Loading...
HomeMy WebLinkAboutR-85-1235J-85-1199 it 4 RESOLUTION NO. "IL235 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, BETWEEN THE CITY OF MIAMI AND RODRIGUEZ KHULY QUIROGA ARCHITECTS TO PROVIDE PROFESSIONAL SERVICES RELATED TO THE DESIGN DEVELOPMENT PLAN AND DESIGN CRITERIA MANUAL FOR SW LOTH STREET FROM SW 1ST AVENUE TO BR ICKELL AVENUE. WHEREAS, the Brickell loth Street Promenade was first recommended in the Brickell Station Area Design and Development (SADD) Plan, approved by the City Commission on April 23, 1981; and WHEREAS, the design standards are needed now so that any private 1 development that is initiated will be implemented in harmony; and WHEREAS, the Capital Improvement Fund FY 1985 has an allocation of $48,000 of which $39,000 is derived from the Capital Improvement Funds Interest Income and $9,000 from the Miley Property rent for the purpose of conducting the study; and WHEREAS, by Resolution No. 85-417, dated April 11, 1985, the City Commission authorized the issuance of a Request for Letters of Interest for consulting services; designating the applicable professional services as a Category "B" project; and appointing Sergio Rodriguez, Director of the Planning Department, as chairperson for the Consultant Competitive Selection negotiation committee in accordance with Section 18-52.3 of the City Code; and WHEREAS, CITY, through public advertisement and direct mailing, solicited expressions of interest from qualified consultants; and WHEREAS, the Consultant Competitive Selection Committee along with the Certification Committee evaluated the qualifications of those who responded to —, - - the City's Request for Letters of Interest, and selected the firms most qualified according to the selection criteria set forth in the Request for Letters of Interest to provide professional planning, architectural, engineering and landscape architectural services for the preparation of a Design Development Plan and Design Criteria Manual for Brickell loth Street Promenade, all in accordance with the State of Florida's Consultant Competitive Negotiations Act, enacted by the Legislature of Florida, July 1, .. yV 1973, and by the City of Miami Ordinance #8965, July 23, 1979; and "- WHEREAS, the City Commission by Resolution No. 85-1008 on September 26, 1985, approved the Consultant Competitive Selection Committee's recommendation qr CITY COMVTISSION ' MEETING OF DEC 19 1985 RESOLUTION No. 4 4 to provide, along with its designated subconsultants, professional planning architectural, engineering and landscape architectural services for the Design Development Plan and Design Criteria Manual of SW loth Street from SW 1st Avenue to Brickell Avenue and authorized the City Manager to negotiate a Professional Service Agreement with Rodriguez Khuly Quiroga, Architects; and WHEREAS, the Agreement, in a form acceptable to the City Attorney, between the City of Miami and Rodriguez Khuly Quiroga, Architects was negotiated in a fair and reasonable manner; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAM1, FLORIDA: Section 1. The City Manager is hereby authorized to execute the negotiated agreement, in a form acceptable to the City Attorney, between the City of Miami and Rodriguez Khuly Quiroga, Architects, to provide professional services related to the Design Development Plan and Design Criteria Manual for SW loth Street from SW 1st Avenue to Brickell Avenue, using previously allocated funds to cover the cost of such services. PASSED AND ADOPTED this 19th day of December , 1985. ATTEST: REVIEWED AND APPROVED BY: 11�"4' CHIEF DEPUTY CITY ATTORNEY APPROVED FORM AND CORRECTNESS: 8"'-1235 CITY OF MIAMI. FLORIDA INTER-OFFICEMtMORANOUM 47 TO. Honorable Mayor and Members of the City Commission FROM Odl o Cesar H. City Manager k, DATE: DEC 12 lwb 1"Lt: SUBJECT Brickell loth Street Promenade Authorization to Execute Agreement REFERENCES f or City Commission Meeting December 19, 1985 ENCLOSURES: It is recommended that the City Manager be authorized to execute the negotiated agreement, in a form acceptable to thi LIty Attorney, between the City and Rodriguez Khuly Quiroga, Architects to provide professional services re'-iate`a to the preparation of a es gn Development . Plan and Design Criteria Manual for SW loth Street from SW 1st Avenue to Brickell Avenue, using previously allocated funds to cover the cost of such services. The Planning Department is seeking approval of the negotiated professional services agreement, in substantially the form attached hereto, related to the Design Development Plan and Design Criteria Manual for SW loth Street from SW 1st Avenue to Brickell Avenue. By Resolution No. 85-417 passed by the City