HomeMy WebLinkAboutR-89-0393tm
J-89-410
4/27/89
0 06
RESOLUTION NO. 89- 39-1,
A RESOLUTION, WITH ATTACHMENT, AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM,14 ETWEEN THE
CITY OF MIAMI AND URBAN ARCHITECTS, INC. FOR
PROFESSIONAL DESIGN CONSULTANT SERVICES FOR
THE ORANGE BOWL MODTRNIZATION PROJECT -
PHASE 11, AT A TOTAL FEE TO THE CONSULTANT IN
THE AMOUNT OF $935,000, WHICH AGREEMENT
CONTAINS PROVISION FOR THE TERMINATION OF
DESIGN SERVICES AT SUCH TIMES AS MAY BE
DETERMINED BY THE CITY OF MIAMI, ALLOCATING
FUNDS FOR PHASES 1 AND 2 OF SAID DESIGN
SERVICES, THE INVESTIGATIVE ANALYSIS AND
PROGRAM PHASE AND THE SCHEMATIC DESIGN PHASE,
RESPECTIVELY, IN THE AMOUNT OF $50,000 FROM
THE ORANGE BOWL ENTERPRISE FUND OPERATING
BUDGET AND IN THE AMOUNT OF $137,000 AS A
LOAN FROM THE DOWNTOWN PEOPLE MOVER EXTENSION
PROJECT DEPOSIT, PROJECT NO. 371001 TO BE
REPAID IMMEDIATELY UPON RECEIPT OF FUNDS FROM
THE FLORIDA LEAGUE OF CITIES BOND POOL
PROCEEDS, FOR A TOTAL OF $187,000; DIRECTNG
THAT THE CITY COMMISSION BE GIVEN THE
OPPORTUNITY TO REVIEW AND APPROVE THE
FINDINGS OF DESIGN PHASE 1 PRIOR TO THE START
OF DESIGN PHASE 2, FURTHER AUTHORIZING THE
CITY MANAGER TO DIRECT THE CONTINUATION OF
DESIGN CONSULTANT SERVICES UNDER SAID
AGREEMENT AS ADDITIONAL FUNDING IS APPROVED
AND BECOMES AVAILABLE.
WHEREAS, by Resolution No. 88-720, adopted July 21, 1988,
the City Commission approved the concept of the Orange Bowl
Modernization Project - Phase II, and designated it as a Category
"B" project; and
WHEREAS, said Resolution further authorized the City Manager
to seek the professional services of a qualified planning and
design consultant(s) in the fields of engineering and
architecture to prepare plans and specifications and to oversee
construction of said project, utilizing certification and
competitive selection procedures; and
WHEREAS, pursuant to public notice and direct mail
solicitation, proposals were received from qualified consultants
and were duly evaluated by the appointed Certification and
Selection Committees; and
1� Said agreement to incorporate the conditions
as set forth in the text of this Resolution.
A " (P
Li to u b
3E� r.:a
CITY COMMISSION
MEETING OF
APR 27 1989
PC —
RESOLUTION
No' "&-
M
WHEREAS, the recommendation of the Selection Committee,
naming and ranking the top three (3) most qualified design
consultant teams, was presented to the City Manager and then to
the City Commission on November 3, 1.988; and
WHEREAS, the City Commission, by Resolution No. 88-1049,
approved said recommendation and authorized the City Manager
through his designees, Herbert J. Bailey and John J. Mulvena, to
undertake negotiations with the most qualified firms; and
WHEREAS, the City Manager, through said designees, has
completed negotiations with Urban Architects, Inc. and has
arrived at an agreement with said firm that is fair, competitive
and reasonable; and
WHEREAS, the City Manager, through said designees, has
prepared the attached design consultant contract based upon said
negotiations and agreement; and
WHEREAS, said agreement calls for complete design services
on a phase by phase basis, beginning with an Investigative
Analysis and Programming Phase through the completion of the
Construction Phase on said project, at a total fee to the
consultant of $935,000; and
WHEREAS, said agreement further contains adequate provisions
for the termination of the contract and consultant services at
any time by the City of Miami; and
WHEREAS, the City Manager, and the Directors of the
Departments of Finance, Budget, and Parks, Recreation and Public
Facilities are concluding the necessary financial. arrangements to
fund the complete project, including both design and
construction; and
WHEREAS, funds are presently available in the amount of
$50,000 from the Orange Bowl Enterprise Fund Operating Budget and
in the amount of $137,000 as a loan from the Downtown People
Mover Extension Project Deposit, Project No. 371001, to be repaid
immediately upon receipt of funds from the Florida League of
Cities Bond Pool Proceeds, for a total allocation of $187,000;
and
89'°"393
- 2 -
WHEREAS, said amount is sufficient to cover the design
consultant fees required for the Investigative Analysis and
Programming Phase and the Schematic/Preliminary Design Phase
mandated in the agreement; and
WHEREAS, in order to meet the needs of the major users of
said facility and to comply with the directives of the City
Commission, it is necessary to execute said agreement and begin
the first phases of the design wort, at the present time, prior to
the determination of complete financing arrangements; and
WHEREAS, the City Manager recommends that the agreement be
executed to begin said initial_ work and that authorization be
given to continue design work when the necessary additional
funding becomes available;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The City Manager is hereby authorized to execute
an agreement, in substantially the attached form;/between the
City of Miami and Urban Architects, Inc. for professional design
consultant services to be provided for the Orange Bowl
Modernization Project - Phase II, at a total fee to the
consultant in the amount of $935,000, which agreement contains
provision for the termination of design services at such times as
may be determined by the City of Miami, with funds therefor
hereby allocated in the amount of $50,000 from the Orange Bowl
Enterprise Fund Operating Budget:. and in the amount of $137,000 as
a loan from the Pjo%,rnto\-.n People i,over Extension Project Deposit,
Project No. 371001, to be rr.-__I,,:-iici i_r,tinersi.atcly upon ,.ece-ipt of
funds from thr^ Florida League of Cities Bond Poo]. Proceeds, for a
total amount of $187,000 for both Phase 1, the Investigative
Analysis and Program Phase and Phase 2, the Schematic/Preliminary
Design Phase of said design services.
Section 2. It is hereby directed that the City Commission
shall be given the opportunity to review and approve the findings
of design Phase 1 prior to the start of design Phase 2 of said
contract.
1� Said agreement to incorporate the conditions as set
forth in the text of this Resolution. 8 ..,3943
- 3 -
wa
Section 3. The City Manager is hereby authorized to direct
the continuation of said design consultant services under said
-` agreement as additional funding is approved and becomes
available.
Section 4. This Resolution shall become effective
immediately upon its adoption pursuant to law.
PASSED AND ADOPTED this 27th da of A i1 1989.
XAVIER 14. SUAREZ
{` ATTES YOR
Y
MATTY HIRAI, CITY CLERK
BUDGETARY REVIEW AND APPROVALt
A-"
MANOHA DEYRANA, DIRECTOR
BUDGETMENT
FINANCIAL REVIEW AND APPROVAL:
r.
