Loading...
HomeMy WebLinkAboutR-01-0677J-01-54'7 '1/3/07. RESOLUTION NO. 01— 6.7_7 A RESOLUTTON OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT (S) , AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE FORM ATTACHED, WITH TOM GRABOSKI ASSOCIATES, INC. FOR THE DESIGN :)F PATHFINDER SIGNAGE SYSTEM TO 'DIRECT VISITORS TO DESTINATTO.\S ON WATSON ISLAND .OR THE DEPARTMENT OF REAL E,STATF AND HCONOMIC DEVELUPMENT, IN AN AMOUNT NOT TO EXCEED $35,000; ALLOCATING FUNDS FROM REAL ESTATE AND ECONOMIC DEVFI,OPMEN'I OPERATING BUDGE':, ACCOUNT CODE NO. 001000.500101.6.470, IN THE AMOUNT OF $35,000 FOR PROFESSIONAL FEES AND $3,500 AS THE MAXIMUM ALLOWANCE FOR DIRECT REIMBURSABLE EXPENSES, FOR A 'TOTAL COST OF $38,500. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized'-' to execute a professional services agreement, in substantially the form attached, with Tom Graboski Associates, Inc. for the design of pathfinder signage system to direct visitors to destinations on Watson Island for rhe Department of Real Estate and Economic The herein authorization is further subject to compliance with all requirewents that may be imposed by the City Attorney, including but noL i1.mited to those prescribed by applicable provisions of the City Charter and Code. A (i T A U O7.'! $ rUCONTAINED _1111CM1 or JUL 10 2001 01677 Development, in an amount not to exceed $35,000; allocating funds from Real Estate and Economic Development Operating Budget, Account Code No. 001000.500101.6.270, in the amount of $35,000 for professional fees and $3,500 as the maximum allowance for direct reimbursable expenses, for a total cost of $38,500. Section 2. '7his Resolution shall become effective immediately upon its adoption and signature of. the Mayor2l. PASSED AND ADOPTED this 10th day of July , 2001. JOE CAROL,LO, MAYOR M AOOOfaetm wfth MWrrl Coda Sao. 2.38, WM the did nd bdkete eppmW of this 1e8blaWn by ftnkip 8 In the destp W$d prodded, aid fe&lktha t F-. . becomes effeefte wkh the (10) tfre Commies ATTEST: t nj) som wft4 the _ .---- --- --- J. F WALTER -5—.—`0EMAN CI'T'Y CLERK APPR "D TO RM AND CORRECTNESS: N VILARELLO� Y ATTORNEY W543:: db: LB ? Tf the Mayor does not sign this Resolution, it shall become effective at .:he end of ten cale:Ldar days from the date it was passed and adopted. if the Mayor vetoes :.his Resolution, it shall become effective irtuuediar.ely upon .he ovorrido of the vuto by r.re City C;OMMISBiOn. Page 2 of 2 01- 677 Draft 616/01 PROFESSIONAL SERVICES AGREEMENT This Agreement entered into this day of 2001, by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as "CITY", and Tom Graboski Associates, Inc. hereinafter referred to as "PROVIDER". RECITAL: WHEREAS, multiple and significant projects are underway and/or proposed to be developed on Watson Island including Parrot Jungle and Gardens of Watson Island, lehimura Miami -Japan Garden, The Miami Children's Museum, the Aviation and Visitors Center, and the Mega Yacht and Mixed -Use Development Project; and WHEREAS, existing facilities located on the Island include the Miami Yacht Club, the Miami Outboard Club, and the Watson Island public boat ramp; and WHEREAS, the CITY seeks to procure the services of a professional graphic design firm to design a signage system that will create an identity for Watson Island to safely and easily navigate travel to any and all of the existing and proposed destinations on the Island; and WHEREAS, In accordance with City Code Section 18-80 entitled "Competitive Negotiation", the PROVIDER was selected to provide graphic design services for said project; and WHEREAS, the PROVIDER has the necessary professional qualifications required to design a pathfinder signage system throughout Watson Island; and WIIEREAS, the PROVIDER has expressed a desire to perform the required professional services for the CI'T'Y; K-01-00317 01-- 6 7 7 Page 1 of* 15 • L Draft 6/6/01 NOW THEREFORE, in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: TERMS: 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 1. TERM: The term of this Agreement shall commence upon execution of same, and shall terminate upon completion of PROVIDER's responsibilities as outlined in Attachment A entitled "Scope of Services" and acceptance of same by CITY, and in no event shall extend beyond September 30, 2003 without specific authorization from the City Manager in the form of an addendum to this agreement. 