Commission on April 11, 1985, the Consultant Selection process was initiated by designation of said project as a Category "B" Project. On September 26, 1985, by Resolution No. 85-1008 the City Commission approved the Consultant Competitive Selection Committee's recommendations, and authorized the City Manager to negotiate an Agreement with Rodriguez Khuly Quiroga, Architects to provide services along with the designated subconsultants. The negotiated agreement, in a form acceptable to the City Attorney has been signed by the consultant, favorably reviewed by the Law Department, and now requires ratification by the City Commission. An explanation of the fee for professional services and the tasks required for the project accompany the agreement. Funding for the entire project is derived from the FY'85-86 Capital Improvement Funds ($39,000.00) and from the Miley Property rent ($9,000.00). CHO/SR PROFESSIONAL SERVICES AGREEMENT i M THIS AGREEMENT entered into this e-�+ day of 1985, by and between the CITY OF MIAMI, a municipal corporation of the State of Florida, hereinafter referred to as "CITY"; and RODRIGUEZ KHULY QUIROGA ARCHITECTS, CHARTERED, hereinafter referred to as "PRINCIPAL". RECITAL WHEREAS, the Brickell loth Street Promenade was first recommended in the Brickell Station Area Design and Development (SADD) Plan, approved by the City Commission on April 23, 1981; and WHEREAS, the design standards are needed now so that any private and public development that is initiated will be implemented in harmony; and WHEREAS, the Capital Improvement Fund FY 1985 has an allocation of $48,000 of which $39,000 is derived from the Capital Improvement Funds Interest Income and $9,000 from the Miley property rent for the purpose of conducting the study; and WHEREAS, by Resolution No. 85-417 passed and adopted on April 11, 1985, the City Commission approved the designation of professional services for the preparation of a design development plan and Design Criteria Manual as a Category "B" Project and appointed Sergio Rodriguez, Director, Planning Department as Chairperson for the Consultant Selection Committee in accordance with Section 18-52.3 of the City Code; and WHEREAS, CITY, through public advertisement and direct mailing, solicited expressions of interest from qualified consultants; and WHEREAS, the Consultant Competitive Selection Committee along with the Certification Committee evaluated the qualifications of those who responded to the City's Request for Letters of Interest, and selected the firms most qualified according to the selection criteria set forth in the Request for Letters of Interest to provide professional, architectural, engineering and landscape architectural services for the preparation of a Design Development Plan and Design Criteria Manual for Brickell loth Street Promenade, all in accordance with the State of Florida's Consultant Competitive Negotiations Act, enacted by the Legislature of Florida, July 1, 1973, and by the City of Miami Ordinance #8965, July 23, 1979; and 85 -1235 11 T WHEREAS, the City Commission passed and adopted Resolution No. 85-1008 on September 26, 1985, accepting the Competitive Selection Committee's recommendation for award, and authorizing the City Manager to negotiate an agreement with the firm of Rodriguez Khuly Quiroga Architects, Chartered, for professional services required to provide a Design Development Plan and Design Criteria Manual for Brickell loth Street Promenade; and NOW, THEREFORE, CITY and PRINCIPAL for the consideration hereinafter set forth, agree and covenant one unto the other as follows: SECTION I - TERM The term of this Agreement shall be from December 19, 1985 through June 17, 1986. SECTION II - COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. SECTION III - 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 services, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI PRINCIPAL Sergio Rodriguez, Director Planning Department 275 N. W. 2 Street Miami, FL 33128 Rodriguez, Khuly Quiroga, Architects 4440 Ponce de Leon Boulevard Coral Gables, FL 33146 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 rule. 0. 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. -2- C S'-1235 T 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. SECTION IV - GENERAL A. PRINCIPAL and CITY are fully aware of the SCHEDULE OF WORK requirements as defined under Section VI SCHEDULE OF WORK and will therefore proceed with all diligence to carry out the WORK to meet such requirements. PRINCIPAL shall proceed with all applicable dispatch in a sound, economical, efficient and professional manner, to the timely preparation of all the necessary documents for the preparation of a Design Development Plan and Design Criteria Manual. B. PRINCIPAL shall perform the professional services as hereinafter set forth and in general accordance with the instructions of CITY. C. CITY has budgeted the amount of $48,000.00 for the total cost of the PROJECT, as follows: I. $45,500.00 for planning and design services FEE, for the PRINCIPAL. 