Loading...
HomeMy WebLinkAboutR-85-0814;-754 RESOLUTION NO. 85-814 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 JOSEPH MIDDLEBROOKS A14D ASSOCIATES TO PROVIDE PROFESSIONAL SERVICES RELATED TO THE DESIGN AND CONSTRUCTION OF THE NORTH DISTRICT POLICE SUBSTATION PROJECT, USING PREVIOUSLY ALLOCATED FUNDS TO COVER THE COST OF SUCH I SERVICES. WHEREAS, to more effectively combat crime and improve professional law enforcement services to the community, the City of Miami proposes to develop a Police Substation in the North District; and WHEREAS, the City Commission, on January 26, 1984, approved Ordinance #9787 authorizing the issuance, subject to the Special Municipal Election of March 13, 1984, of $20,000,000 for Police Headquarters and Crime Prevention Facilities General Obligation Bonds, for the purpose of funding various improvements; and WHEREAS, the voters of the City of Miami, at the Special Municipal Election on March 13, 1984, provided for by Ordinance #9788 passed and adopted on January 26, 1984, approved the levy and collection of ad valorem taxes to pay for such bonds; and WHEREAS, by Resolution No. 84-1277, passed and adopted on November 8, 1984, the City Commission approved the designation of the planning and design services for the development of the Police Substation for the North District as a Category "B" project, and appointed John E. Gilchrist, Assistant to the City Manager, Special Projects Task Force, as Chairperson for the Consultant Competitive Selection Committee, in accordance with Ordinance No. 8965; and Fi�t�,E,191J MISSION b, G OF 1 JUL 25 1985 Fsowiw,i nu. -- tm&Rks t x .c ki q t 1 WHEREAS, the 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 Is Request for Proposals, and selected the firms most qualified to provide professional, architectural, engineering and landscape architectural services for the development of the Police Substation for the North District, 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 WHEREAS, The City Commission by Resolution 85-675 on June 20, 1985, approved the Consultant Competitive Selection Committee's recommendation of the firm most qualified to provide, along with its designated subconsultants, professional architectural, engineering and landscape architectural services for the development of the North District Police Substation and authorized the City Manager to negotiate a professional services agreement with Joseph Middlebrooks and Associates, Architects; and WHEREAS, the Agreement, in a form acceptable to the City Attorney, between the City of Miami and Joseph Middlebrooks and Associates was negotiated in a fair and reasonable manner: NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, 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 Joseph Middlebrooks and Associates, to provide professional services related to the design and construction of the North District Police Substation Project, using previously allocated funds to cover the cost of such services. r i i1 t It 2 85-814 FF I PASSED AND ADOPTED this _day of __ 1985• ATTEST: `�--� RA,�;ONGIE, City 2ork PREPARED AND APPROVED BY: RO E T F . CL Rk Deputy City Attorney MAU A. R , ayor APP ED TO FORM AND CORRECTNESS: LUCIA A. IOUGHERTY City Attorney ,t ro. Honorable Mayor and Members of the City Commission Sergio Pere FROM City Manag,pf CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM 34 ^� nerr t elk r. ' SUBJECT North District Police Substation - Authorization h to Execute Agreement REFERENCES, �n For City Commission Meeting of July 25, 1985 ENCLOSURES. !C. It is recommended that the City Manager be authorized to execute the negotiated agreement, in a form acceptable to the City Attorney, between the City and Jose h Middlebrooks and Associates to provide pro essional services related to the design and construction of the North District Police Substation Project, using previously allocated funds to cover the ti= cost of such services. The Special Projects Division of the Office of the City Manager is seeking approval of the negotiated professional services agreement, il; substantially the form attached hereto, related to the design and �= construction of the North District Police Substation Project. By Resolution No. 84-1277 passed by the City Commission on November 8, 1984, the Consultant selection process was initiated by designation of the planning and design services for the North District Police Substation as a Category "B" Project. On June 20, 1985, by Resolution No. 85-6759 the City Commission approved the Consultant Competitive Selection Committee's recommendations, and authorized the City Manager to negotiate an Agreement, with Joseph Middlebrooks and Associates to provide, along with the designated subconsultants, Emilio J. Hospital, P.E., Engineering; Maurice Gray and Assoc., inc. Engineering; Laura Llerena & Associates, Inc., Landscape Architecture; Peter Blitstein, Architecture; Wackenhut Corp., Security, architectural, engineering and landscape architectural services for this project. The negotiated agreement, in a f^,rm acceptable to the City Attorney, has been signed by the consultant, favorably rev4-swed by the Law Department, and now requiresi ratification by the City Commisson. .:; explanation of the fee icr professional services and the 1.