3. OPTION'TO EXTEND: The CITY shall have one option to extend the term hereof for a period of one (1) year, subject to availability and appropriation of funds. City Commission approval shall not be required as long as the total extended term does not exceed three (3) years. 4. SCOPE OF SERVICES: A. PROVIDER agrees to provide the Services as specifically described, and subject to the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. PROVIDER represents and warrants to the CITY that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the CITY, including payment of permit fees, occupational licenses, etc., nor in the Of- 677 Page 2 uJ' 1 j a7iTag:ar Draft 6/6/01 performance of any obligations to the CITY, (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". S. COMPENSATION: A. The amount of compensation payable by the CITY to PROVIDER for the services shall be Thirty Five Thousand Dollars ($35,000) plus reimbursable expenses consisting of actual, direct expenses incurred by PROVIDER in performing the work in the amount not to exceed Three Thousand Five Hundred Dollars ($3,500). B. Such compensation shall be paid on the following basis upon approval of the contract by both parties: 1. 50% upon completion and presentation of preliminary design sketches. 2. 50% upon completion and delivery of the design drawings which include a description of all materials necessary for a completed sign. C. PROVIDER shall be entitled to reimbursable expenses that are in addition to the stated compensation for the services provided hereunder, and shall consist of actual, direct expenses, incurred by PROVIDER in performing the work. Reimbursable expenses acceptable under this Agreement include: reproduction services, long distance telephone, postage other than mailings to the City, overnight mail, courier/messenger service, and parking. Requests for payment of reimbursable expenses shall be submitted in the form of an itemized invoice and accompanied by corresponding receipts. The allowance for reimbursable expenses is $3,500. D. Payment shall be made within forty-five (45) days after receipt of PROVIDER's invoice, which shall be accompanied by sufficient supporting documentation and contain 01- 677 Page 3 nJ'15 Draft 6/6/01 sufficient detail, to allow a proper audit of expenditures, should CITY require one to be performed. 6. OWNERSHIP OF DOCUMENTS: PROVIDER understands and agrees that any information, document, report or any other material whatsoever which is given by the CITY to PROVIDER or which is otherwise obtained or prepared by PROVIDER pursuant to or under the terms of this Agreement is and shall at all times remain the property of the CITY. PROVIDER agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of CITY, which may be withheld or conditioned by the CITY in its sole discretion. Computer models developed by the PROVIDER and used in the analysis of information provided by the CITY shall not be considered the property of the CITY. 7. AUDIT AND INSPECTION RIGHTS: A. The CITY may, at reasonable times, and for a period of tip to three (3) years following the date of final payment by the CITY to PROVIDER under this Agreement, audit, or cause to be audited, those books and records of PROVIDER which are related to PROVIDER's performance under this Agreement. PROVIDER agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. B. The CITY may, at reasonable times during the term hereof, inspect PROVIDER's facilities and perform such tests, as the CITY deems reasonably necessary, to determine whether the services required to be provided by PROVIDER under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. PROVIDER shall make available to ttte CITY all reasonable facilities and assistance to facilitate the pert'ormance of tests or inspections by CITY representatives. All tests and inspections shall be subiect to, and made in 01- 677 Page 4 u/' 1 S Draft 6/6/01 accordance with, the provisions of Section 18-95 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF ACREEN[Et[T: PROVIDER represents and warrants to the CITY that it has not employed or retained any person or company employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: PROVIDER understands that the public shall have access, at all reasonable times, to all documents and information pertaining to CITY contracts, subject to the provisions of Chapter It 9, Florida Statutes, and agrees to allow access by the CITY and the public to all documents subject to disclosure under applicable law. PROVIDER's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the CITY. 10. COMPLIANCE WITH /FEDERAL, STATE AND LOCAL LAWS: PROVIDER understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record keeping, etc. CITY and PROVIDER agree to comply with and observe all applicable laws, codes and ordinances, as they may be amended from time to time. I. INDEMNIFICATION: PROVIDER shall indemnify, defend and hold harmless the CITY and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, 01- 677 Page 5 of 1-5 Draft 6/6/0 1 resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part , by any act, omission, default or negligence (whether active or passive) of PROVIDER or its employees, agents or subcontractors (collectively referred to as "PROVIDER"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the PROVIDER to comply with any of the paragraphs herein or the failure of the PROVIDER to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. PROVIDER expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of PROVIDER, or any of its subcontractors, as provided above, for which the PROVIDF.R's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar lass. 12. DEFAULT: If PROVIDER fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then PROVIDER shall be in default. Upon the occurrence of' it default hereunder the CITY, in addition to all remedies available to it by law, may immediately, upon written notice to PROVIDER, terminate this Agreement whereupon all payments, advances, or other compensation paid by the C'I"TY to PROVIDk:R while PROVIDER was in default shall be immediately returned to the CITY. PROVIDER understands and agrees that termination of this Agreement under this section shall not release PROVIDER from any obligation accruing prior to the effective date of termination. Should PROVIDER be unable or unwilling to commence to perform the Services within the time 01- 677 JJagc 6 qJ I 5 Drq 1616/01 provided or contemplated herein, then, in addition to the foregoing, PROVIDER shall be liable to the CITY for all expenses incurred by the CITY in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the CITY in the re -procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: PROVIDER understands and agrees that all disputes between PROVIDER and the curt based upon an alleged violation of the terms of this Agreement by the CITY shall be submitted to the City Manager for his/her resolution, prior to PROVIDER being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $4,500, the City Manager's decision shall be approved or disapproved by the City Commission. PROVIDER shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $4,500; or Iii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (ninety (90) days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The CITY shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to PROVIDER at least five (5) business days prior to the effective date of such termination. In such event, the CITY shall pay to PROVIDER compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the CITY be liable to PROVIDER for any additional compensation, other than that provided herein, or for any consequential or incidental damages. 01- 6 7'7 Page 7 of 15 • • Draft 6/6/0 B. The CITY shall have the right to terminate this Agreement, without notice to PROVIDER, upon the occurrence of an event of default hereunder. In such event, the CITY shall not be obligated to pay any amounts to PROVIDER and PROVIDER shall reimburse to the CITY all amounts received while PROVIDER was in default under this Agreement. 15. INSURANCE: PROVIDER shall, at all times during the term hereof, maintain such insurance coverage as may be required by the CITY. All such insurance, including renewals, shall be subject to the approval of the CITY for adequacy of protection and evidence of such coverage shall be furnished to the CITY on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services tinder this contract without thirty (30) calendar days prior written notice to the CITY. Completed Certificates of Insurance shall be filed with the CITY prior to the performance of services hereunder, provided, however, that PROVIDER shall at any time upon request file duplicate copies of the policies of such insurance with the CITY. If, in the judgment of the CITY, prevailing conditions warrant the provision by PROVIDER of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by I'ROVIDF3R of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the PROVIDER fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the CITY's written notice. this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: PROVIDER represents and warrants to the