CAR GARCIA, DIRECTOR
?! FINANC2 DEPARTMENT
PREPARED AND APPROVED BY:
r-
ROBERT F. CLERK
CHIEF DEPUTY CITY ATTORNEY
- 4 -
�j
PROFESSIONAL SERVICES AGREEMENT
�o
THEN RETURNING FOI? a t;
REVIEW, PLEASE IDENTIFY AS
L9
TABLE OF CONTENTS
SECTION
TITLE PAGE
Recital------------------------------------------------------- 3
IDefinitions
--------------------------------------------------- 4
II
General------------------------------------------------------15
III
Professional Services ----------------------------------------- 6
A. Investigative Analysis and Program Phase ------------------ 8
B. Schematic and Preliminary Design Phase -------------------- 9
C. Design Development Phase --------------------------------- 10
D. Construction Document Phase ------------------------------ 10
E. Bidding Phase -------------------------------------------- 12
F. Construction Phase --------------------------------------- 1.3
G. Additional Basic?rcfessional---------------------------- 16
H. Additional Work Authorized by the City ------------------- 16
I. Schedule of the Work ------------------------------------- 17
IV
City's Services and Responsibilities ------------------------- 18
V
Compensation ------------------------------------------------- 20
VI
Consultant's Specialists ------------------------------------- 21
VII
Miscellaneous Terms ------------------------------------------ 22
VIII
Ownership of Documents --------------------------------------- 22
IX
Non-Delagability--------------------------------------------- 23
X
Audit Rights---------------.----------------------------------23
XI
Conflict of Interest ----------------------------------------- 23
XII
Award of Agreement ------------------------------------------- 23
XIII
Construction of Agreement ------------------------------------ 24
XIV
Successors and Assigns --------------------------------------- 24
XV
Indemnification ---------------------------------------------- 24
XVI
Insurance ---------------------------------------------------- 24
XVII
Termination of Agreement ------------------------------------- 25
XVIII
Right of Decisions ------------------------------------------- 26
XIXNon-Descrimination
------------------------------------------- 26
XX
Independent Contractor --------------------------------------- 27
XXI
Minority Procurement Compliance ------------------------------ 27
XXIIContingency
Clause ------------------------------------------- 27
XXIII
Default Provision -------------------------------------------- 27
XXIV
Asbestos Abatement ------------------------------------------- 28
XXV
Entire Agreement --------------------------------------------- 28
XXVI
Amendments --------------------------------------------------- 28
XXVIIVenue
-------------------------------------------------------- 28
Exhibit"A--------------------------------------------------- 29
Corporate Resolution ----------------------------------------- 30
-2-
PROI'ESSIONAL SERVICES AGREEMENT
.THIS AGREEI4ENT, rude this day of , 1989, by
and between the City of Miami, a municipal corporation of the State
of Florida, (hereinafter referred to as the "CITY",) and Urban Architects,
Inc. a for profit corporation of the State of Florida (hereinafter referred
to as the "CONSULTANT",) with office at 3033 Coral -Way, Miami, Florida
33145.
RECITAL
WHEREAS, the City is desirous of securing professional architecture
and engineering services to develop, design and program improvements
at the City of Miami Orange Bowl Stadium in a project entitled "Orange
Bowl Modernization Phase II Project" (hereinafter referred to as the
PROJECT) fully described in Exhibit "A", attached to this agreement,
and
WHEREAS, by Resolution No. 88-720 passed and adopted on July 21,
1988 the City Commission approved the designation as a category "B"
Project, the Orange Bowl Modernization Phase II Project appointed the
director of the Public Works Department, as chairman of the Competitive
Selection Committee and established a Certification Committee of not
less than three professionals, qualified in the fields of endeavor or
j� practices involved, to review the qualifications, performance data and
related information provided by those responding to the City's Request
i
for Professional Services, in accordance with Ordinance No. 8965; and
WHEREAS, the City, through public advertisement and direct mailing,
solicited expressions of interest from qualified consultants; and
WHEREAS, the Competitive Selection Committee along zrith the Certification
Committee, evaluated the qualifications of those firms i:ho responded
to the City's Request for Proposals, and selected the firms most qualified
to provide professional architectural, landscape architectural and engineerin
services for this project, all in accordance with the Competitive Negotiations
Act as defined in Florida Statutes, Chapter 287 and in City of Miami
Code, Chapter 18-52.2 for the acquisition of professional services;
and
-- 3-
L;
127
WHEREAS, the City Commission, by Resolution No. 88•-345 dated November.
3, 1988 approved the selection of Cu ban ArchitectF, Inc. ar the nutnher
one .(1) ranked firm to }�ravjde, along w.i.tl-1 the drrif n tCd r�iI,conF-ultnnts,
Professional arclijtect1ira1, Ilnd_,c:1j-�e nrrhjtectnral_Pnri en jneerin
services for the "Orange Bowl Hodernizat:jon P1Tase 1.1. Project" and also
authorized the City Manager to negotiate an Agreement with it for the
professional and technical services required, end
WHEREAS, the city commission, by resolution No. , adopted
, 1989, authorized the city manager to execute an agreement
with Urban architects, Inc. for said professional and technical services
for this project.
NOW, THEREFORE, in consideration of the covenants and obligations
herein contained , and subject to the terms and conditions hereinafter
stated, the parties understand and agree as follows:
SECTION I DEFINITIONS:
A. CITY - is hereby defined as the City of Miami, Florida, which
!`-
I
is a municipal corporation organized and existing under the laws of
j
the state of Florida.
-l.
�S
B. CITY MANAGER - is hereby defined as the City Manager of the
CITY.
C. CONSTRUCTION COST - is hereby defined as the total final hard
construction contract cost of the PROJECT to the CITY but it shall not
include CONSULTANT FEES or the cost of any survey, legal, finance, administration
or similar services and land acquisition furnished by the CITY or any
cost of furniture, furnishings or unattached equipment purchased by
the CITY.
I
1
D. CONSULTANT - is hereby defined as Urban Architects, Inc. together
with all the firms identified as members of the selected design team
E
designated in SECTION V.
f
E. CONSULTANT'S SPECIALISTS - are here defined as individuals
f
or firms who are either part of the CONSULTANT'S firm or members of
the design team selected to provide professional and technical services
j
related to the PROJECT.
F. DAY S - are here defined as calendar days unless otherwise
specified.
j
-4-
6
89-39 3
J
AOL
G. DIRECT TECHNICAL SALARY EXPENSE - is hereby defined as the
hourly cost of salaries of principals and employees directly engaged
on the PROJECT and the cost of these mandatory' an,! customary i,enefits
.' such as statuary employee hene.fi_t_r, insurance, sick holidays, pensions,
vacations and similar benefits but not including honiyses or profit sharing.
The salary claimed shall be substantiated by the CONSULTANT'S accounting
records and shall not exceed forty-five dollars ($45) per hour for
CONSULTANT'S Principals' salary. Benefits are agreed to be thirty-
five (35%) percent.
H. FEE - is hereby defined as the amount of money the CITY agrees
to pay and the CONSULTANT agrees to accept as payment in full. for all
the work rendered pursuant to this Agreement to complete the WORK as
further defined in SECTION III.
I. PROJECT - is hereby defined as The Orange Bowl Modernization
Project Phase II. The full scope of the project is outlined in the
Exhibit "A", attached to the Agreement.
J. PROJECT INSPECTOR - is hereby defined as the Inspector of
the PROJECT designated by the CITY.
K. PROJECT MANAGER - is the individual of department who has
beendesignated by the City Manager as the Manager of the PROJECT for
the CITY.
L. SPECIAL CONSULTANTS ALLOWANCE - is hereby defined as the amount
of money established by the CITY to cover costs associated with professional
and technical services, related to the WORK, but other than that provided
by the CONSULTANT as professional and technical services covered under
this agreement.
M. WORK - is hereby defined as all the professional and technical
services to be rendered or provided by the CONSULTANT for the PROJECT,
as described in SECTION III.
SECTION II GENERAL:
A. The CONSULTANT and the CITY are fully aware of the Schedule
of Work requirements as defined under SECTION III and will therefore
proceed with all diligence to carry out the WORK. The CONSULTANT shall
proceed with all applicable dispatch in a sound, economical, efficient
and professional manner, and shall comply with the proevisions of: all
applicable Federal, State and Local Codes, Ordinances and Laws.
B. The CONSULTANT shall perform the professional and technical
services as hereinafter set forth and in general accordance with tile.
C. The CITY has. hrc l ,:('d c n aIT! 01111t not to e)":ccCC' '-,13, i `0.000.00
for the total cost of thr F};n,1F(:T as follows:
1. for design services, fee for the CONS111,ATANT.
z, 00 r11(,Wancr_ for the following to be used on the
basis of :actual e):henc11t111rs for:
a. An estimated $30,000.00 for the fees of special consultants.
b. An estimated $75,000.00 for PROJECT costs as follows:
i. Projected Expenses for inspection, surveys, soil
investigations and related costs.
ii. Incidental Expenses for testing, administration,
printing and related costs.
iii. Threshold Inspection as may be required.
3. $12,710,000.00 for estimated construction as follows:
a. $12,103,000.00 for ESTIMATED CONSTRUCTION COST
of the PROJECT
b. $637,000.00 for estimated construction contingencies
at 5 i of the CONSTRUCTION COST to be used as
the cash allowance during construction.
D. The CITY agrees to pay and the CONSULTANT agrees to accept
as payment in full for all professional and technical services rendered,
as outlined in SECTION III - PROFESSIONAL SERVICES thereof, the FEE
of Nine hundred thirty-five thousand dollars and 00/100 ($935,000.00).
