HomeMy WebLinkAboutR-92-04114V
J-92-438
6/3/92 ,t
RESOLUTION NO. 9 2 - 411
A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, WITH BURLS
MARX & CIA. LTDA. FOR THE PURPOSE OF
MODIFYING, COORDINATING, AND EXTENDING THE
ORIGINAL BISCAYNE BOULEVARD NEW WORLD DESIGN
WITH THE CONSTRUCTION PLANS BEING PREPARED BY
THE CITY UNDER AN AGREEMENT WITH THE STATE OF
FLORIDA DEPARTMENT TRANSPORTATION FOR THE
BISCAYNE BOULEVARD PRELIMINARY ENGINEERING
HIGHWAY DEMONSTRATION PROJECT AND ALLOCATING
FUNDS THEREFOR FROM CAPITAL IMPROVEMENT
PROJECT NO. 341172 IN AN AMOUNT NOT TO EXCEED
$135,000.
WHEREAS, the Commission of the City of Miami, by Resolution
No. 88-628, adopted July 14, 1988, approved, in principle, the
Master Design Plan for BISCAYNE BOULEVARD, referred to as the
BISCAYNE BOULEVARD NEW WORLD DESIGN, prepared by Roberto
Burle-Marx, under contract to the New World Center Foundation,
hereinafter referred to as the "BISCAYNE BOULEVARD NEW WORLD
DESIGN", as a development standard for improvements to BISCAYNE
BOULEVARD public right-of-way and adjacent sidewalk areas from
the Miami River to Northeast 18th Street; and
WHEREAS, the Fiscal Year 1991 United States Department of
Transportation Appropriations Act (P.L. 101-519) provided $1.7
million in funding to be used on the State of Florida's Biscayne
Boulevard Preliminary Engineering Demonstration Project in Miami,
Florida hereinafter referred to as the "Project"; and
ATTACHMEW ;WI
CITY COMMISSION
MEETING OF
i U N i i 1992
Resolution Ito.
92- 411
40 40,
WHEREAS, the City by Resolution No. 91--534, adopted
July 11, 1991, authorized the City Manager to execute a
Memorandum of Agreement with the State of Florida Department of
Transportation for the City to prepare the construction documents
for the $1.7 million funding designated for the "PROJECT"; and
WHEREAS, the Agreement with the State of Florida authorizes
the City to retain the services of Burle Marx & Cia. Ltda. for
the purposes of modifying and coordinating the original Master
Design Plan with the City's construction plans as necessary to
complete the construction documents for the PROJECT, and to
provide new designs for the Boulevard at Bayfront Park and from
Northeast 19th to Northeast 24th Streets for future construction;
and
WHEREAS, representatives of the City Manager and Burle Marx
& Cia. Ltda. have negotiated a Professional Services Agreement to
provide the required services and new designs for the Project for
a maximum fee in the amount of $135,000;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The City Manager is hereby authorized to
execute a Professional Services Agreement, in substantially the
- 2 - 92- 411
attached form, with Burle Marx & Cia. I,tda. to provide new
designs and design services as necessary for the City to prepare
the construction plans for the Biscayne Boulevard Preliminary
Engineering Demonstration Project, with funds therefor hereby
allocated from Capital Improvement Project No. 341172, in an
amount not to exceed $135,000.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this llth day of ,dilne_i�_. 1992.
XAVIER L\ SUAREZ, MA
ATTE
MATT HIRAI
CITY CLERK
SUBMITTED BY: CAPITAL BUDGET REVIEW:
bi . g.
L,--- I - vs�7 - --
WALDEMAR E . LEE -EDIJARqO RODRtgUE4
ACTING DIRECTOR OF PUBLIC WORKS CAPITAL, IMPROVEMENT ADMINISTRATOR
PREPARED AND APPROVED BY:
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A% QUINNES, III
CITY ATT EY
CLL:ra:M2990
3 - 92- 411
13
PRQFESSIONAL SERVICES AGREEMENT
This Agreement entered into this day of ,
1992, by and between the City of Miami, a municipal corporation
of the State of Florida, hereinafter referred to as "CITY", and
Roberto Burle Marx & CIA LTDA, Landscape Architects, referred to
as "CONSULTANT".