CITY that PROVIDER does not and will not engage in discriminatory practices and that there shall be no ©1- 677 Page 8 of 15 Draft 6/6/01 discrimination in connection with PROVIDER's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. PROVIDER further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The CITY has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of CITY procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, PROVIDER. PROVIDER understands and agrees that the CITY shall have the right to terminate and cancel this Agreement, without notice or penalty to the CITY, and to eliminate PROVIDER from consideration and participation in future CITY contracts if PROVIDER, in the preparation and/or submission of the Proposal, submitted false or misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. 18. ASSIGNMENT: This Agreement shall not be assigned by PROVIDER, in whole or in part, without the prior written consent of the CTTY's, which may be withheld or conditioned, in the CITY's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed 01- 677 Page J v1 15 ��ilRH�L Draft 616101 given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Tom Graboski Tom Graboski Associates, Inc. 4649 Ponce do Leon, Suite 401 Miami, FL 33146 305/669-2550 20. MISCELLANEOUS PROVISIONS, TO CITY: Arleen Weintraub, Acting Director Real Estate and Economic Development Dept. 444 S W tad Avenue, 3rd Floor Miami, FL 33130 305/416-1435 A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. 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, illegul or otherwise unenforceable under the 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, then same shall be deemed severable, and in either event, the remuininb terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 01- 677 Page 10 of 15 D0059VI- • Dray 6/6/01 E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 22. INDEPENDENT CONTRACTOR: PROVIDER has been procured and is being engaged to provide services to the CITY as an independent contractor, and not as an agent or employee of the CITY. Accordingly, PROVIDER shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the CITY, nor any rights generally afforded classified or unclassified employees. PROVIDER further understands that Florida Workers' Compensation benefits available to employees of the CITY are not available to PROVIDE It, and agrees to provide workers' compensation insurance for any employee or agent of PROVIDER rendering services to the CITY under this Agreement. 23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 24. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. ©1- 677 Page 1 I of 15 • LI Draft 616101 25. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 26. APPROVAL BY THE OVERSIGHT BOARD: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the CITY until such time as they have been approved by the Oversight Board. Attestation of this Agreement by the City Clerk shall constitute evidence of its approval by the Oversight Board. ©1- 677 Page 12 of 15 • • Drgft 616101 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST; corporation By: Walter J. Foeman, City Cleric Carlos A. Gimenez, City Manager ATTEST: Print Name: Title: Corporate Secretary APPROVED AS TO FORM AND CORRECTNESS: Alejandro Vilarello City Attorney "Provider" Tom Graboski Associates, Inc. a Florida corporation By: Tom Graboski Principal APPROVED AS TO INSURANCE REQUIREMENTS: Mario Soldevilla, Director Risk Management 01- 677 Page 13 of is • Draft 616/01 ATTACHMENT A SCOPE OF SERVICES PROVIDER'S services under this agreement shall include: A. The PROVIDER shall be under the supervision of Arleen Weintraub, Acting Director for the Department of Real Estate and Economic Development B. The PROVIDER shall plan and design a hierarchical signage system that will create an identity for the Island and be creative, user friendly, easily identifiable and efficient. C. The PROVIDER shall prepare a minimum of three (3) concepts for review. D. The PROVIDER shall prepare the approved signage design drawings drawn to scale with description of all materials with sizes of signs, color schemes, letters, logos, icons, and paint and/or stain to be used as may be appropriate for easy identification of each destination identified. E. The PROVIDER shall identify signage locations throughout the island. F. The PROVIDER shall determine State and local signage code requirements, as may be applicable. G. The PROVIDER shall provide its own office and work space. H. The PROVIDER shall attend meetings with CITY and Island representatives as required. I. The CITY agrees to provide the following: 1. All plans, written material, and public documents describing projects on the Island, this project and its public purpose objectives. 