2. $2,500.00 for final PROJECT printing and advertisement costs. D. CITY agrees to pay and the PRINCIPAL agrees to accept as payment in full for all professional and technical services rendered, as outlined in SECTION III - PROFESSIONAL SERVICES thereof, the progress payment fee of Forty Five Thousand Five Hundred Dollars ($45,500.00). SECTION V - DEFINITIONS A. CITY - is hereby defined as the City of Miami, Florida. B. CITY MANAGER - is hereby defined as the City Manager of CITY. - 3- S&S' -1235 C. PRINCIPAL - is hereby defined as Rodriguez Khuly Quiroga Architects, Chartered, 4440 Ponce De Leon Boulevard, Coral Gables, Florida, 33146. Phone: (305) 448-7417. D. PROJECT - is hereby defined as the detailed design/development of loth Street between S. W. 1st Avenue and Brickell Avenue and the preparation of a Design Criteria Manual with standards and guidelines for public and private development in the area, as indicated on Exhibit "A". E. PROJECT MANAGER - is hereby defined as the Manager of the PROJECT for CITY. F. SUPERVISION - PRINCIPAL shall be under the general supervision of the Planning Department Director and under the direct supervision of the PROJECT MANAGER appointed by the Planning Department Director. G. WORK - is hereby defined as all the professional and technical services to be rendered or provided by PRINCIPAL for the PROJECT, as described in SECTION III - PROFESSIONAL SERVICES hereof. H. FEE - is hereby defined as the amount of money the CITY agrees to pay and PRINCIPAL agrees to accept as payment in full for all the professional and technical services rendered pursuant to this Agreement to complete the WORK as further defined in SECTION III - PROFESSIONAL SERVICES, hereof. I. DIRECT TECHNICAL SALARY EXPENSE - is hereby defined as the straight -time portion of wages and salaries subject to Federal Income Tax of the PRINCIPAL's technical personnel (including. but not limited to Principals, Architects, Engineers, Landscape Architects, Pl-anners, Designers, Drafting Staff, Specification Writers and Technicians, etc., ) engaged directly on the PROJECT. The DIRECT TECHNICAL SALARY EXPENSE charge against PROJECT for any personnel, including PRINCIPALS and/or the PRINCIPAL's designated specialists shall not exceed THIRTY-FIVE AND NO/100 DOLLARS ($35.00) PER HOUR, plus payroll burden which is not to exceed TWENTY-THREE PERCENT (23%). J. EXHIBIT "A" - is hereby defined as PROJECT AREA, which shows the B rickell loth Street Promenade Project Area in its entirety and which shows the boundaries of the PROJECT to be planned -4- under this Agreement. S5-1235 SECTION VI - PROFESSIONAL SERVICES A• PRINCIPAL and its specialists shall work primarily in close coordination with designated staff from the City of Miami Planning Department and as well as the Department of Public Works. Other CITY departments will also be involved on an as - needed basis. B. PRINCIPAL in close coordination with the CITY shall perform the following professional and technical services comprising the WORK and shall be fully responsible for all the professional and technical aspects thereof. CITY'S review and approval of the WORK will relate only to overall compliance with the general requirements of the PROJECT and whenever the term "Approval by the CITY" or like term is used in this Agreement, the phraseology shall in no way relieve the PRINCIPAL from any duties or responsibilities under the terms of this Agreement and from using the best professional architectural, engineering, landscape architectural and other necessary services and practices. C. PRINCIPAL shall, in the preparation of the Plans and Design Guidelines, comply with all Federal, State and Local Codes, ordinances and regulations pertaining to the design of the PROJECT. Attention is invited to the Federal Wage -Hour Law, Walsh -Healy Act, The Occupational Safety and Health Act, the National Environmental Policy Act and Equal Opportunity Legislation. D. PRINCIPAL and its Specialists shall, throughout the course of this PROJECT, particularly in the initial design stages, work, along with CITY, with members from designated community groups, and include their input in the overall.design process. E. PRINCIPAL and its Specialists shall be prepared with the r. appropriate documents to attend, and participate in, along with CITY, various meetings as appropriate during the course of the PROJECT. Prior to all meetings PRINCIPAL shall confer with the PROJECT MANAGER and related staff to review and approve all r documents to be presented to the public. These meetings shall .. include: - 5- 8`-1235 1. Meetings with Public Works and various City Departments with concerns in the area. 2. Meetings with Dade County concerning the proposed Metro Mover. 