-as�3 required for the project accompany the agreement. EIS-, 814 V Honorable Mayor and Members of the City Commission Page Two in order to monitor and control construction costs throughout the design of the Project, this agreement requires the consultants to provide Cost Estimates for the City's review and approval during, and at the conclusion of each of the four phases of the project's design. This will enable us to identify and eliminate areas of potential cost overage as well as changes in the construction industry and market conditions. To meet the City's demand for this level of information the Consultants have included in their team a professional Cost Estimating Firm t- provide the required level of expertise and accuracy. Funding for the entire project is provided through the 1984 Police Headquarters and Crime Prevention Facilities General Obligation Bonds as appropriated by Capital Improvements Appropriations Ordinance No. 9939, on December 20, 1984. JEG/JDS/mim V 85-814 JOSEPH MIDDLEBROOKS ASSOCIATES ARCHITECTS- URBAN PLANNERS • INTERIOR DESIGNERS July 17, 1985 Ms. Juanita D. Shearer City of Miami Special Projects Task Force Office of the City Manager 2701 S. Bayshore Drive Suite 401 Miami, Florida 33133 Re: The North District Police Substation Dear Ms. Shearer: Pursuant to our meetings, I am resubmitting to you the Project Budget sheet and the Staff and Consultants Budget sheet. Please note that the project costs are indicated per phase and are broken down for principal cost and staff costs. The total number of hours estimated is 3,606 for my in-house staff. The various engineering and consultants disciplines are also separately shown. The total cost for architectural/engineering/special consultant services if $315,750. The State requires Threshold Consultant services for certain types of buildings -- an allowance of $8,000 is indicated as part of the fee, but would only be utilized after special authorization on a work order basis. If this amount is used, the total requested allocation is $323, 750. Please note that the form for the Project Budget sheet indicates the estimated costs per phase and a separate cost for the consultants. Although the individual line items are not intended to be contractual, the bottom line fee of $323,750 is contractual and includes the allowance of $8,000 for Threshold Consultative services. To ensure quality cost control, a Cost Consultant was submitted as part of the team and is included herein. This will enable the team to ensure that the project is designed and executed within the approved budget. Although the negotiations have been intense, I do appreciate the professional nature in which you approached the resolution of the disputes and the timely manner in which you responded to the various questions phrased. 6301 SUNSET DRIVE, SUITE 204, SOUTH MIAMI, FLA., 33143 • PHONE 13051661-7564 a s 85-814_ ELI i Ms. Juanita D. Shearer July 17, 1985 Page -2- I do commend you for your professionalism. It is a pleasure working with you and your colleagues -- we are ready to go, to work. 9 ncerely, r 1 J ep Mid lebrooks, AIA JM:jan Enclosures �d CI? 85"""'8" 14_ PROTECT PUDGF.T FOR CITY OF M11AMI NORTH DISTRICT POLICE SUBSTATION PROJECT PROFESSIONAL SERVICES !.' 1P Sl;M FEE: Procrammi.ng/ Deve : opment & Planning Schematic Design Design Development Construction Documents Specifications Bidding Construction Administration Record Drawings Subtotal Overhead & Profit 1 e-, In-house Services CONSULTANTS Structural Consultant M.E.P. Consultant Civil Engineer Consult.nt Landscape Architecture Cost Consultants Architectural Interior Design Security/Communications EXTRA SERVICES Threshold Consultant Subtotal Consultants & Extra Services TOTAL LUMP SUM FEE Building Construction budget Fixtures, Furnishing & Equip. Contingencies Total Project Sudiet DATE: July 17/85 E223 :;—rLoo) 7 ..� .! Ar= 85--814. 10 r" STAFF TIME L CONSULTANTS BUDGET PROJECT: NO. DISTRICT SUBSTATION (POLICE DEPARTMENT) BATE: July 17/85 N It M 13 E R H O U R S C C► S T PHASE 19I:L111:-1 PRINCIPAL STAFF PRINCIPAL STAFF TOTAL PKTNCIPAI, STAFF To,mi. 11roq ran, m i. r i- ,' Pe v e I opryie tit. ll- Design Development -- I i 21 57� Construction Docrs . Z` S pe c i f i c a r_ i c� ►� s �, I tj t�ft�;,; (L� _�- piddinq Corrstrur-t inn Admin. �_ j �i 57� _G�'• -'��� +^ -�''� Record Vrawi nq s '3 1112L 112,-T P- Jn-house services '.ours//opt Gverheq-jf:3 6 Profit - 150L SUBTOTAL T 11tti'I' S t r u c t Structural Structural. Conrult_ant. _ M.E.P. Consultant 2 Civil Engineer Consultant I.andscapf- Architect Cost Consultants r �_ Arch. Interior i ies i o!: Sc,curi!_y/:'�mm�:nica, iot, r • f---y �-,,i.