SECTION III PROFESSIONAL SERVICES:
1. The CONSULTANT shall provide complete drawings, plans, specifications
and related bid and construction documents required to complete the
PROJECT, according to any and all applicable City, State and Federal
Codes, Statutes and/or. laws. Particular attention shall be paid to
requirements pertaining to access by handicapped to ensure, wherever
possible, access to designated new arenas of the facility recognizing
the nature, scope and use of the proposed project. {
2. Because of the City's concern for energy conservation and
operational efficiency it shall. be fully understood that the CONSULTANT
shall pay particular attention to the design of all energy systems and
amenities required for the PROJECT with emphasis towards conserving
energy and operational efficiency. Particular attention shall be focused
on the different uses of the PROJECT and the different demands for air-
conditioning and lighting etc., within structures as well as site improvements,
plant mate-ial and irrigation systems, as may be appropriate for the
PROJECT.
-6-
A
89-3913,
3. The CONSULTANT and its SPE'C1ALISTS sha11 :I.n close coordination
primarily with the PROJECT MA.NAGEIR and designatcd City St-ff from the
Departments of Parks. Pccreation nn(I Pohlic Faci.li.tes, Yuild.i.ng and
Zoning, Planning;, Fire, Public ks and C=eneral Services Administration
forming a Technical Cecmittce headed by the PROJECT MANAGER, to work
on the PROJECT.
4. 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" of like term is used in this
Agreement, the phraseology shall in no way relieve the CONSULTANT from
any duties or responsibilities under the terms of this Agreement, State
Law and from using the best professional architectural, landscape
architectural, engineering, interior design and any other necessary
services and practices.
S. The CONSULTANT and its SPECIALISTS shall, throughout the course
of this PROJECT, particularly in the initial development and analysis
stages, work along with the CITY, with designated representatives of
the Major Stadium Tenants and include their input and review in the
overall design process.
6. The CONSULTANT shall in proposing the staging and sequence
of construction improvements for the PROJECT, take into consideration
the ongoing programs and events which may be scheduled and work with
the CITY to minimize the impact that the construction may have on said
programs and events
7. The CONSULTANT and its SPECIALISTS shall be prepared with
the appropriate documents to attend, and participate in, along with
the PROJECT MANAGER, various public meetings as appropriate during the
course of the PROJECT. Prior to all public meetings the CONSULTANT
shall confer with the PROJECT MANAGER and related staff to review and
approve all documents presented to the public. These meetings shall
include but not be limited to the following:
a. The Miami City Commission for review and/or approval, discussion,
of various aspects of the PROJECT.
b. Pre -bid and Pre -construction meetings.
c. Construction Meetings
d. Post Construction Meetings.
"7-
S9-39-
60
8. The CONSULTANT shall, throughout the course of the entire
PROJECT., advise the PROJECT MANAGER of any adjustments to previous Cost
Estimates which nay re-.ul t from chancic� 9n anN• aspect of. the PROJECT
or from market conditions or othE_)`W1=r_
9. It shall be the ohligation of the CONSULTANT to produce a
design which may be constructed within the Project Budget or any
subsequent revision thereof approved by the CITY. Approval by the PROJECT
MANAGER of the Programmatic Analysis and Pre -Schematic Design, Schematic
Design and/or Design Development Documents includes approval of the
Construction Cost Estimates unless otherwise, advised, submitted therewith.
If the Cost Estimates for any of the phases are greater than the CITY'S
budgeted amount set forth in SECTION II herein, the PROJECT MANAGER
may require the CONSULTANT to revise the documents related to the specific
Phase as necessary in order to bring the CONSULTANT revised Cost Estimate
within the CITY'S Project Budget. The work undertaken by the CONSULTANT
in revising the documents for the purposes of meeting the CITY'S Project
Budget shall be considered as part of the CONSULTANT'S Basic Professional
Services at no additional fee or cost to the CITY.
10. The CITY may designate all or portions of the construction
contract(s) as black and/or hispanic and/or female owned minority business
set asides and it will utilize its minority participation goals, first
source hiring and local preference purchase procurement legislation
in the bidding construction of this PROJECT.
11. In close coordination with the PROJECT MANAGER, the CONSULTANT
shall perform and be fully responsible for the following professional
and technical services which compromise the WOI:K:
A. 11WEISTICATIVI: 1d,.7ALYS1 S l,1;1) PROGRId-I PIYiSE:
During the Investigative Analysis and Program Phase, upon receipt
of written authorization to proceed from the PROJECT MANAGER, the CONSULTANT'S
activities shall include following:
1. The CONSULTANT shall review the preliminary program outlined
by the CITY as well as information from the Technical Committee, representatives
of the designated organizations, and users of the facility to familiarize
itself with the initial programmatic and functional requirements such
as including but not limited to "Orange Bowl Modernization Phase II
Project Alternative A" previousl:.' prepared for the. City by the firm
of Kunde Sprecher, Yaskin and Associates, Inc.
83y_33
6
U
2. The CONSULTANT shall inventory and inspect all existing st-uctures
and facilities equipment. planting and other such improvements at the
site arld document t hCI r integrity, life er.pectancy, and
renovaCionirxpansio i ; e. = as well as i.tt, c0tr,rl.,,7nce c•ith current
building code requirements life safety needs.
3. Based on it= findings. anti expertise, the CONSULTANT shall
prepare a written Yroiect Prop
r,'1uj to maximize potential use of the facility
for sport activities, concerts and other programs which are competitive
and marketable, for review, discussion and approval -by the PROJECT MANAGER,
the Technical Committee and representatives of the designated organizations.
4. The Investigative Analysis and Program Phase shall be completed
when the PROJECT MANI.GER, or the City Commission, approve the investigative
Analysis and Document.
B. SCUEMATIC AND PRELIMINARY DESIGN PHASE:
The Schematic and Preliminary Design Phase shall commence upon
completion of the Investigative Analysis and Program Phase and receipt
of a written authorization to proceed from the PROJECT MANAGER. During
the Preliminary Design Phase the CONSULTANT'S activities shall include
the following:
1. Based on the approved Investigative Analysis and Program Documents
and its accompanying Cost Estimate including any adjustments and modifications
authorized or required by the PROJECT MANAGER, the CONSULTANT shall
prepare Schematic Design Documents consisting of drawings and other
documents illustrating the form, scale, and relationships of the PROJECT
components.
2. The Schematic Preliminary Design Documents shall include,
but not be limited to the illustration of location of structures, floor
plans, elevations, access and circulation, site improvements and all
other elements required to ful.lfill the CITY'S programmatic needs. Also
included shall be preliminary site utilities and general information
related to building and plant materials, methods of construction.
3. The CONSULTANT shall prepare a Cost Estimate broken down into
the various elements of the PROJECT for use in evaluating the Preliminary
Design Documents.
4. The CONSULTANT shall present the Scbemat_ic Preliminary Design
Documents for review, discussion and approval by the FRO.JI CT IIAN -ER,
lechni.cal Committee im.1 rcpresentnt.ivcs of the desiFnatcd orpani.ation,
and revise said dorzlments n= directed by the PROJECT TIANAGF;R.
S. Upon finalization of the coifiRustic)" of the Structures and
overall site improvements, the CONSUL"IANT shall prepare a Preliminary
Development Master Plan and Final. Cost Estimate.
6. The Consultant may be requirecl to make a formal presentation
of the Preliminary Design Documents to the City Commission and others
related to the PROJECT and shall make modifications or revisions as so
directed.
C. DESIGN DEVELOPMENT P11ASE:
The Design Development Phase shall commence upon completion of
the Schematic Design Phase and receipt of written authorization to proceed
from the PROJECT MANAGER. During the Design Development Phase, the
CONSULTANT'S activities shall include the following:
1. Based on the approved Schematic Design Documents and accompanying
Cost Estimate, including any adjustments and modifications authorized
by the PROJECT MANAGER, the CONSULTANT shall prepare Design Development
Documents consisting of drawings including plans, sections, and elevations,
outline specifications and other documents to fix and describe the size,
scope, and character of the entire PROJECT as to architectural, landscape
architectural and engineering elements and systems, materials, interior
and exterior finishes, and other related elements appropriate to the
PROJECT.
2. The CONSULTANT shall submit an estimate of the construction
cost broken down into major categories and elements, and including a
list of long time lead items requiring early purchase to meet the schedule.
3. The Design Development Phase shall be completed when the PROJECT
MANAGER approves the final Design Development Documents.