3. Meetings with representatives of property owners in the project area. 4. PRINCIPAL shall assist CITY in presentations to the PLANNING ADVISORY BOARD and CITY COMMISSION for the adoption of the plan. F. PRINCIPAL shall carry out the responsibilities under the terms of this Agreement; however, CITY shall have the right to take possession of, and use any completed or partially completed portion of the PROJECT, notwithstanding the fact that the time for completing the entire PROJECT or such portions may not have expired, but such taking possession and use shall not be deemed as acceptance of any work not completed and it shall in no way relieve PRINCIPAL of any of the responsibilities under the terms of this Agreement. During all Phases, PRINCIPAL shall act as his own representative to CITY in all matters pertaining to the PROJECT. G. SCOPE OF SERVICES - PROGRAM DEVELOPMENT AND PLANNING PHASE TASK 1. - SURVEY AND ANALYSIS 1.1 The project area - South Tenth Street from B rickell Avenue to the Brickell Transit Station and the abutting private and public properties shall be surveyed generally to determine: 1.1.1- location, size and type of existing shade and palm trees. 1.1.2- location of historic structures. 1.1.3- location, size and type of underground and overhead utility services. 1.1.4- grade elevations at centerline and side base building lines at 100 foot intervals for the length of the project area. - 6- 5 8`-1235 A10 1.1.5- location and use/design of ,.xisting major structures and pedestrian/vehicular entrances thereto. 1.2 Background information defining the projected use of the area shall be collected and analyzed as to project design impacts including: 1.2.1- Existing and proposed bus routes and public transit service to the area and loth Street and the Brickell Transit Station in particular. 1.2.2- Projected levels of development floor area construction and consequent trip generations for pedestrians and vehicles for abutting Tenth Street properties. 1.2.3- Projected utility expansion and reconstruction needs as determined by Miami Public Works and public utility companies. 1.2.4- Projected road improvements and traffic operation changes for the area. 1.3 A base map of the project area shall be prepared which shall include the existing platted street centerline and base building lines, platted lot lines, existing private and public structures likely to remain, vegetation likely to remain, important development features external to the area which will have an impact on the project (the Brickell Transit Station and site circulation features, potential linkages or extensions to the east of Brickell Avenue, full intersection geometrics for North -South Avenues.) TASK 2. - PROGRAM DEVELOPMENT 2.1 Based upon the above Task 1 survey and analysis, an operational program for the Tenth Street facility shall be defined and shall include: 2.1.1- A definition of the primary and secondary roles that the Brickell Promenade facility will perform with specific determinations as to priorities for pedestrian movements, transit -7- S5-1235 vehicle movements, service vehicle activities, emergency vehicle services, private automobile access and movement and bicycles. 2.1.2- Determination of the appropriate type(s) of public transit service (Metro Bus, Shuttle Bus, People Mover, Special Transit Vehicles) to be located within the Tenth Street facility. 2.1.3- Preliminary determination of a management program for the Tenth Street facility that addresses potential controlled access by time of day or day of week for each of the modes and activities determined to be appropriate to the facilities' function. 2.2 A general program defining functional objectives for the private front setback areas of adjacent development sites shall be prepared. Relationships of private setback areas to the Tenth Street facility and to adjacent private properties on either side shall be defined as objectives for subsequent design guidelines. 2.3 Additional design objectives for the use of public space within the Tenth Street corridor shall be defined to include but not be limited to social 'gathering space, ceremonial activities, retail activities as extensions of interior space, market activities, entertainment, exhibits and passive recreational activities. SCHEMATIC DESIGN PHASE TASK 3. - ALTERNATIVE DESIGN CONCEPTS 3.1 Based upon objectives and criteria established in TASKS 1 and 2, schematic alternatives for the placement, width, connections and function of pedestrian, service, and traffic systems within the Tenth Street right-of- way shall be developed. 