R E C I T A L:
WHEREAS, the City Commission adopted on July 11, 1991,
Resolution 91-534, authorizing the manager to execute an
agreement with the State of Florida Department of Transportation
for professional services to prepare construction documents for
Florida's Biscayne Boulevard Preliminary Engineering Highway
Demonstration Project in Miami, Florida, hereinafter referred to
j as the "PROJECT"; and
WHEREAS, the original concept design plan for the Biscayne -
i =
Boulevard Highway Demonstration Project was prepared by Roberto =
{
= Burle Marx in 1988 under contract to the New World Center
Foundation; and
WHEREAS, the City of Miami is authorized by the agreement
{
with the State of Florida to retain the services of the
-} CONSULTANT for the purposes of updating and refining the original
concept design plans as necessary to complete the construction
documents for the PROJECT; and
_ WHEREAS, funding for the CONSULTANT services is provided by
the State of Florida as a component of the $1.7 million dollar
- budget for the preparation of PROJECT construction documents;
y KLI mir.4vu fuh FUNf, 4
IMEW. PLEASE IDENTIFY AS
1 5 - q'i / �I
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:
V
The term of this Agreement shall be from the date of its
execution by the City Manager through October 11, 1996.
II. SCOPE OF SERVICES:
CONSULTANT'S services under this agreement shall include:
A) The CONSULTANT shall be under the supervision of the
Director of Public Works for the City of Miami.
B) The CONSULTANT shall undertake and be responsible for
the accomplishment of the following activities:
a). Updating, revising and correcting the existing
preliminary design plan as prepared in 1988 for Biscayne
Boulevard from the Miami River to N.E. 18th Street by:
1. Revising sidewalk, crosswalk, and median mosaic
paver designs, as necessary, to conform with proposed
construction, final engineering alignments & dimensions
and existing conditions for the highway improvement;
2. Revising the planting plan including locations and
types of materials, as necessary, to conform to final
engineering alignments and dimensions for the highway
improvement and to resolve conflicts with underground
utilities and structures;
2 92- 411
U
El
3. Reviewing and revising the list of plant material,
as necessary, to assure attainability and affordability
of plant material currently available from regional
commercial nurserys;
4. Reviewing and revising, as necessary, the original
conceptual lighting plans to conform to above revisions
in paver and planting plan designs;
5. Reviewing and revising, as necessary, the original
conceptual plans for street furniture and seating areas
to conform to above revisions in paver and planting plan
designs.
b) Reviewing materials and furnishings alternatives
identified by the CITY and recommending final selections of:
1. Pavers, including type, size, and colors;
2. Street furniture, including seating (fixed and
movable), waste containers, lighting fixtures and tree
grates.
c) Completing and extending the preliminary concept design
plan for paver mosaics and landscaping to include the
following additional segments of the PROJECT:
1. Biscayne Boulevard's east sidewalk between Chopin
Plaza (SE 2nd St.) and the Torch of Friendship (NE 3rd
St) including the east half of the Flagler Street
crosswalk.
2. The Port Boulevard intersection from NE 5th to 6th
Streets, including the Port Boulevard approach to the
Port Bridge.
3 92— 411
s
rt
3. Sidewalks and adjacent front setback yard areas (10
feet in depth) along both sides of Biscayne Boulevard
from NE 18th Street to NE 24th Street (northern limit of
the Downtown Development Authority taxing district)
including two 60 foot wide crosswalks (locations to be
determined).
4. Provide typical details and specifications for the
Counsutants unique designs.
d) Four (4) site visits by CONSULTANT Principals (limited
to two persons) and/or Project Manager for coordination of
design revisions, field inspections and surveys, and design
presentations. Site visits shall be scheduled with the
prior approval of the City's Director of Public Works.