D. CONSTRUCTION DOCUMENT PHASE:
The Construction Document Phase shall commence upon completion
of the Design Development Phase and receipt of written authorization
to proceed from the PROJECT IWIAGER. During the Construction Document
Phase, the CONSULTANT's activities shall include the following:
=10--
63
1. Based on the approved Design Development Documents including
any modifications and changes directed by the PROJECT MANAGER the CONSULTANT
shall prepare all contract plans end �,t1ccific:-1t10ns as cil. as Other
contract +rand bidding documents for the p1:t71f.C1'. These documents sl:a1I.
conform to all- applicable local, stote <.nd federal, codes, ordinances
and laws and snail include all reaiji.red architectural, .Landscape, architectural
and eaEILLer elements and systems, materials, equipment, and finishes
as appropriate for a completed PROJECT.
2. The CONSULTANT shall. continue to advise the PROJECT MANAGER
of any adjustments to previous Cost- Estimates which may be indicated
by changes in scope, design, requirements, market conditions or otherwise.
3. The CONSULTANT shall assist the PROJECT MA14AGER in the preparation
of the necessary bidding documents, by preparing the Bid Proposal and
Special Provisions Sections as well as modifications to the CITY's Standard
General and Special Conditions Sections of the non -technical portion
of the Specifications, based on the CITY'S standard format and documents.
4. The C014SULTANT shall submit a final estimate of the CONSTRUCTION
COST based on the final Construction Drawings, Specifications and Bidding
Documents, broken down into major categories and bid items. The CONSULTANT'S
Cost Estimate shall be construed as an informed professional opinion
of a responsible expert and the CITY will rely on it as a reasonable
approximation of bids to be received. If the estimate exceeds the PROJECT
construction budget, the CONSULTANT shall revise the Construction Documents
at no additional fee to the CITY as part of the basic professional services
unless the CITY approves an increase in the budget.
5. The CONSULTAIT shall submit the final construction contract
plans, specifications anti bid documents to the PROJECT V`A:i'1_GER and members
of the Technical Committee for review and approval.
6. The CONSULTANT may, with the approval of the PROJECT YRANAGER,
divide the construction document phase into two or more seperate parts
coinciding with the phased nature of the construction schedule.
-11-
89-393
Lo
7. The CONSULTANT shall conduct and follow up oil all necessary
dry -runt checks of the Construction Drawings and Specification in connection
with securing approvals and permits from the City of. Miami Departmentp
_ of Building and Zoning, Fire, Planning and Public Works and all other
local, state and federal governmental entities, authorities or departments
having jurisdiction over the PROJECT.
By said acceptance and
the
approvals
as a result of the dry run process, the
CITY does not relieve
the
CONSULTANT
of any responsibilities, particularly related to the Code Compliance
for the new parts of the facility. Any revisions to the Construction
Documents to comply with building code and permit requirements shall
be made at no additional fees or costs to the CITY.
8. The CONSULTANT shall see that all Construction Contract Plans
bear the seal of a Florida registered professional architect, and/or
landscape architect and/or engineer as appropriate and that the names
of the professionals responsible for major portions of each seperate
specialty of the WORK appear on the Construction Contract Plans,
Specifications and Bid Documents.
9. The CONSULTANT shall deliver to the PROJECT MANGER reproducible
Drawings, Specifications and related bid documents for reproduction
by the CITY for bidding of the PROJECT.
10. The Construction Document Phase shall be completed when the
drawings and Specifications have been delivered and are approved by
the PROJECT MANAGER and Technical Committee as complete and ready for
biddir.3 and all dry -run approvals have been obtained and the PROJECT
is permittable.
E. BIDDING I HASi?:
The Bidding Phase shall commence upon completion of the Construction
Document Phase and receipt of written authorization to proceed from
the PROJECT MANAGER. During the Bidding Phase, the CONSULTANT'S activities
shall include the following:
1. The CONSULTANT shall assist the PROJECT MANAGER in obtaining
bids, awarding and preparing contracts for construction. This phase
includes preparation of any addenda and accompanying drawings or other
material as required; taking part in pre -bid conferences; responding
to inquiries from prospective bidders and assisting in evaluation of
bids.
-12-
89 39 3
co
2. Should the bids exceed the construction budl,et by five percent
(5%), the CONSULTANT shallrevise the Construction Documents as necessary
for re-oidding as no additional cost. to the CITE`.
3. The Biddirlr, Phase or Phases shall be considered completed
when the CITY execute: a Construction Contract for complete construction
of the PROJECT or in case of i or more Contracts (for Phased Construction),
when each Construction Contract is executed.
4. If the Bidding Phase has not commenced within nine months
after the CONSULTANT submits the final Bidding and Construction Documents
to the PROJECT W.NAGI:R, the BUDGETED CONSTRUCTION COST shall be adjusted
to reflect any change in the general level of prices in the construction
industry between the date of approval of the Bidding and Construction
Documents by the PROJECT i•1iWGE11 and the date on which Bids are advertised.
This shall also apply to changes in the general level of prices that
may result from unanticipated modification to federal, state and/or
local codes and ordinances applicable to the PROJECT which occur after
the final Bidding and Construction Documents are submitted to the PROJECT
MANAGER. The percentage of adjustment shall be based on the Consumer
Price Index for Metropolitan Dade County, or an equivalent readily accepted
trade index acceptable to the CITY.
F. CONSTRUCTION PRASE:
During the Construction Phase of the PROJECT, upon execution of
the Construction Contract for the entire PROJECT and receipt of written
authorization from the PROJECT MANAGER the CONSULTANT'S activities shall
include the following:
1. The CONSUi.TAI:1 shall work closely with the PROJECT MANAGER
or designated represe11t.ati.ves in all. stages of co11struction1 work.
2. The CONSULTANT shall attend regular weekly site r.:eetings and
make periodic visits to the site to familiarize itself with the rrogress
and quality of the work to determine that construction is proceeding
in accordance with the Contract Documents and to submit a written report
on a weekly basis of his observations after the site visit: Based on
its observations, the C014SULTAI4T shall make recommendations on any work
that should be corrected and or/rejected. In addition, it shall assist
the PROJECT MANAGER in matters related to the Contractor's schedules.
-13-
89'� 31
How^ver, the CONSULTANT shr.li not be required to make exhaustive or
continuous on -site inspections to check the quality or quant-ity of the
work. On the bnsJs of s.2ch on -site observations the CONSULTANT shall
keep the PROJECT tIANAC=1T informed of the progress and quality of the
work, and shall endeavor to quard the CITY against: deficiencies i.n the
woi': of the Contractor.
3. The CONSULTANT shall assist the PROJI?CT 11ANAG1:1Z in matter
relating to the interpretation of the Contract Documents and in evaluating
suggestions which might be submitted by the. Contractor.
4. The CONSULTANT shall review and approve or take other appropriate
action on the Contractor's submittal of shop drawings, product data,
samples and retain a copy of the approved shop drawings and samples
for the CITY'S records.
5. The CONSULTANT shall review test reports required by the Contract
Documents and provide the PROJECT MANAGER with written reports on all
such tests.
6. The CONSULTANT shall witness all tests as may be required
to be witnessed by the Contract Documents and provide the CITY with
written reports of all such tests.
7. The CONSULTANT shall assist the PROJECT MANAGER in the preparation
;j
of bids for fixtures and furnishings and other related equipment which
i
may be required for the PROJECT. Upon receipt of these bids, the CONSULTANT
E'
i
shall assist the PROJECT MANAGER in their evaluation and make recommendations
related to the arrival and installation of said fixtures and furnishings.
6. The CONSULTANT shall furnish any additional details or information
required at the PROJECT site for proper execution of the CORK and assist
in scheduling with the purchase of long lead items.
y:
9. The CONSULTANT shall itslist the PROJECT HAIaAGER in determining
the amounts owing to the Contractor based on site observations and in
evaluating the Contractor's Applications for Payment.
s
10. The CONSULTANT shall prepare Change Orders for the PROJECT
`
MANAGER'S approval and execution in accordance with the Contract Documents
and shall have authority to order minor changes in the work not involving
an adjustment in the Contract Sum or an extension of the Contract Time
f
which are not inconsistent with the intent of the Contract Documents.
3*
-14-
W
11. During the course of the work the ensure
that all guarantees, certificates, operation .•nd m�7ntens?nce manuals,
keying schedules. sprlre tarts "Ind 001Fr i_tc--� th-C h^''c l>een spr..cif.ied
in the Contract 1 ocillne11t ,, hay e l ren submit tee} P nd rcriet,-ed and shall
deliver all f�-1jch items t.o t_I1c I'R()Jt(:T 11A1JAG£R prior t�, the elate of.
beneficial occupancy for e:1ch p}lasc of the construction.