•'� ` SUBTOTAL TOTAL RFGUI,An SERVICES I'.XTPA SERVICES Threshold Consultant SUBTOTAL CONSULTANTS t7. & EXTRA SERVICESTOTAL 41m a CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Junaita Shearer GATE July 17, 1985 �,�E85-237 Landscape :architect III SUBJE--- Joseph Middlebrooks & Association Agreement \,A ,ejandro Vilarello REFERENCES 4ssistant City Attorney ENCLOSURES The above referenced agreement has received initial Law Department approval subject to the following: 1. Subject to revisions as noted on attached copy. _ 2. Proper execution by the parties: (a) If a Corporation (i) Corporate resolution (seal) (ii) Signature by authorized corporate officer attested to by corporate secretary (seal) (b) If not a Corporation (i) Signature of two witnesses 3. Review and approval by the Department of Risk Management. X 4. Final review and approval by the City Attorney. x 5. Attachment of all necessary exhibits (i.e. those exhibits referred to within the agreement). AV/wpc/E32l/B006 0 n 4 L • I RS-217 4 AGREEMENT THIS AGREEMENT, made this day of , 1985, A.D., by and between the CITY GF MIAMI, 3 municipal corporation of the .3tate of Florida, hereinafter �all e3 the ::TY, and .Joseph Middlebrooks and Associates, hereinafter call the PRINCIPAL. WITNESSETH: WHEREAS, to more effectively combat crime and improve professional law enforcement services to the community, the City of Miami proposes to develop a Police Substation in the South District; and WHEREAS, the City Commission, on January 26, 1984, approved Ordinance #9797 authorizing the issuance, subject to the Special Municipal Election of March 13, 198y, of D20,000.000 for Police Headquarters and Crime Prevention Facilities General Obligation Bonds, for the purpose of funding various improvements; and WHEREAS, the voters of the City of Miami, at the Special Municipal Election on March 13, 1984, provided for by Ordinance #9788, passed and adopted on January 26, 1984, approved the levy and collection of ad valorem taxes to pay for such bonds; and WHEREAS, by Resolution No. 84-1277, passed and adopted on November 8, 1984, the City Commission approved the designation of the planning and design services for the development of the Police Substation for the South District as a Category "B" Project, and appointed John E. Gilchrist, assistant to the City Manager, Special Projects Task Force, as chairperson for the Consultant Competitive Selection Committee, in accordance with Ordinance No. 8965; and WHEREAS, the City, through public advertisement and direct mailing, solicited expressions of interest from qualified consultants; and C L� i"b ,h N iq IIA_ Al' a 85-814 1 i i N WHEREAS, the Consultant Competitive Selection Committee along with the Certification Committee, evaluated the ,;ualifications of those who responded to the City's Request for Proposals, and selected the firms most qualified to provide professional architectural, engineering and landscape architectural services for the development of the Police Substation for the South District, 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; WHEREAS, The Commission of the City of Miami has by Resolution No.85-675, dated June 20, 1985, approved the Consultant Competitive Selection Committee's recommendation of the firms most qualified to provide, along with the designated subconsulting engineers and landscape architects, professional architectural, engineering and landscape architectural services for the project and authorized the City Manager to negotiate an Agreement with Rodriguez Khuly Quiroga Architects Chartered for the complete professional and technical services required for the Project; NOW THEREFORE, the CITY and the PRINCIPAL for the considerations hereinafter set forth, agree and covenant, one unto the other as follows: SECTION I — GENERAL A. The PRINCIPAL and the CITY are fully aware of the SCHEDULE OF WORK requirements as defined under SECTION VI and will therefore proceed with all diligence to carry out the WORK to meet such requirements. The PRINCIPAL shall proceed with all applicable dispatch in a sound, economical, efficient and professional manner, including preparation of bidding documents for construction as necessary, and shall comply with the provisions of all applicable Federal, State and Local laws. B. The PRI'4CI?AL shall perform the professional services as hereinafter set forth and in general accordance with the instructions of the CITY. d Z.• Z 1• .0 ;s 2 85y-814 C. The CITY has budgeted the amount of t4,2a3,675.00 for the total cost of the PROJECT, as follows: 1. $323.750.00 for design services, including: s. $315,750 FEE for the PRINC!PAL b. � 3,000 Special Consultants Allowance 2. $131,400 allowance for PROJECT Costs to be used on the bass of actual expenditures for: a. Projected Expenses for inspections, surveys, soil investigations and related costs. b. Incidental Expenses for testing, administration, printing and related costs. 3• $3,535,000.00 for construction as follows: a. $3,285,000 for CONSTRUCTION COST of the PROJECT b. $150,000 allowance for Fixtures and Furnishings C. $150,000 allowance for Special Equipment. 