B) The CITY agrees to supply the following:
a) All plans, written material, and public documents
describing the project and its public purpose objectives.
b) All base maps, surveys, preliminary and final
engineering drawings and aerial photographs.
c) The time, as required, of City Public Works Staff to
assist in project design revisions and conceptualizations.
d) Ozalid and photocopy prints of plans, specifications,
and construction details as necessary for CONSULTANTS work.
C) The CONSULTANT shall provide its own office and primary
work space, except during site visits to Miami when work space
for drafting and drawing revisions will be provided at the Public
Works offices (275 N.W. 2nd Street) or at the Downtown
Development Authority offices (1 Biscayne Boulevard).
4
92- 411
III. MAXIM( COMpENSATI N METH D OF PAYMENT
A. CITY shall pay CONSULTANT as maximum compensation for
all services and materials required pursuant to Article II _
—
hereof, up to One Hundred and Thirty Five Thousand dollars
($135,000).
B. Such compensation shall be paid on the following basis
upon approval of the contract by both parties:
a) Additional Concept Designs -
Segment 1 - Biscayne Boulevard east side and crosswalks
from SE 2nd to NE 4th St. - $12,000
- i�
Segment 2 - Port Boulevard Intersection - $10,000
Segment 3 - Biscayne Boulevard North - 18th
to 24th St - $15.000
$37,000
- b) Design Modifications / Material Specifications -
Billed at Hourly Rates as follows:
Principals (R. Burle Marx / Haruyoshi Ono) $125 / hour
Project Manager (Conrad Hammerman)........ $ 80 / hour
Project Architects ........................ $ 75 / hour
Technical Draftspersons ................... $ 35 / hour
c) Site Visits - (up to Four Total)
r
Billed at Per Diem Rates as follows:
Principals - time at $1000 per working/travel day
Project Manager - time at $640 per working/travel day
Hotel - up to $100 per day per person
Air Fare - Per Scheduled Airline Rate, Business Class
Meals - up to $75 per day per person
d) Reproduction Costs billed at 1.5 x Cost.
5 92- 411
:F
L]
El
C. CONSULTANT shall be paid its fee for Professional
Services required pursuant to Sec. II & III.B hereof as follows:
a) Additional Concept Designs - Upon submission of each
Segment Design, fee payment in full for the respective segment.
b) Design Modification / Specifications / Details - Payment
quarterly upon submission of design plans and accounting of
manhour expenditures.
c) Site Visit - Payment in full upon submission of travel
expenditure receipts.
IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS
Both parties shall comply with all applicable laws,
ordinances and codes of Federal, State and Local Governments.
V. GENERAL CONDITIONS:
A) 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 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.
CQNSULTANT :
BURLE MARX & CIA LTDA
C/O CONRAD HAM14ERMAN
4411 OSAGE AVE,
PHILADELPHIA, PA 19104
(215) 382-1505
6
DEPARTMENT OF PUBLIC WORKS
275 NW 2ND STREET
MIAMI, FLORIDA 33128
(305) 579-3366
92-- 411
8) Title and paragraph headings are for convenient
reference and are not a part of. this Agreement.
C) In the event of conflict between the terms of this
Agreement and any terms or conditions contained in any attached
documents, the terms of this Agreement shall rule.
D) 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
I
unless made in writing.
f E) Should any provisions, paragraphs, sentences, words or
phrases contained in this Agreement be determined by a court of
` competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida or the City
of Miami, such provisions, paragraphs, sentences, words or
phrases 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.