3.2 In coordination with schematic alternatives in 3.1, design alternatives for treatment of landscaping, paving, amenity features, lighting and furniture shall be conceptually evaluated. -8- 85 -1235 3.3 Concepts for design themes for unifying and creating "sense -of -place" distinctions for the loth Street facility shall be graphically illustrated. Design concepts may include use of lighting elements, furniture, special amenity features or paving treatments as a means of establishing a theme or signature design statement. 3.4 Design concepts for establishing continuity of visual form and function for private setback areas as extensions of public street environment shall be graphically illustrated. DESIGN/DEVELOPMENT PHASE TASK 4 - FINAL DESIGN - 10TH STREET 4.1 Drawings and detailed specifications shall be prepared to a "Design Development" stage for the following elements selected and refined from Task 3: 4.1.1- Street cross-section showing relevant dimensions of functional areas, vertical clearances and placement of features and hardware. 4.1.2- Plan showing facility geometry including widths, lateral clearances, placement of utilities, furniture, placements, design features, transit stops, boarding zones, intersection dimensions, curbs if any, service access points, and typical driveway treatments if any. 4.1.3- Design criteria and specifications for facility components including paving materials and r patterns, surface loads and tolerances, and edge treatments at buildings and between functional zones; landscaping including materials, sizes, placement, planters, trees to be retained/moved, irrigation and drainage; lighting systems and hardware to include lighting for intersections, pedestrians, security, building facades, safety, traffic signal hardware and decorative systems; street furniture including seating, trash -9- i 85 -1235 IT receptacles, telephones, f 0 111 �17,ins, signage, newspaper racks, mailboxes, bicycle racks, planters, traffic signal cabinets and vendors carts. 4.1.4- Design criteria and specifications for drainage including surface sheet flow, catch basin, tree drainage (irrigation); utilities including facility adjustments and moves required, vault locations, methods for utility repair or replacement vis-a-vis proposed paving systems and potential disruption or damage thereto, and fire hydrants and hose bibs for street maintenance/cleaning. 4.1.5- Specifications and criteria for design of facilities, surfaces, signage, and access for handicapped. 4.1.6- Specifications and criteria for "worst case" emergency vehicle access and operation requirements. 4.2 Design Guidelines and Standards for Design of Private property shall be developed in manual form to address the following elements: 4.2.1- The design of setback areas between the building face and public right-of-way including specifications for materials, hardware, lighting, furniture, paving, landscaping, minimum clearances, pedestrian and vehicular access facilities, and service access. 4.2.2- The design of building facades reflecting considerations for retail continuity, details, human scale, lighting,- shading, signage, entrance features, transparency of walls, and relationships to adjacent properties. 4.3 Management and Promotional guidelines, procedures and organization for continuing operation, promotion and maintenance of the Tenth Street Facility shall be defined in the form of a report addressing: -10- is 85-1235 r�r.. 4.3.1- A structure for long term management services. 4.3.2- Funding strategies for supporting maintenance and management costs. 4.3.3- Relationships to property owners and business associates. 4.3.4- Roles of local government in management, funding and maintenance. 