4. $213,525 for project contingencies at 5% of the construction cost and 1.5Aof the building construction cost of the PROJECT for Art Work. E. The 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 FEE of Three Hundred and Fifteen Thousand, Seven Hundred and Fifty dollars ($315,750). SECTION II - DEFINITIONS A. CITY - is hereby defined as The City of Miami, Florida. 8. CITY MANAGER - is hereby defined as the City Manager of the CITY. C. PRINCIPAL - is hereby defined as Joseph Middlebrooks and Associates, Architects: ;6301 Sunset Driuve, (S.W. 72 Street), Suite 204, South Miami, Florida 333143. Phone: (305)661-7594 D. PROJECT - is hereby defined as the development of a Substation for --he South District of the City of Miami, Police Department consisting of a main buil ding with a gross area of 21,000 square feet, and a parking structure with a capacity of 165 vehicles. d 2.• rb I x ig te, 41, M 3 $5-814 p w E. FRC•1 E,_'T MANAGER- is hereby defined as the Manager .f the PROJE�T for the CITY. F. PROJECT INSPECTOR - is hereby defined as the Inspector of the PROJECT designated by the CITY. 1. WORK - is hereby defined as 311 the professional and technical services to be rendered or provided by the PRINCIPAL for the PROJECT, as described in SECTION III - PROFESSIONAL SERVICES hereof. H. CONSTRUCTION COST - is hereby defined as the total final construction contract cost of the PROJECT to the CITY but it shall not include any PRINCIPAL's fees or special consultant's 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. FEE - is hereby defined as the amount of money the CITY agrees to pay and the 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. J. SPECIAL CONSULTANTS ALLOWANCE - is hereby defined as the amount of money established by the CITY and agreed to by the PRINCIPAL for the cost professional services related to Threshold Inspections as may be required by FS Chapter 84-365 Section 553.79(5). K. 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, Interior Designers, Security Consultants, Planners, Designers, Drafting Staff, Specification Writers and Technicians, etc.,) engaged directly on the PROJECT. THE DIRECT TECHNICAL SALARY EXPENSE charged against the PROJECT for any personnel, including PRINCIPALS and/or the PRINCIPAL's designated specialists shall not exceed THIRTY-FIVE AND NO1100 DOLLARS ($35.00) PER HOUR, plus payroll burden which is not to exceed TWENTY-THREE PERCENT d 2• �e_, h- z_ (23%). 4 85-814 WI 1 0 9 L. An- WORK - is hereby defined as the A R 7 WORK to be provided based on the scope of the PROJECT as set forth in City Ordinance No. 8227, and Dada County Ordinance No. 7'�-77. SECTION III - PROFESSIONAL SERVICES 1. The PRINCIPAL and its specialists shall work primarily in close coordination with designated staff from the City of Miami Police Department and the Special Projects Division of the City Manager's Office as well as the Departments of Public Works, Planning, and Fire, Rescue and Inspection Services. Other City Departments will also be involved on an as needed basis. 2. The 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. The CITY's review and approval of the 'WORK will relate only to overall compliance with the general requirements of the PROJECT and whenever the term "Approval by the CITY" or like term is used in this Agreement, the phraseology shall in no way relieve the PRINCIPAL from any duties or responsibilities under the terms of this Agreement and from using the best professional architectural, engineering, landscape architectural and any other necessary services and practices. 3. The PRINCIPAL and its Specialists shall, throughout the course of this PROJECT, particularly in the initial design stages, work, along with the CITY, with members designated community groups, and include their input in the overall design process. 4. The PRINCIPAL and its Specialists shall be prepared with the appropriate documents to attend, and participate in, along With the CITY, various public meetings as appropriate during the course of the PROJECT. Prior to all meetings the PRINCIPAL shall confer with the PROJECT MANAGER and related staff to review and approve all documents presented to the public. These meetings shall include: a. Five Community Meetings for review and discussion of the various aspects of the PROJECT. a 2• rh . b or '9 ter kx' 5 85--814 at b. The �13nning Advisory Boar, The Zoning Board and ;Miami -ity Commiszi,Dn for review and approval of various aspects of the project. c. Pre -bid and pre -construction meetings. f j 5. The Principal shall in the preparaion of Plans, d Specifications, and all other documents pertaining to the PROJECT 2 comply with all Federal, State and local codes, ordinances and ICI ' ►h regulations pertaining to the design of the PROJECT. Dr 6. The PRINCIPAL shall, throughout the course of the entire t9 PROJECT advise the CITY of any adjustments to previous Cost let �j— Estimates which may result from changes in any aspect of the PROJECT or