12. The CONSUI_,TANT shall furnish to the PROJECT MANAGER within
sixty (60) days after completion of the applicable Construction Phase
of the PROJECT, record drawings in the form of the original reproducible
drawings of the Construction Contract plans, revised to include all
changes or modifications to the design made during the Construction
Phase as recorded by the General Contractor on the set of drawings maintained
by the Contractor at the site and updated to include all. changes and
modifications throughout the construction of the PROJECT.
13. After substantial completion, the CONSULTANT shall make a
list of items for correction and check each item as it is corrected.
14. The CITY may elect to have beneficial occupancy and use any
completed or partially completed portion of the PROJECT. Such beneficial
occupancy may not be deemed acceptance of work not completed and it
shall not relieve the CONSULTANT of any of his responsibilities under
the terms of this Agreement.
15. At the completion of construction of the PROJECT, the CONSULTANT
shall deliver to the PROJECT MANAGER a written report verifying that
to the best of the CONSULTANT'S knowledge the PROJECT has been completed
in accordance with the approved drawings, specifications and change
orders.
16. The CONSU1,TAhT will not be held responsible for the means,
method, techniques, sequences or procedures used, or for safety precautions
and programs in connection with the work performed by the Contractor,
but shall immediately report to the PROJECT MANAGER any observations
of conditions which in its judgement would endanger persons or property
or which might result in liabilities to the CITY.
17. The Construction Phase shall be completed when the CONSULTANT
has delivered the aforesaid verification, record drawings and the PROJECT
is accepted by the CITY COMMISSION.
—15—
89 3�41
G. ADDITIONAL TIASIC PROFIESSIONAL SERVICES:
.1. The CONSULTANT shall revise the Construction Documents including
plans and specifi.catirns to reduce the cost. of construction of the PROJECT
to the final budgeted or the CITi' approved emount for t:he construction
of the PROJECT, if the amount of the lowest acceptable hid received
by the CITY for the construction of the PROJECT is five (51) percent
or more in excess of the final amount budgeted or approved for Lhe cost
of the Construction Contract of the PROJECT.
2. Should an error or errors in the CONSULTANT'S design, design
documents or plans, cause delay in the construction of the PROJECT,
and consequently result in delay of the CITY'S beneficial occupant' of
the PROJECT without compensation of damages from the contractor, the
CONSULTANT agrees to seek no additional compensation for the services
required under this Agreement, during the period of said delay.
3. Modification, additions, substitutes, alterations and extensions
of the existing on -site utilities including but not limited to electrical,
fire protection (alarm system, sprinklers and smoke evacuation), plumbing,
heating, ventilation and air conditioning/heating systems (HVAC), for
the scope of the PROJECT are part of the basic services.
H. ADDITIONAL WORK AUTHORIZED HY THE CITY:
1. Additional or unforeseen WORK beyond the scope of the PROJECT
described herein may only be done by written ammendment to this agreement
executed by the CITY MANAGER. At the CITY'S option for additional work,
the CONSULTANT may be paid an agreed upon fixed fee or be paid at a
rate of two and one half (2.5%) times DIRECT TECHNICAL SALARY EXPENSE
for those services rendered.
2. If any of the following services are required of the C011SULTAIIT
and cause the CONSULTANT extra expense the CITY shall, after authorization
and subsequent acceptance of such work, pay the CONSULTANT as specified
in subsection H.1.:
a. Revising previously approved program, drawings and/or specifications
to accomplish changes by the PROJECT MANAGER, unless such changes are
required to bring the CONSTRUCTIO14 COSTS within the budgeted as required
herein or to meet building or other code requirements.
-16-
89`""39
11
6�
Lo
b. rrepar.e documents as requested by the rROJECT MANAGER for
additi.oVal alternate bids and change orders.
c. Arr•angltig for the work to px nceed should the Contractor default
due to delinquency, eubstantiol brench. insolvency, death, dissolution
or appointment of a receiver for its assets.
d. Providing extended contract Administration and observation
of construction should be 'he actual construction time exceed t}re contract
construction time and require more than six additional weekly site meetings,
due to no fault of the CONSULTANT. Construction contract time shall
include any time extensions recommended by the CONSULTANT and approved
by the PROJECT MANAGER unless both parties agree that the cause of the
-_-delay was beyond the control of. the CONSULTANT.
e. In the event that delays not caused by the CONSULTANT, require
that WORK in all Phases of t_he Project, excluding the Construction Phase,
be delayed more than ninety (90) days, the CONSULTANT may request additional
compensation based on actual expenses, if any, that may have been incurred
by the CONSULTANT during the time that the WORK on the PROJECT was placed
on hold.
I. SCUFDULE OF THE WORK:
The CITY staff shall endeavor to complete all functions related
to review and approval of the various phases within fifteen (15) days
of receipt of complete submissions. It is understood and agreed by
both parties that time is of the essence and the following schedule
for the WORK will be strictly followed by the CONSULTANT and the CITY:
1. Investif.3ti.ve Programmatic Analysis and Program Phase
The CONSULTANT shall complete the investigative Analysis and Program
Design Phase within sixty (60) days after receipt- of written authorization
from the PROJECT I•WgAGER to begin WORK on this Phase.
2. Schematic Design Phase
The CONSULTANT shall complete the Schematic Design Phase within
thirty (30) days after receipt of written authorization from the PROJECT
MANAGER to begin WORK on this Phase.
-17-
3. Design Devcloptnenc Phase
The CONSULTANT shallcormpl-ete the Design Development P1:ase within
sixty (6Q) days after receipt of written authorization from the PROJECT
MANAGER to begin WORK on this Phase.
4. Construction Document Phase
The CONSULTM41- shall complete the Construction Documents Phase
within one hundred twenty (120) days after receipt of written authorization
from the PROJECT MANAGER to begin work on this Phase.
5. Bidding Phase
The Bidding Phase is anticipated to require ninety (90) days.
6. Construction Phas^
The Construction Phase will commence with the execution of the
Construction Contract or contracts and shall be completed when all of
the cc7ditions indicated in SECTION III, E have been met.
In the event the CONSULTANT is unable to meet the above schedule,
or complete the above services because of delays resulting from Acts
of God or untimely review and approval by the CITY and other governmental
authorities having jurisdiction over the PROJECT, and such delays are
not caused by the CONSULTANT, the PROJECT MANAGER shall grant a reasonable
extension of time for completion of the WORK. It shall be the responsibility
of the CONSULTANT to notify the PROJECT MANAGER promptly in writing
whenever a delay in approval by any governmental agency is anticipated
or experienced, and to inform the PROJECT MANAGER of all facts and details
related to the delay.
SECTION IV CITY°S SERVICES AJil) RESPONSIBILITIES:
CITY shall furnish CONSULTANT i,-,ith the following services and
information fron existing CITY records and CITY Piles:
A. CITY shall furnish CONSULTANT shall. provide information regarding
its known requirements for the PROJECT.
B. CITY shall furnish a Certified Land Survey of the site giving, as
available grades and lines of streets, alleys, pavements and adjoining
property; right of way, restrictions, easements, utilities, trees, encroachments,
zoning, deed restrictions, boundaries and contours of the site locations,
dimensions and date from existing records on file in the Department
of Public Works of CITY pertaining to the existing Park and other improvements;
—18-
89-~39
N
U
and information concerning, available service and ut.ilitylines both public
and private, i.f required. COIISULTAVT shall not be held responsible for
completeness or acct+ra.cV of the ))epart.ment of Fubl ic. i'er}cs' f 1.1 es.
C. If the C1Tl" PROJECT MANAGY'R anti/or the PROJECT TNSPFCTOR observes
or has been notified in writing- of any fault or defect in the PROJECT
or nonconformance with the Contract Documents, prompt written notice
thereof shall be given to the CONSULTANT.
i
D. Upon request by CONSULTANT, CITY shall do all. reproduction and binding
of the bidding and construction sets of the drawings and specifications.
CITY shall loan all existing and applicable CITY aerial photographs to
the CONSULTANT.
E. The City shall appoint a PROJECT MANAGER to act as a liaison between
CITY and CONSULTANT, and CONSULTANT shall not start work nor incur any
expenses for any Phase of the WORK, special conditions or change orders
{ 4
without having received authorization from CTTY'S PROJECT MANAGER to
d a
j do so. Nothing contained herein shall relieve CONSULTANT of any
t;
jresponsibility as provided under this Agreement.
j F. CITY shall furnish all required testing necessary for the PROJECT
f
} including core borings, test pits, structural, mechanical, chemical,
1
soil and mill and laboratory tests, and surfaces of a soils engineer
4
or other special consultants when deemed necessary by CONSULTANT and
CITY; and CONSULTANT shall be entitled to rely upon accuracy, completeness,
and competence thereof.