4.3.5- Potential programmatic options for promotion, public events, and activity amenities. SECTION VII - CITY'S SERVICES AND RESPONSIBILITIES CITY shall furnish PRINCIPAL with the following services and information from existing CITY records and CITY files: A. CITY shall provide information regarding its known requirements for the PROJECT. B. CITY shall furnish all applicable base maps, surveys, aerial photos, planning studies, capital improvement information, utility and underground maps, and data from existing records on file in the Department of Public Works and Planning of the CITY pertaining to the project area; and information concerning available service utility lines both public and private. PRINCIPAL shall not be held responsible for the completeness or accuracy of City -supplied information. C. CITY shall be responsible for notification, scheduling, and meeting space arrangements for meetings related to the PROJECT involving CITY, PRINCIPAL and others as necessary. D. CITY shall appoint a PROJECT MANAGER to act as liaison between CITY and PRINCIPAL, and PRINCIPAL shall not start work nor incur any expenses for any Phase of the WORK, special conditions or change orders without having received written authorization from CITY's PROJECT.MANAGER to do so. Nothinq contained herein shall relieve PRINCIPAL of any responsibility as provided under this Agreement. SECTION VIII - COMPENSATION FOR SERVICES A. CITY shall pay CONSULTANT, as maximum compensation for the :p s.. services required pursuant to FORTY FIVE THOUSAND FIVE HUNDRED DOLLARS ($45,500.00). -11- 85-1235 10 B. Such compensation shall be paid on the following oasis: At the End Percentage Accumulated of Phase of Fee Payment Payments I. Program 25% $11,375 $11,375 Development and Planning Phase 2. Schematic Phase 35% $15,925 $27,300 3. Design Dev. 40% $18,200 $45,500 Phase SECTION IX - SCHEDULE OF WORK PRINCIPAL agrees that time is of the essence and further agrees to execute the WORK promptly, diligently and only upon, and in strict conformance with, specific authorization from the PROJECT MANAGER in writing. CITY shall endeavor to complete all functions related to review and approval of the various phases within fourteen (14) calendar days of receipt of submissions. It is understood and agreed by both parties that the following schedule for the WORK will be strictly followed by PRINCIPAL and CITY: A. Program Development and Planning Phase PRINCIPAL shall complete the Program Development and Planning Phase within Sixty (60) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this I Phase. B. Schematic Design Phase PRINCIPAL shall complete the Schematic Design Phase within Sixty (60) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this Phase. C. Design Development Phase PRINCIPAL shall complete the Design Development Phase within Sixty (60) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this Phase. D. Time For Performance In the event PRINCIPAL is unable to meet the above schedule, or complete the above services because of delays resulting from ;s Acts of God or untimely review and approval by CITY and other governmental authorities having jurisdiction over the PROJECT, y and such delays are.npt caused by PRINCIPAL, CITY shall grant a reasonable extension of time for completion of the WORK. It r -12- R 85-1235 Shall be the responsibility of PRINCIPAL to notify CITY promptly in writing whenever a delay in approval by any governmental agency is anticipated or experienced, and to inform CITY of all facts and details related to the delay. E. If any of the following services are required of PRINCIPAL and cause PRINCIPAL extra expense CITY shall after providing written authorization to PRINCIPAL, pay PRINCIPAL at a rate of two and one-half (2.5) times Direct Technical Salary Expense, as defined in this Agreement, for those services rendered: 1. Revising previously approved program, drawings and/or specifications to accomplish changes by the CITY. 2. Prepare documents if requested by the CITY for additional services not in the scope of services. SECTION X - TERMINATION OF AGREEMENT CITY retains the right to terminate this Agreement at any time prior to completion of the WORK without penalty to CITY. In that event, termination of this Agreement shall be in writing to PRINCIPAL and PRINCIPAL shall be paid for services rendered in each completed Phase prior to termination in accordance with SECTION V - COMPENSATION FOR SERVICES, provided however that PRINCIPAL is not in default under the terms of this Agreement. If, however, the termination of this Agreement occurs during an incomplete PHASE, then PRINCIPAL shall be paid at the rate of two and one-half (2.5)times Direct Technical Salary Expense for those services rendered in Phase provided, that the PRINCIPAL is not in default under the terms of this Agreement. In no case, however, will CITY pay PRINCIPAL a greater amount for an incomplete Phase than would have been paid had the termination been made at the completion of the Phase. In the event of termination for any reason, all documents, plans, etc., as set forth in SECTION XI shall become the property of the CITY, with the same provisions of use as set forth in said SECTION XI. SECTION XI - PRINCIPAL'S SPECIALISTS PRINCIPAL proposes to have the following specialists, either from his organization or as his