from market conditions or otherwise. L 7. It shall be the obligation of the PRINCIPAL to produce a kt e design which may be constructed within the Project Budget or any subsequent revision thereof approved by the CITY. Approval by 2- the CITY of the Program Development and Planning, Schematic Design, and/or Design Development Documents includes approval of the construction Cost Estimates unless otherwise advised, �f( submitted therewith. If the Cost Estimates for any of the phases are greater than the CITY's budgeted amount set forth in SECTION IC, herein, the CITY may require the PRINCIPAL to revise the documents related to that specific Phase as necessary in order to bring the PRINCIPAL'S revised Cost Estimate within the CITY'S rt Project Budget. The work undertaken by the PRINCIPAL in revising the documents for the purposes of meeting the CITY'S Project Budget shall be considered as part of the PRINCIPAL'S Basic Professional Services at no additional fee to the CITY. 8. The PRINCIPAL shall be responsible for designing the e Police Substation in a manner that will support and enhance the Service Functions defined by the CITY, and allow for growth as outlined by the CITY over a designated period of time. A. Program Development and Planning Phase: During the Program Development and Planning Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL shall: 85-814 0 No b. The Manning Advisory Beard, The Zoning Board and ,Miami s City Commission for review and approval of various aspects of the project. a c. Pre -bid and pre -construction meetings. C 5. The Principal shall in `he preparation of Plans, d Specifications, and all other documents pertaining to the PROJECT Z comply with all Federal, State and local codes, ordinances and rb regulations pertaining to the design of the PRC.J"CT. x 6. The PRINCIPAL shall, throughout the course of the entire 19 1e. PROJECT advise the !CITY of any adjustments to previous Cost Estimates which may result from changes in any aspect of the PROJECT or from market conditions or otherwise. 7. It shall be the obligation of the PRINCIPAL to produce a �t design which may be constructed within the Project Budget or any subsequent revision thereof approved by the CITY. approval by the CITY of the Program Development and Planning, Schematic Design, and/or Design Development Documents includes approval of Y �1 the construction Cost Estimates unless otherwise advised, �f'1 submitted therewith. If the Cost Estimates for any of the phases is are greater than the CITY's budgeted amount set forth in SECTION IC, herein, the CITY may require the PRINCIPAL to revise the documents related to that specific Phase as necessary in order to bring the PRINCIPAL'S revised Cost Estimate within the CITY'S Project Budget. The work undertaken by the PRINCIPAL in revising the documents for the purposes of meeting the CITY'S Project Budget shall be considered as part of the PRINCIPAL'S Basic Professional Services at no additional fee to the CITY. 8. The PRINCIPAL shall be responsible for designing the Police Substation in a manner that will support and enhance the s Service Functions defined by the CITY, and allow for growth as outlined by the CTTY over a designated period of time. A. Program Development and Planning Phase: During the Program Development and Planning Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL shall: 85-814 0 ow "43' ri 1. Meet with the City staff involved with the operation of current police facilities and proposed substations, and identify the short and long term programmatic needs and zoals,, functional requirements, environmental considerations and the initial cost parameters for various functions. 2. Prepare a Program Analysis outlining the functional relationships within the building and on the site in the context of long and s'r.ort term needs and goals. 3. Prepare two (2) Diagrammatic Site Utilization Plans showing the relative sizes and relationships of the various uses, with preliminary cost estimates for each plan, broken down into individual cost estimates for each item or group of items which form a part of the plans. 4. Upon selection by the City of a "Preferred" Configuration the PRINCIPAL shall prepare a Final Site Utilization Plan indicating all building and site functions, circulation and all other relationships necessary to meet the CITY'S long and short term needs and goals based upon the priorities and other directives provided by the CITY. This plan shall be accompanied by a final preliminary Cost Estimate, broken down into each item or groups of items which fore, parts of the plan. The Program Development and Planning Phase shall be completed when the CITY approves and accepts the Program Development and Planning Documents. B. Schematic Design Phase: During the Schematic Design Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL, shall: 1. Prepare Schematic Design Studies, based on the mutually agreed upon program and the Program Development and Planning Phase, consisting of drawings and other documents illustrating the form, scale and relationships of the PROJECT components. 