I
t
G. CITY reserves the right to retain the services of a Professional
f
Quantity Surveyorto prepare Detail Construction Cost Estimate based upon
Design Development Documents and the Construction Documents.
H. The services, inf.oL-mntion, surveys and reports required shall be
furnished at the CITY'S e,:pense and the CONSULTANT shall be entitled
i
to rely upon the accuracy and completeness thereof.
I. The CITY shall furnish required information and shall render approvals
and decisions as expeditiously as necessary for the orderly progress
of the CONSULTANT'S services and of the WORK.
89-a. 93
4
9
SECTION V C014PENSATION:
For all professional. and technical services required to complete the
the PROJECT, as outlined in Secti.on III hereof, the CITY agrees to pay,
and the CONSUII,ANT agrees to accept . as a- payment: for hip_- services
the fee of nine hi.sndred t.hirtti-five thosss3nd clnl.lars anti 00/100 ($935,000.00).
This payment wi.11 1,e made monthly .In proportion to t:l!e services performed
so that the compensation at the completion of each Phase shall eUsa:?l
the
following percentages
and amounts of the total.
fee.
Accumi+.lated
Percentage
Progrenr-
Phase
of Fee -
Payment
Payrrents
1.
Investigative Analysis
10
$ 93,500.00
? 93,500.00
2.
and Program Phase
Schematic Preliminary
10
$ 93,500.00
$187,000.00
3.
Design Phase
Design Development
20
'
$187,000.00
$37'+,000.00
4.
Construction Documents
40
$374,000.00
$748,000.00
5.
Bidding
5
$ 46,750.00
$794,750.00
6.
Construction
15
$140,250.00
$935,000.00���,,,,
TOTAL, 100%
1935,000.00
B. The CONSULTANT
shall invoice seperately
for payment
of costs
associated with the SPECIAL CONSULTANTS ALLOWANCE and/or any other reimbur.seable
expense authorized by CITY. Each request for payment shall be accompanied
by copies of the invoices for which the CONSULTANT is being reimbursed,
as appropriate.
C. The CONSULTANT shall not expend funds related to the SPECIAL
CONSULTANTS and/or any other reimburseable expense without prior written
approval from the PROJECT MANAGER, and then only in amounts specifically
designated by each authorization.
Invoices for services performed under the said ALLOWANCE shall be separate
and apart from those related to the FEE, and must be accompanied by
a breakdown of time and tasks related to the expenditure. The CONSULTANT
shall receive only those funds from this allowance as are specifically
authorized and is not otherwise entitled to any or all of the monies
contained in the ALLOWANCE. Nothing contained in this Section shall
allow the CONSULTANT to invoice for services other than those specifically
authorized as stated herein.
D. Additional WORK approved by the PROJECT MANAGER shall be paid
as provided under SECTION III, 11.
SECTION VI CONSULTANT'S SPECIALISTS:
A. The CONSULTA,N'1' proposes to have the following specialists,
either from its organization of a:.� its CONSULTANTS or associates to
perform the services indicated:
1. Architectural
2. Landscape Architecture
3. Civil Engineering
4. Electrical & Mechanical Engineering
5. Cost Estimating
B. Selection of the CONSULTANT by the Competitive Selection Committee,
authorization to negotiate and approval of this AGREEMENT by the City
Commission was based, in part, on the qualifications and expertise of
the following architectural, landscape architectural, engineering,, and
other design firms proposed as the designated CONSULTANT'S SPECIALISTS.
1. Heery Architects & Engineers, Inc.
2. Laura Liert`:sa & Associates, Inc.
3. Maurice Grey & Associates, Inc.
4. Emilio ,l, Hospital & Associates, Inc.
5. Construction Management Services, Inc.
6. United Architects, Inc.
89--39 3
4
The CONSULTANT shall negotiate a fair and equitable agreement
with eacji of the desi.gnnted SPECIALISTS and furnish the PROJECT MANAGER
�i,i. crntract afarccrent i.r: n time] canner.
with a copy of each the
COtdSL'LTAtdT may choose additiona>._ SPF..CIAI,LS'IS, for 4'hicli prior kTritten
approval from the PROJI:C"l' I1A?;AGi:lt mast he ohtainer. but shall not exclude
those originally desif;11.:4ted i,ithout: the prior u7ritt.en approval of the
PROJECT KINAGEI:.
D. The CONSULTANT shall be responsible for all the work of its
organization, and that of its CONSULTANT'S or SPECIALISTS. Nothing contained
in this Agreement shall create any contractual relationship between
any of the CONSULTANTS and/or SPECIALISTS working for the CONSULTANT
and the CITY. It shall be understood that the CONSULTANT is in no way
relieved of any responsibility under the terms of this Agreement by
virtue of any other professional who may associate with him in performing
the WORK.
SECTION VII MISCELI.ANEOUS TERMS:
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 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 of the date
of actual receipt, whichever is earlier.
CITY OF MIAMI
CON S U LTA14 T
Dept. of Public Works Urban Architects, Inc.
P.O. BOX 33078 3033 Coral 4,ay
Miami, Florida 33233-0708 Miami, Florida 33145
B. 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 in this Agreement shall control.
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 unless made in writing
by an authorized signatory.
-21- 89-39 3
i
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 unenforce,2b)n iinder the IF-s of
the United Stater, State of Florida, Dade County or. the City of tiiami,
such provisions, paragraphs or sentences, words or phrases shall be
deemed modified to the extent necessary in order to conform with such
laws, then same shall be deemed severable, and in either event, the
remaining terms and in either event, the remaining terms and provisions
of this Agreement shall remain unmodified and in full force and effect.
SECTION VIII OWNERSHIP OF DOCUMENTS:
All documents developed by the CONSULTANT under this Agreement
shall be delivered to PROJECT MANAGER by said CONSULTANT upon completion
of the services required pursuant to SECTION III and shall become property
of the CITY. The CONSULTANT agrees that all documents maintained and
generated pursuant to this contractural relationship between CITY and
CONSULTANT shall be subject to all provisions of the Public Records
Law, Chapter 119, Florida Statutes.
The CITY reserves the right to reuse for follow-up construction
project(s) and/or for project(s) not realted to this AGREEMENT Plans,
Specifications and other documents produced by the CONSULTANT under
the terms of this AGREEMENT. Should the CITY elect to reuse such Plans.
Specifications or other documents, the CITY, prior, to such reuse, shall
remove the CONSULTANT'S DAME' AND SEAL FROM SAID Contract Docu,,.:eats,
and the CONSULTAIT shall be fully relieved from any professional liability
in connection therewith. The CONSULTANT shall not be entitled to any
compensation for such reuse unless agreed to by the CITY.
It is further understood by and between the parties that any information,
writings, maps, contract documents, reports or any other matter whatsoever
which are 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 the
CITY.
-22-
s
89-393
SECTION I% NON-I?FLEGAMLI.TY:
Ttle CITY is relying upon the CONSULTANTS unique professional expertise
in the per.`or.mance of i.ts service. The obilgatl.ons uT1aerLi3tk F'rj l,) 1-111.
CONSULTANT pursuant to thif, Aj reement shall not. be ciel.ep;at.ed or assigned
to any other person or firm unless the CITY shall first consent in writing
to the performance or assignment of such service or any part thereof
by another person or firm.
SECTION R AUDIT RIGHTS:
The CITY reserves the right to audit and review -the records of
the CONSULTANT, including but not limited to billing and payment documents
and time sheets or records, at any time during the performance of this
Agreement and for a period of one year after final payment is made under
this Agreement. The CONSULTANT shall keep and maintain its records
in Dade County, Florida during the operable term of this Agreement and
section.
SECTION %I CONFLICT OF MEREST
A. CONSULTANT covenants that no person under its employ who presently
exercises any function or responsibility in connection with this Agreement
has any personal financial interests, direct or indirect, with CITY,
except as permitted pursuant to this Agreement. CONSULTANT further
covenants that in the performance of this Agreement no person having
a conflicting interest shall of this Agreement no person having a conflicting
interest shall be employed. Any such interest on the part of CONSULTANT
or its employees shall be disclosed in writing to the CITY.