VT. OWNERSHIP OF DOCUMENTS
All documents developed by CONSULTANT under this Agreement
shall be delivered to CITY by said CONSULTANT upon completion of
the services required pursuant to paragraph II hereof and shall
become the property of CITY, without restriction or limitation on
its use, provided however, CITY shall not reuse such documents
for projects, sites or purposes other than the PROJECT, without
' 7 92- 411
E
11
4
providing compensation to CONSULTANT in such amount as the
CONSULTANT and CITY shall mutually agree. CONSULTANT agrees
that all documents maintained and generated pursuant to this
contractual relationship between CITY and CONSULTANT shall be
subject to all provisions of the Public Records Law, Chapter 119,
Florida Statutes.
It is further understood by and between the parties that any
information, writings, maps, contract documents, reports or any
other matter whatsoever which is given by CITY to CONSULTANT
pursuant to this Agreement shall at all times remain the property
of CITY and shall not be used by CONSULTANT for any other purpose
whatsoever without the written consent of CITY.
VII. NONDELEMILITY:
That the obligations undertaken by CONSULTANT pursuant to
this Agreement shall not be delegated or assigned to any other
person or firm unless CITY shall first consent in writing to the
performance or assignment of such service or any part thereof by
another person or firm.
VIII, AUDIT RIGHTS:
CITY reserves the right to audit the records of CONSULTANT
at any time during the performance of this Agreement and for a
period of one year after final payment is made under this
Agreement.
8 92- 411
IX. AWARD OF AGREEMENT:
CONSULTANT warrants that it has not employed or retained any
person employed by CITY to solicit or secure this Agreement and
that it has not offered to pay, paid, or agreed to pay any person
employed by CITY any fee, commission, percentage, brokerage fee,
or gift of any kind contingent upon or resulting from the award
of this Agreement.
X. CONSTRUCTION OF AGREEMENT:
This Agreement shall be construed and enforced according to
the laws of the State of Florida.
XT. SUCCESSORS AND ASSIG :
This Agreement shall be binding upon the parties herein,
their heirs, executors, legal representatives, successors, and
assigns.
XII. INDEMNIFICATION;
In consideration of the sum of Ten and no/100 dollars
($10.00) paid by CITY to CONSULTANT as specific, independent and
separate consideration, CONSULTANT shall indemnify and save CITY,
its officials, employees, agents, and authorized representatives
harmless from any and all claims, liabilities, losses and causes
of action, including reasonable attorney's fees and court costs,
in contract or in tort, in law or in equity, which may arise out
of consultant's negligent performance of this Agreement, as
determined pursuant to a final non -appealable order of a court of
9 92- 411
competent jurisdiction, unless such negligent performance is
caused in whole or in part by an official, employee, agent or
authorized representative of CITY. CITY shall notify CONSULTANT
In writing immediately upon receiving notice of any matters for
which this indemnification provision may be applicable.
XIII. CONFLICT OF INTERESTS
A. CONSULTANT covenants that no person under its employ who
presently exercises any functions or responsibilities in
connection with this Agreement has any personal financial
interests, direct or indirect, with CITY. CONSULTANT further
f
covenants that, in the performance of this Agreement, no person
having such conflicting interest shall be employed. Any such
i; interests on the part of the CONSULTANT its employees, must be
-r
disclosed in writing to the CITY.
= B. CONSULTANT is aware of the conflict of interest laws of
the City of Miami (City of Miami Code Chapter 2, Article V), Dade
,. County, Florida (Dade County Code Section 2-11.1) and the State
of Florida, and agrees that it will fully comply in all respects
with the terms of said laws.
XIV. INDEPENDENT CONTRACTOR:
CONSULTANT and its employees and agents shall be deemed to
be independent contractors, and not agents or employees of CITY,
?' and shall not attain any rights or benefits under the Civil
Service or Pension Ordinances of the CITY, or any rights
generally afforded classified or unclassified employees; further
10 92- 411
3
its employees and agents shall not be deemed entitled to the
Florida Worker's Compensation benefits as an employee of the
CITY.