consultants or associates to perform the services indicated: A. Urban Design & Planning B. Architecture -13- 8S -1235 C. Civil Engineering i D. Landscape Architectural Selection of PRINCIPAL by the Competitive Selection Committee was based, in part, on the qualifications and expertise of the following urban, landscape, engineering, architectural and planning firms proposed as the designated specialists. The CITY hereby approves the following firms to provide consulting services for the PROJECT, as subcontractors to PRINCIPAL: Design Development Resources Eisenman/Robertson 560 Fifth Avenue New York, NY 10036 Hannah/Olin 2020 Chestnut Street Philadelphia, Pennsylvania McDonald -Johnson -Helmick Associates, Inc. 3000 Biscayne Boulevard, Suite 100 Miami, Florida 33137 Urban Design/Planning Management Strategies Landscape Architecture Engineering PRINCIPAL shall negotiate a fair and equitable agreement with each of the designated specialists and furnish CITY with a copy of each sub -contract agreement in a timely manner. PRINCIPAL may choose additional specialists, for which prior written approval from CITY must be obtained, but may not exclude those originally designated without an acceptable written request to CITY, submitting the reasons for said termination. PRINCIPAL will be responsible for all the work of his organization, and that of his consultants or specialists. Nothing contained in this -Agreement shall create any contractual relationship between any of the consultants and/or specialists working for PRINCIPAL, and CITY. It shall be understood that PRINCIPAL 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 XII - OWNERSHIP OF DOCUMENTS All documents developed by the PRINCIPAL under or as a result of this Agreement shall be delivered to CITY by PRINCIPAL upon completion of the services •required pursuant to this Agreement and shall become the property of CITY, without restriction or limitation on its use. PRINCIPAL agrees that all documents maintained and generated pursuant to this contractural relationship between CITY and PRINCIPAL shall be subject to all provisions of the Public Records Laws, Chapter 119, Florida Statutes. PRINCIPAL shall not be liable for possible damages resulting from C ITY's use of the documents on any other project. -14- 85 -1235 It is further understood by and between the partie.,".nat any information, writings, maps, contract documents, reports, or any other matter whatsoever which is given by CITY to PRINCIPAL pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by PRINCIPAL for any other purpose whatsoever without the written approval of CITY. It is further understood that no press releases or publicity is to be issued by PRINCIPAL without prior submittal to CITY and written approval from the CITY. SECTION XIII - AWARD OF AGREEMENT 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 resulting from the award of this Agreement. SECTION XIV - RIGHT TO AUDIT 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. SECTION XV- CONFLICT OF INTEREST 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 covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. ANy such interests on the part of CONSULTANT or its employees, must be disclosed in writing to 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 shall fully comply in all respects with the terms of said laws. SECTION XVI - ENTIRE AGREEMENT This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said grant and correctly sets forth the rights, duties and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. -15- 8"-1235 .r, SECTION XVII- AMENDMENTS A F No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. SECTION XVIII - NONDELEGABILITY 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. SECTION XVIX - SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. SECTION XX - TRUTH IN NEGOTIATIONS PRINCIPAL hereby certifies that wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of contracting and that the original contract price and any additions thereto shall be adjusted to exclude any significant sum where CITY determines the contract price was increased due to inaccurate, incomplete or non -current wage rate and other factual unit cost. Such adjustment shall be made within one year following the end of the Contract. SECTION XXI - INDEMNIFICATION PRINCIPAL shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses and causes of action which may arise out of CONSULTANT'S activities under this Agreement, including all other acts or omissions to act on the part of the CONSULTANT including any person acting for '.x or on its behalf and, from and against any orders, judgments, 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 