B. The 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 shall fully comply in all respects with the terms
of said laws.
SECTION RII AWARD OF AGREEMENT:
The CONSULTANT warrants that it has not employed or retained any
person 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 employed
by the CITY any fee, commission, percentage, brokerage fee, or gift
of any kind contingent upon or resulting from the award of this Agreement.
The CONSULTANT shall not engage during the period of this Agreement
the services of any professional or technical person who has at any
time during the period of this Agreement been in the employ of the CITY.
_23-
rl
9
SECTIOY XIII CONSTRUCTION OF AC-RE194ENT:
This Agreement shall be construed and enforced according to the
laws of the State of Florida.
SECTION XIV SUCCESSORS ANI) ASSIGNS:
This Agreement shall be binding upon the parties herein their
heirs, executors, legal representatives, successors, and duly approved
e
assigns.
SECTION XV INDEMNIFICATION:
The CONSULTANT shall indemnify and save the CITY, its officials,
employees, agents, and authorized representatives harmless from any
and all claims, liability, losses and causes of action, in contract
or in tort, in law or in equity, which may arise put of performance
of this AGREEMENT as a result of any error, omission or negligent act,
unless such act is caused by an employee, agent or authorized representative
f of the CITY. The CONSULTANT shall pay all costs from and against any
i1
orders, judgements, or decrees which may be entered and from and against
all costs, attorney's fees, expenses and liabilities incurred in the
defense of any such claims, or in the investigation thereof.
1 SECTION XVI INSURANCE:
The CO24SULTANT shall not commence WORK on this Agreement until
it has obtained all insurance required under this paragraph and such
insurance has been approved by the CITY.
The Certificates of Insurance furnished to the PROJECT MANAGER
prior to the can_nencF•nent of apc ration,,, shall clearly indicate that
the CONSULTAIT has obtained irrsr.rraticc in the type, ratnount and classification
as required for strict con%T) i�:nce i-rit2i this Paragraph: and that no T�aterial
change or cancellation of insurance shall be effective without thirty
(30) da;s written notice to the CITY.
-24- F39--393
Compliance with these r.eg0rernents shall not relieve the CONSULTANT
of its liability and obligations under this Section or any portion of
this Agreement.
Tht CONSULTANT shall. maintain during the term of this Agreement
the following insurance.
A. Professional Liability Insurance in the minimum amount of
-
$1,000,000 covering errors and omissions arising out of the terms of
this Agreement. The professional Liability Insurance Policy shall be
--
in the form of a standard Professional Liability Policy or a Specific_
Project Policy.
B. Compiehensive general liability coverage with the following
limits: bodily injury $1,000,000.00, property damage $1,000,000.00,
-
worker's compensation coverage up to and including statutory limits
of $100,000.00
C. The City of Miami shall be added as additionally insured on
the Architect's policy of insurance.
All insurance policies shall be issued by companies authorized
to do business under the laws of the State of Florida rated A: 5 or
better per A.M. Bests' Key Rating Guide (latest edition); and which
are ap;roved according to CITY specifications.
SECTION %'VII TERMINATION OF AGREEMENT:
The CITY retains the right to terminate this Agreement at any
time prior to completion of the WORK without penalty to the CITY. In
that event, termination of those Agreement shall be in writing to the
CONSULTANT shall be paid for services rendered in each completed Phase'S
4 4�r
prior to termination, in accordance with SECTION IV C011P NSATI0N, provided,
LGa' at
however the, cer.r.�in:3t:i.nn of this Agreement occurs during; and incomplete
}� ptaa i r i
phase, then the CONSULTANT :311311 be paid at the rate of two point: five
(2.5) times the DIRECT TECHNICAL SALAJRY EXPENSE for those services rendered
�
in such incomplete Phase provided, that the CONSULTANT is not in default
�
�r
under the terms of this Agreement. In no case, however, will the CITY
k
f
?'7 Eer
pay the CONSULTANT a greater amount for an incomplete Phase than would
Hsi
have been paid had the termination been made at the completion of the
Phase.
In the event of termination for any reason, all documents, including
plans, etc., as set forth in SECTION VII 014NERSIIIP OF DOCUMENTS shall
become the property of the CITY, with the same provisions of use as
set forth therein.
-25- 89-39a�
SECTION XVIII RIGHT OF UECISJONS:
All services shall be performed by the CONSULTANT to the satisfaction
of the PROJECT 111A A ;F.F:who sl).ill decide all questions. difficui.ties and
disputes of vhatever nature which Wray arise under or by reason Of this
Agreement, the prosecution and fulfillment: of the services. Hereunder,
and the character, quaJity, amount, and value. thereof. and the PROJECT
MANAGER'S decisions upon all claims, questions of fact., rind disputes
shall be final, conclusive and bindl.nj; upon the part.i.es hereto, unless
such determination is clearly arbitrary and unreasonable. In the event
that the CONSULTANT does not concur in the judgement of. the PROJECT
MANAGER as to any decision made the CONSULTANT shall advise the PROJECT
MANAGER of it's non-occurrence and objection in writing, present his
written objection to the CITY MANAGER, subsequent to advising the PROJECT
MANAGER of his intention to do so; and the PROJECT riANAGER and the CONSULTANT
shall abide by the decision of the CITY MANAGER. Adjustment of compensation
and contract time because of changes in the WORK that may be necessary
or be deemed desirable as the WORK progresses, shall be reviewed by
the PROJECT MANAGER and the CITY MANAGER and submitted to the City Commission
for approval, if necessary.
SECTION XIX NON-DESCRIMINATION:
A. The CONSULTANT will not descriminate against any employee
or applicant for employment because of handicap, race, color, religion,
sex or national origin. In the event of the CONSULTANT'S non-compliance
with this Section of this contract, this contract may be cancelled or
terminated or suspended in whole or in part and the CONSULTANT may be
declared ineligible for further CITY ccntracts.
B. The CONSULTANT will, in all solicitations or advertisements
for employees placed by or on behalf of the CONSULTANT, state that all
qua -ifiedapplicants will receive consideration for employment without
regard to handicap, race, color, religion, sex or national origin.
Y
-26-
89-393
SECTION XX INDEPENDENT CONTIiACTOR:
Tjie CO'SULTANT, i_tr, em}��nyees, agents and specialists shall be
d f'
deemc.l tt` hC ineC
dI)[11ci('ll( (,11rr7 "ctor`c and not agents or employees/i
the CITY, rind -hall nOT �t.tain nny or henefitn under. the Civil
Service or. rension Ord lnanc(,_r- of the CITY, or anti• rig)-)tr generally
afforded classified or unclassified employees; further it shall not
be deemed entitled to the Florida Worker's Compensation benefits as
an employee of the CITY.
SECTION XXI MINORITY PROCUREMENT COMPLIANCE:
The CONSULTANT acknowledges that it has been furnished a copy
of Ordinance No. 10062, The Minority and Women Business Affairs and
Procurement Ordinance of the City of Miami, and agrees to comply with
all applicable substantive and procedural provisions therein, including
any amendments thereto.
SECTION XXII CONTINGENCY CLAUSE:
Funding for this Agreement is contingent on the availability of
funds and is subject to amendment or termination due to lack of funds,
or authorization, reduction of funds, and/or change in regulations or
program.
SECTION XXIII DEFAULT PROVISION:
In the event that the 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 the CITY, at its
sole option, upon written notice to the CONSULTANT ujay ca-tcel. and terminate
this Agreement, and all payments, advances,or other cor.lpensation paid
to the CONSULTANT by the CITY while the CONSULTANT taaU in default of
the provisions herein contained, shall be forthwith returned to the
CITY, provided the CONSULTANT was given the opprtunity to cure such
default and fails to do so within fifteen (15) days of receipt of official
notice.
-27-
AA
SECTION XXI.V ASPESTOS ARATF.MENT:
lnNestiF_ation and removal of asbestos containing material is not
part of this f�frecrent or of the services rendered by the Architect
in connection with the 1d,_,rk covered hY this Agreement.
SECTION X.XV ENTi R1i AGRF.F T1j,'1411
This instrument and its attachments constitute the sole and only
Agreement of the parties hereto relatinf; to Laid Project and correctly
sets forth the rights, duties, and obligations of each.
SECTION XXVI AMENDMENTS:
No amendments to this Agreement shall be binding on either party
unless in writing and signed by both parties.
SECTION XXVII VENUE:
Any litigation, arbitration or administrative proceeding arising
hereunder shall be in Dade County, Florida.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to
be executed by the respective officials thereunto duly authorized, this
the day and year first above written.