XV . TERMINATION OF CONTRACT:
CITY retains the right to terminate this Agreement at any
time prior to the completion of the services required pursuant to
Paragraph 3 hereof without penalty to CITY. In that event,
notice of termination of this Agreement shall be in writing to
CONSULTANT who shall be paid for expenses incurred prior to the
date of the receipt of the notice of termination. In no case,
however, will CITY pay CONSULTANT an amount in excess of the
total sum provided by this Agreement.
It is hereby understood by and between CITY and CONSULTANT
that any payments made in accordance with this Section to
CONSULTANT shall be made only if said CONSULTANT is not in
default under the terms of this Agreement. If CONSULTANT is in
default, the CITY shall in no way be obligated and shall not pay
to CONSULTANT any sum whatsoever.
XVI. NONDISCRIMINATQN;
The CONSULTANT agrees that it shall not discriminate as to
race, sex, color, creed, or national origin, in connection with
its performance under this Agreement.
XVII. MINORITY PROCUREMENT COMPLIANCE:
CONSULTANT acknowledges that it has been furnished a copy of
11
92- 411
Ordinance No. 10538 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.
Z' I. 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.
XIX. DEFAULT PROVISIQH:
In the event that CONSULTANT 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
CITY, at its sole option, upon written notice to CONSULTANT may
cancel and terminate this Agreement, and all payments, advances,
or other compensation paid to CONSULTANT by CITY while CONSULTANT
in default of the provisions herein contained, shall be forthwith
returned to CITY.
XX. ENTIRE AGREEMENT:
This instrument and its attachments constitute the sole and
only Agreement of the parties hereto relating to said grant 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
ef
Agreement are of no force or effect.
12
92-- 411
�U-')
XXI. AMENDMENT
No amendments to this Agreement shall be binding on either
party unless in writing and signed by both parties.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed by their respective officials thereunto
duly authorized this day and year first above written.
ATTEST:
MATTY HIRAI
CITY CLERK
ATTEST:
CORPORATE SECRETARY
APPROVED AS TO INSURANCE
REQUIREMENTS:
Insurance Manager
CITY OF MIAMI, a municipal Corporation
of the State of Florida.
By:
CESAR H. ODIO
CITY MANAGER
CONSULTANT:
BURLE MARX & CIA LTDA
ROBERTO BURLE MARX, PRINCIPAL
13
SEAL
APPROVED AS TO FORM AND
CORRECTNESS:
A. Quinn Jones, III
City Attorney
m
XXI. AMENDMENT
No amendments to this Agreement shall be binding on either
party unless in writing and signed by both parties.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed by their respective officials thereunto
-i duly authorized this day and year first above written.
ATTEST:
MATTY HIRAI
CITY CLERK
ATTEST:
CORPORATE SECRETARY
APPROVED AS TO INSURANCE
REQUIREMENTS:
Insurance Manager
CITY OF MIAMI, a municipal Corporation
of the State of Florida.
By:
CESAR H. ODIO
CITY MANAGER
CONSULTANT:
BURLE MARX & CIA LTDA
ROBERTO BURLE MARX, PRINCIPAL
13
SEAL
APPROVED AS TO FORM AND
CORRECTNESS:
A. Quinn Jones, III C,4.6i
City Attorney
WHEREAS, BURLE MARX & CIA LTDA LANDSCAPE AR.HITECTS desires
to enter into a Professional Services Agreement with the City of
Miami; and
-i
-;i
u
_y
-r WHEREAS, the Board of Directors at a duly held corporate
_t
-i meeting has considered the matter in accordance with the By -Laws
of the corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS
that the president and secretary are hereby authorized and
instructed to enter into a contract in the name and on behalf of
this corporation with the City of Miami upon the terms contained
in the proposed contract to which this resolution is attached.
DATED this day of , 1991.