r investigation thereof. SECTION XXII - RIGHT OF DECISIONS All services shall be performed by PRINCIPAL to the satisfaction of the PROJECT MANAGER who shall decide all questions, difficulties and disputes of Sf whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, amount and value thereof, and the PROJECT MANAGER'S decisions upon pQN, all claims, questions of fact, and disputes shall be final, conclusive and 4 binding upon the parties hereto, unless such determination is clearly -16- 85­1235 arbitrary or unreasonable. In the event that PRINCIPAL does not concur in the judgment of the PROJECT MANAGER as to any decision made, PRINCIPAL shall advise the PROJECT MANAGER of his non -concurrence 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 MANAGER and PRINCIPAL 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 XXIII - NON-DISCRIMINATION A. PRINCIPAL shall not discriminate against any employee or applicant for employment because of race, color, religion, sex national origin or handicap in connection with its performance under this Agreement. In the event of PRINCIPAL's non- compliance with this Section of this contract, this contract may be cancelled or terminated or suspended in whole or in part and PRINCIPAL may be declared ineligible for further City contracts. B. The PRINCIPAL will, in all solicitations or advertisements for employees placed by or on behalf of the PRINCIPAL, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin or handicap. C. Furthermore, that no otherwise qualified individual shall solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. SECTION XXIY - 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, and/or change in regulations. SECTION XXY - MINORITY PROCUREMENT COMPLIANCE Principal acknowledges that it has been furnished a copy of Ordinance No. 9775, the Minority Procurement Ordinance of the City of Miami, and agrees to �z.,.• .'�j. comply with all applicable substantive and procedural provisions therein { -17- including any amendments thereto. Sv 123S W. PW SECTION XXVI i DEFAULT eROVISION 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 was in default of the provisions herein contained, shall be forthwith returned to CITY. SECTION XXVII - INDEPENDENT CONTRACTOR PRINCIPAL, its Specialists and its employees and agents shall be deemed to be independent contractors, and not agents or employees of the CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of City, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the CITY. SECTION XXVIII - CONSTRUCTION OF AGREEMENT The parties hereto agree that this Agreement shall be construed and enforced according to the laws of the State of Florida. IN WITNESS WHEREOF the parties hereto have, through their proper officials, executed this Agreement, the day and year first set forth: ATTEST: PRINCIPAL: Rodriguez Khuly Quiroga Architects /% Chartered ATTEST: a y Hirai, City Clerk Approved as to form and Correctness: Lucia A. Dougherty City Attorney VICE. BIs15 on (Signature hand Seal ) THE CITY OF MIAMI (a Municipal Corporation of the State of Florida) Cesar H. Udio, City Manager 8"t -1235 CORPORATE RESOLUTION WHEREAS, the Board of Directors of Rodriguez Khuly Quiroga Architects Chartered has examined terms, conditions and obligations of the proposed contract with the City of Miami for architectural engineering and landscape architectural services; 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 OF Rodriguez Khuly Quiroga Architects Chartered, that the president and secretary are hereby authorized and instructed to enter into a contract in the name of, and on behalf of this corporation, with the City of Miami for Development Plans and Design Criteria Manual for Brickell loth Street Promenade, in accordance with the contract documents furnished by the City of Miami, and for the price and upon the terms and payments contained in the proposed contract submitted by the City of Miami. IN WITNESS WHEREOF, this 1.- day of 1985. WITNESS: CHAIRMAN, Board of Directors 41 85 -1235 ltwa4old U AFFIDAVIT City of Miami Department of Law 169 East Flagler Street Suite 1101 Miami, Florida 33131 TO WHOM IT MAY CONCERN: This is to certify that Antonio M. Quiroga is authorized to make and sign contracts and agreements by or on behalf of Rodriguez Khuly Quiroga Architects Chartered. Antonio M.-Quirjrga, Sec. a Treas., Rodriguez Khuly Architects Chartered 4440 Ponce de Leon Boulevard Coral Gables, FL 33146 SWORN TO AND SUBSCRIBED before me this 17 day of 1985 n 41b inn i- NUNN NOW lilt, nu —n n min �� n Hill IIn mia iu� nmm KAM 1111111m moll", I mill ''� : :III= � � � 1,4 "O k \ Lol s?, '" ATTACHMENT A BRICKELL 1 Oth STREET PROMENADE 0 200 400 IL 85-1235 f