CITY OF MIAMI, a municipal
Corporation of the State of
ATTEST: Florida
MATTY HIRAI
City Clerk
ATTEST:
Jorge L. Estevanez
Corporation Secretary
APPROVED AS TO INSURANCE
REQUIREMENTS:
By
GESAR H. ODIO
City Manager
CONSULTANT
Urban Architects, Inc.,
A Florida for Profit Corporation
By
Nelson Mallo, President
(affix Corporate Seal)
Federal Employer I.D. #59-1585289
APPROVED AS TO FORM AND CORRECTNESS:
Segundo Perez JORGE L. FERNANDEZ
City Attorney
--2 8-
89 -393
EXii1BI'I' "A"
MODERN I ZATI ON PROJECT
Propose� c��,n�, nf Prnjerr
1. THREE NEW TICKL'T BOOTHS/WASHROOMS
To improve circulation around the OrnnFe Bowl end to provide washroom
facilities for "tail gate" activities and parking lot special uses.
The existing ticket booths will be removed after the new ramps and
concourses are constructed.
2. HANDI CAPPLD-KA11I' DECKEAS1: SLOPE, NEW SEATING PLATFORMS AND NOKT11
AND SOUTH STANDS
To provide Handicapped Seating and improve accessibility to this
seating area and handicapped toilet.
3. 2-80001# ELEVATORS-2 SOUTH SIDE AND 1 NORTH SIDE
The service elevator; are primarily for concession use. They can
also be used to transport spectators when it is desirable to do so.
4. CONTROL SCREEN AROUND ORANGE BOWL STRUCTURE
Replace existing orange fence located 30-40 feet outside face of
structures with permanent decorative exterior wail. creating an at
grade concourse around the Orange Bowl. Also incorporated with this
wall will be four (4) points new ticket turnstyle entry points
(1 located in each corner of the Orange Bowl.) It is proposed that
ticketed patrons present their ticket regardless of the section they
are seated in any one of four (4) entry points and then once inside
at grade concourse, signing and graphics will direct the patron to
the proper seat.
5. WASHROOMS MORE THAN DOUBLE -NEW TOTAL 1,250 PLUS FIXTURES
6. CONCESSION ADDITIONS -CONCESSIONAIRE TO FURNISH FIXTURES
With the construction of the new concourses, the old concourses will
provide space to expand concession facilities at the 36 and 68 foot
levels of the North and South Stands.
7. UTILITY ADJUSTMENTS
Relocate on -site underground utilities to accommodate the new ramp
and concourse construction.
8. EXTERIOR LIGHTING
Improve lighting for the exterior circulation area arounf the Orange
Bowl.
9. STRUCTUI:AL REPAIR
Replace concrete seating joists and slabs, clean, repair and paint
structural steel where necessary.
10. EMERGENCY LIGHTING S7STEM
To provide for a Standby Generator System in the event of complete power
loss to the Orange Bowl Stadium.
11. GARDEN CONCESSION - SOUTH STANDS ONLY
To accommodate those who arrive prior to the Orange Bowl being open
for an event. Can also be used for special parking lot event uses.
12. REMOVE EXISTING INTERIOR FENCE AND ADDED PAVING
Because the new fence system will be easily controlled, the existing
interior fencing; will not be required. Pavement adjustments will be
required to direct people to the new entry areas.
13. NEW RAMPS AND CONCOURSE
This improvement will provide for a new ramp system twice as wide as the
existing ramps but with a far more gentle slope. Entry to the stadium
will greatly improve with far better ground control. The new wider
concourses will vastly improve interior circulation with better access to
the n w washrooms and concessions at the 36 and 68 foot levels.
14. NEW RA_.1111) SLOPES TO 9' 6 LEVEL, CONCOURSE
Ramps at each end of the North and South Stands will be reconstructed
with less slope than currently exists.
CORPORATE RESOLUTION
WHEREAS, Urban Architects, Inc. ., desires to enter into an Agreement
with the City of Miami; and
WHEREAS, the Board of Directors at a duly held corporate 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 , 1989.
Nelson Mallo
CHAIRPERSON OF THE BOARD OF DIRECTORS
61
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To: Honorable Mayor and Members
of the City Commission
FROM : Cesar H. Odl o
City Manager
E
DATE : APR 19 1989 FILE :
SUBJECT: Resolution to Approve Contract:
Design Consultant for Orange
Bowl Modernization Phase II
REFERENCES:
ENCLOSURES:
RECOMMENDATION:
TT is respectfiTlly recommended that the City Commission adopt the
attached resolution authorizing the City Manager to execute an
agreement, in the substantially attached form, with Urban
Architects, Inc. for professional design consultant services for
the Orange Bowl Modernization Project - Phase II, for a total fee
to the consultant of $935,000, and authorizing the start of
design work on said project for an amount not to exceed $187,000,
with continuation of the work being subject to the Commission's
approval of the total project and financing.
BACKGROUND:
e Depar ment of Parks, Recreation and Public facilities has
prepared the attached legislation which authorizes the start
design of work on the Orange Bowl Modernization Project -
Phase II. Even though total financing for this project has not
yet been finalized, we are requesting approval to begin work so
that we may satisfy the major users of the facility, the
University of Miami and the Orange Bowl Committee and complete
negotiations with them for new long -tern use agreements, and so
that we may be in position to begin construction after January 1,
1990, pending further Commission approvals-. Failure to initiate
design wort: at this time will preclude January start of
construction.
Pursuant to public notice and direct mail solicitations for
proposals, and after a lengthy competitive selection process, the
design team lead by Urban Architects, Inc. (a Hispanic -owned
firm) as the prime consultant was ranked first by the Selection
Committee and later by the City Manager for this project.
Subconsultants are Heery Architects and Engineers (a non -minority
stadium specialist and structural engineering firm), Maurice Gray
and Associates (a black -owned civil engineering firm), United
Architects, Inc. (a Hispanic, female -owned firm that will perform
facility inspections and investigation), Emilio J. Hospital and
Associates (a Hispanic -owned electrical and mechanical
engineering firm), Construction Management Services, Inc. (a
black -owned firm that will provide cost estimating) and Laura
Llerena and Associates, Inc. (a Hispanic, female -owned landscape
architectural firm).
Honorable Mayor and Members
of the City Commission
Resolution to Approve Contract:
Design Consultant for Orange
Bowl Modernization Phase II
page 2
roved by the City Commission by
The ranking was then app which further
Resolution No. 88-1049 adopted Novemberhrough9Bde�signees Herbert
authorized City Manager to negotiate,
J. Bailey and John J. Mulvena, with the design professionals for
the needed services. agreement
These negotiations are now
condit ions a forand
the a performance attached of into
details the terms and The work is divided
required design consultant services.
six (6) phases: Investigative Analysis and Construction
Schematic/Preliminary Design, Design Development. estimate and
Documents, Bidding, and Construction; City to costestimate
City at the
related documents are to be
conclusion of each phase for approval.
It should be noteany
d that the City may terminate the
worfor taaork
time Burling the contract, paying the consultants only
completed up to that point. A full report at the conclusion of
s and phase may
the first, Investigative Analy the future Programming,
n this historic
assi st the City t.y in determining Design Phase Vai 11
assi 1 i ty. The scheivati c/Prel imi nary
ate file plan originated by
facconceptualize those fi n6d�cigs herganyaski i7 and Associ a`ccs, inc. and
the fi rm of Kunde, 5p " of
presented to the CorlImi ssi ongin Jul' for 1a B� total of o �e$187 ,000 for
each of three phases is L
Phase 1 and 2.
The total fee to the consultant, including all sub -consultants,
uaC �
is $935,000 for al 1 6 phases, Eahi ch i s roughly y
the total project. The consultant completion on will remain
otunder
constructi on and
the will ct, at
of the City, throughDesign time is
the City's acceptance of the finwhal wor
k.
be phased over
estimated to be 7-1/2 months,
construction time, and constructtoe January towill eAugusta(
periods in
phases, to be performed during
both 1990 and 1991.
for the first two (2) phases is presently available as a
Funding le glover Extension Project Deposit,
loan from the Downtown
to People
repaid immediately upon receipt of
Project PJo. 371001,
funds from the and
Florida fromUe of the CitiesLoanL Bowl Enterprises' Fund
from funds allocated package to be
Operating Budget. We anticipate a full financing
completed for Commission review within the next sixty (60) days.