SECRETARY
(SEAL)
CHAIRPERSON OF THE BOARD OF DIRECTORS
92- 411
CITY OF MIAMI. FLOR;DA 23
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members
of the City Commission
FROM
Cesar H. Odio
City Manager
RECOMMENDATION:
DATE{ j F.LE
Resolution Authorizing the City
SUBJECT Manager to Execute an Agreement
with Burle Marx & CIA. LTDA. in
an Amount not to Exceed $135,000
RE9:ERENCEJ o Provide Designs for the City
o Complete the Construction
ENCLOSURE fans for the Biscayne Boulevard
�ew World Project
It is respectfully recommended that the City Commission adopt the
attached resolution authorizing the City Manager to execute an
agreement (in substantially the form attached) with Burle Marx &
CIA. LTDA. to provide new designs and design services as necessary
for the City to prepare construction plans for the Biscayne
Boulevard Preliminary Engineering Demonstration Project.
BACKGROUND:
To promote downtown economic revitalization, the world renown
landscape architect, Roberto Burle-Marx, was commissioned to create
a distinctive new design for Biscayne Boulevard. On July 14,
1988, by Resolution No. 88-628, the master plan and conceptual
designs were approved in principle by the City Commission. The
project is known as the Biscayne Boulevard New World Design. The
proposed design includes construction of new mosaic paver sidewalks
and medians with extensive tropical landscaping extending from the
Miami River to N.E. 18th Street. From the Port of Miami Bridge
(N.E. 5th St.) to the I-395 Expressway (N.E. 12th Street), the
boulevard will be widened to provide medians and improved access to
U.S. Highway I-395. This stretch of Biscayne Boulevard is of
particular importance because it fronts on the Southeast Overtown
Park West Redevelopment and the proposed redevelopments at
Bicentennial Park and the F.E.C. Tract.
Funding to prepare construction plans has been provided under the
fiscal year 1991, U.S. Department of Transportation Appropriations
Act (F.Y. 1991). The funds are to be used for the State of
Florida's "Biscayne Boulevard Preliminary Engineering Demonstration
Project" in Miami, Florida. On July 11, 1991, by Resolution No. 91-
534, the City Commission authorized the City Manager to execute an
agreement with the State of Florida Department of Transportation
which provides $1.7 million for the preparation of the construction
plans. Under this agreement, the City is authorized to engage with
Burle-Marx & CIA. LTDA. to modify his original conceptual designs
and coordinate these designs with the City's construction plans. In
addition, Burle Marx is to provide new designs for Biscayne
Boulevard from N.E. 19th Street to N.E. 24th (the north boundary of
the DDA district) and for Bayfront Park including the Port B�Quleva d
access to the new bridge. 9�- 411
Page 1 of 2
Honorable Mayor and Members
of the City Commission
This intersection has changed substantially since the conceptual
designs were approved in 1988 and must be redesigned.
The City is also actively seeking federal construction funds for
this proposes widening of Biscayne from the Port of Miami to U.S.
Highway I-395 in conjunction with the proposed improvements at
Bicentennial Park and the F.E.C. property. Because of the
importance of this work, the widening of Biscayne Boulevard has
been reclassified as a "transportation improvement plan" for U.S.
Highway No. 1. The Burle Marx designs will be part of this
project. It is essential to have Burle Marx modify his designs
so that the City can complete the construction plans for this
portion of Biscayne Boulevard at the earliest possible date.
This will assist the City to obtain construction funds. When the
funding becomes available, the widening of Biscayne Boulevrd with
the Burle Marx Design can be a reality that will revitalize a
much needed area of Park West and the Downtown Waterfront.
The Public Works Department recommends the adoption of a
Resolution authorizing the City Manager to execute the agreement
with Burle Marx & CIA. LTDA. attached hereto in a form acceptable
to the City Attorney for the purpose of Burle Marx & CIA. LTDA.
modifying, coordinating, and extending their originally approved
Biscayne Boulevard Conceptual Designs with the City's
construction plans for an amount not to exceed $135,000. The
cost will be paid from the $1.7 million funding under an existing
agreement with the State of Florida Department of Transportation.
92- 411
Page 2 of 2