Ward Rooming House WORK ORDER # PZ-13 { WORK ORDER The abovementioned firm is requested to submit a fee proposal for architectural services as it relates to the renovation and conversion of the historic Ward Rooming House into an artist incubator and working gallery. Joe SCOPE OF WORK The firm will be required to provide deliverables including but not limited to: 1) Plans and Specifications 2) Critical Path Method.(CPM) 3) Permitting and Conceptual Drawings All work must be submitted electronically to CARSCOTT JC1.M1AMI.FL.US or on Compact Disk, along with a hard copy submitted via mail. Any and all project status update must be submitted in Microsoft Projects format. Estimated Cost(s) $150,000 Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Cesar Calas, CRA Consulting Engineer Date Chelsa Arscott-Douglas, Date Policy & Program Dev. Administrator Annette Lewis, Acting Executive Director Date SEo-pw/CRA p2 - 109 June 13,2002 City or Miami Community Red&mc pmont Agency REQUEST FOR. SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27"' Floor Miami, Fl. 33132 DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator X REQUEST Town Planningand Architectural Services -Miscellaneous Historic Preservation and Technical Assistance for Historic Designation of Structures within the Redevelopment areas. WORK ORDER # PZ-14 WORK ORDER The abovementioned firm is requested to submit a fee proposal for architectural services as it relates to the Historic Preservation and Designation of Structures and landmarks of significance within the Redevelopment SCOPE OF WORK The firm will be required to provide deliverables including but not limited to: 1) Plans and Specifications 2) Critical Path Method (CPM) 3) Permitting and Conceptual Drawings All work must be submitted electronically to CARSC0TT@CI.NHAMl.FL.US or on Compact Disk, along with a hard copy submitted via mail. Any and all project status update must be submitted in Microsoft Projects format. Estimated Cost(s) $1259000 Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Cesar Calas, CRA Consulting Engineer Date Chelsa Arscott-Douglas, Date Policy & Program Dev. Administrator Annette Lewis, Acting Executive Director Date SEO-pv CPA June 13, 2002 cityorMiami F&w -lam � •' . A" Community Redevelopment Agency REQUEST FOR SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27 b Floor Miami, Fl. 33132 DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator REQUEST Town Planning and Architectural Services -Replication of Historic Properties and structures within the Redevelopment areas. WORK ORDER # ., PZ-15 WORK ORDER The abovementioned firm is requested to submit a fee proposal for architectural services as it relates to the replication of historic properties and structures within the Redevelopment SCOPE OF WORK The firm will be required to provide deliverables including but not limited to: 1. Plans and Specifications 2. Critical Path Method (CPM) 3. Permitting and Conceptual Drawings All work must be submitted electronically to CARSCOff@CI.N ANfl.FL.US or on Compact Disk, along with a hard copy submitted via mail. Any and all project. status update. must be submitted in Microsoft Projects format.. - - Estimated Cost(s) $150,000 - Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Cesar Calas, CRA Consulting Engineer Date Chelsa Arscott-Douglas, Date Policy & Program Dev. Administrator Annette Lewis, Acting Executive Director Date INN June 13,2002 City of M�ii Community 'I. q, Agency REQUEST FOR SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27b Floor Miami, Fl. 33132 DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator REQUEST Town Planning and Architectural Services-Flon'da East Coast (FEC) Railroad and historic structures project WORK ORDER # PZ-16 WORK ORDER The abovementioned firm is requested to submit. a fee proposal for architectural services as it relates to the FEC corridor and the preservation of historic structures along the railroad. SCOPE OF WORK The firm will be required to provide deliverables..including but not limited to: 1) Plans and Specifications 2) Critical Path Method (CPM) 3) Permitting and Conceptual Drawings All work must be submitted electronically to CARSCOZrnCIRUAN111L.US or on Compact Disk, along with a hard.copy submitted via mail. Any and all project status update.must be submitted in Microsoft Projects format. Estimated Cost(s) $40,000 Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Cesar Calas, CRA Consulting Engineer Date Chelsa Arscott-Douglas, Date Policy & Program Dev! Administrator Annette Lewis, Acting Executive Director Date 02- jog June 13, 2002 CityorMiami Community Raleve ment Agency REQUEST FOR SERVICES TO: Bernard Zyscovich Zyscovich, Inc. 100 N. Biscayne Blvd. 27"' Floor Miami, Fl. 33132' DATE: June 6, 2002 FROM: Chelsa M. Arscott-Douglas, Policy and Program Development Administrator REQUEST Town Planning and Architectural Services -General Miscellaneous Services WORK ORDER # PZ-17 WORK ORDER The abovementioned firm is requested to submit a fee proposal for general architectural services. SCOPE OF WORK The firm will be required to provide deliverables including but not limited to: 1) Plans and Specifications 2) Critical Path Method (CPM) . 3) Permitting and Conceptual Drawings All work must be submitted electronically to CARSCOTT(a)CI.MIAMI.FL.US or on Compact Disk, along with a hard copy submitted via mail. Any and all project status update must be submitted in Microsoft Projects format. Estimated Cost(s) $357000 Total Cost (s) Not to exceed the above described fees, unless otherwise agreed upon by the CRA. Approvals: Cesar Calas, CRA Consulting Engineer Date Chelsa Arscott-Douglas, Date Policy & Program Dev. Administrator Annette Lewis, Acting Executive -Director Date SEOPW / C log.. June 13, 2002 N N SEOPWATEM 4 RESOLUTION NO. SEOPW/CRA R- 0 2 - 100 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE SOUTHEAST OVERTOWN/PARKWEST (SEOPW) COMMUNITY REDEVELOPMENT AGENCY (CRA) AUTHORIZING THE CRA TO PIGGY BACK OFF THE CITY OF MIAMI'S FY 02-04 CONTRACT WITH ZYSCOVICH FOR ARCHITECTURAL SERVICES AS DETAILED IN EXHIBIT "A", FOR THE FULL CONTRACT AMOUNT OF $600,000 AND AUTHORIZING THE EXECUTIVE DIRECTOR TO ISSUE THE WORK ORDERS AS DETAILED IN EXHIBIT `B"; SUBJECT TO THE AVAILABILITY OF SEOPW TIF FUNDS FROM ACCOUNT NUMBER 689001.550108; FURTHER AUTHORIZING GENERAL COUNSEL TO EXPEDITE THE EXECUTION OF SAID CONTRACTS. NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE SEOPW COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The CRA Board of Directors hereby authorizes the CRA to piggy back off the City of Miami's FY 02-04 contract with Zyscovich for architectural services as detailed in Exhibit "A", for the full contract amount of $600,000 and authorizing the Executive Director to issue the work orders as detailed in Exhibit `B", subject to the availability of SEOPW TIF funds from account number 689001.550108; further authorizing General Counsel to expedite the execution of said contracts. Section 3. This resolution shall be effective immediately upon its adoption. PASSED AND ADOPTED this 13`h day of June, 2002. Priscilla Thompson Clerk of the Board APPROVED AS TO FORM AND CORRECTNESS: Alejandro Vilarello CRA General Counsel Arthur E. Teele, Jr., Chairman SEOPW I CRA 0 2 r- 109