2. All available base maps, surveys, aerial photographs and lobos. 01- 677 Page 14 of 15 'BDIM11 - E * s � 4.0 'C ^ .dd` 'Al OO Al. MKT Dry 616101 A t ¢ _ time. w re imdofthe doWz=W mem r t 3a r�viwvs fi�y f �� f +� 't�,-. i }� +`�"E•59' �` '� '�X4Y r'^ �1?� �� ��.i Y�c`t � f i JR j i 4 t� t{' i'�1M �'�'� iKy .'y;fy��.t Z7. 4ts i.n } •t� } � ��� {l' �,N"�� y {T H 'V �! � �' 3+'! � ,y' ^�'dM } tk� 3 k:� t� !♦ ,P �� N'f? R'� 74a�� ! 4 {{ 'jl',h * W 5"�"�ikg"4ikS rG� ({+*-'{� `��Y? 4 �M1. • ti 1 �. .. 1:,;'^ri�yD„.�; ee4��'S�.T_w.icd&� - •iL. zx x E * s � 4.0 'C ^ .dd` 'Al OO Al. MKT n2�!�t�,��Lr r �; T � �taf'. fi�y f �� f +� 't�,-. i }� +`�"E•59' �` '� '�X4Y r'^ �1?� �� ��.i Y�c`t � f i JR j 4 � 1 t{' �incg psf �'�'•`ii'x iKy .'y;fy��.t Z7. 4ts i.n } �Aisk, r 170 WIT e �� � � '� S rr�'xd •c �;,. k:� t� ti 1 d � ' I I Y • • CITY OF MIAMI, FLORIDA -16 INTER -OFFICE MEMORANDUM To The Honorable Mayor and Members of the City Commission DATE JUN 2 C - nye SUBJECT Resolution to Authorize Agreement with Graphic Design Firm REFERENCES, For Commission Meeting of :NCGLOSURLS July 10, 2001 Resolution, Agreement RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the City Manager to execute the attached agreement with the firm of Tom Graboski and Associates. Inc. in an amount not to exceed $38,500, consisting of $35,000 in graphic design fees and $3,500 as the maximum allowance tur direct reimbursable expenses. to design a pathfinder signage system to serve visitors to the various destinations presently on Watson Island and those proposed to be built in the neat several years on the Island. Funds for this purpose are available from the departmental budget of Real Estate and Economic Development, Account Number 500101-270. BACKGROUND The Department of Real Estate and Economic Development has prepared the attached legislation and agreement pertaining to the design of a unified signage system for the various destinations on Watson Island. Watson Island is on its way to becoming an entertainment and travel destination serving treater Miami's residents and visitors to the South Florida area. The Island is already home to a number of destinations and over the next few years will house additional attractions. As the number of visitors to Watson Island continues to increase, it is essential that an island -wide pathfinder type signage program be implemented to easily guide visitors to the City's attractions on both sides of the island. In accordance with City Code Section 18-80 qualifications were sought from among graphic design firms seeking professional, creative expertise to design an island wide signage system that will create an identity for Watson Island and further enable a visitor to Watson Island to safely and easily navigate travel to any and all of the attractions on the Island once exiting from the MacArthur Causeway. Three firms were interviewed on May 30`x' and June 0, 2001. The firm of Tom Graboski Associates, Inc. is recommended to provide graphic design services for this project. Tom Graboski Associates, Inc., a non -minority owned firm located in Coral Gables, Florida, has been in business for 21 years. Mr Graboski has nearly 30 years as a design professional and has designed major sign systems throughout the world. CAG/DB/ARW/AC ,A_&D AL �i�i��10 01- 677 Ci ITY OF %'!.dill! FLCP'CA INTER -OFFICE MEMORANDUM Linda Haskins, Director Budget Management Department Arleen Weintraub, Acting Director Real Estate and Economic Development June 6, 2001 - Funding for Professional Graphic Design Services Cover Memo, Resolution, Agreement In preparation for the City Commission's approval of the attached legislative item on the July 10 Agenda, we ask that you verify that funds are available from the Department of Real Estate & Economic Development budget as follows: Account Code: 500101-270 Account Name: Professional Services - Other Amount: $38,500 Purpose: Professional services of a Graphics Design Firm to design a pathfinder signage system to serve visitors to the various destinations on Watson Island. Your signature below will verify that the specified funds are available. r Verified: Linda Haskins, •- Budget Management ARWI� Ili1iliSlIM- Ion /?` ria i� J v. ,,•t � 7.'c � l An M061: a 'a' Sav r availlsble In seemed modw. V - rifled by: 813 RE 01- 677