2. The Schematic Design Studies shall include, but not be limited to, location of structures, floor plans, elevations, access and circulation, site improvements and all other elements required to fulfill the CITY'S programmatic needs Also included C 2- rb .h 71' MN 41. kt t- 7 8S-8 4 N shall be preliminary site utilities and general information related to materials and methods of construction. The PRINCIPAL shall prepare Cost Estimates broken down into the various elements of the PROJECT for use in evaluating the Schematic Design Studies. 3. I'pon finalization of the configuration of the structures and the overall site development the PRINCIPAL shall prepare a Schematic Development Master Plan and final Cost Estimate. The Schematic Design Phase shall be completed when the CITY approves and accepts the Schematic Design Documents. C. Design Development Phase: During the Design Development Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL shall: 1. Prepare Design Development Documents consisting of plans, sections, elevations, interior layouts and other drawings, as well as outline specifications, all in order to fix and illustrate the size and character of the entire PROJECT in its essentials, as to location, kinds of material, types of structures, utilities, mechanical and electrical systems, and site improvements, including planting, paving, lighting and other site amenities. 2. Prepare Cost Estimates broken down into major categories and PROJECT elements. 3. Upon review and alteration as may be required, submit to the CITY Design Development Documents as required herein, along with a time schedule for Construction and a final Cost Estimate. The PRINCIPAL shall also submit an Illustrative Design Development Master Plan for the entire site. 4. The PRINCIPAL may be required to ;Hake presentations to the Miami City Commission, Zoning Board and/or Planning Advisory Board of the Design Development Documents, including the Construction Cos: Estimate and the Illustrative Design Development ,Master Plan. 5. The PRINCIPAL shall revise the Design Development Documents and other material as directed by the City Commission or the aforementioned Boards. Q 2• Ili ;0&r kX: z_ 85-814 W The Design Development Phase shall be completed when the CITY approves and accepts the Design Development Documents. � D. Construction Documents Phase: During the Construction Documents Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL shall: 1. Prepare all construction contract plans and specifications as well as other contract and bidding documents including the Proposal and Special Provisions, and specifically excluding General Conditions, for the complete PROJECT. These documents shall be in conformance with all applicable state and local laws and codes, and shall include such items as the working drawings and specifications, adequately setting forth in detail, descriptions of the construction to be done and also the materials, workmanship, finishes and equipment required for all architectural, landscape architectural, and engineering work, service —connected equipment, (e.g. fixtures and equipment attached to the facility electrically, mechanically or structurally) site development, and the special provisions of the Construction Contract Documents. 2. Prepare Interior Layout Plans indicating the location of fixtures and furnishings to be bid and purchased separately from the PROJECT construction contract. These plans should be accompanied by a Cost Estimate. 2. The construction contract plans and specifications, and any other written report or written document shall conform with codes, regulations, rules, etc., governing the PROJECT. 3. The PRINCIPAL shall continue to advise the CITY of any adjustments to previous Cost Estimates which may be indicated by changes in scope, design, requirements, market conditions or otherwise. 4. Furnish the CITY with Final Cost Estimate based upon the completed Working Drawings, Specifications and Bidding Documents, broken down into major categories and Bid Items. The PRINCIPAL'S Cost Estimates shall be construed as an informed professional Q 2 e4 Z_ 85-814 9 ri opinion of a responsible expert and the CITY will rely on it as a reasonable approximation of bids to be received. t 5. See that all Construction Contract Plans and Specifications bear the seal of a Florida registered professional architect, engineer or landscape architect as appropriate and that the names of the professionals responsible for major portions of each separate specialty of the WORK appear on the Construction Contract Plans, Specifications and Bid Documents. 6. Because of the CITY's concern for energy conservation, it shall be fully understood that the PRINCIPAL shall pay particular attention to the designs of all energy systems required for the PROJECT with emphasis towards conserving energy. 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 grounds maintenance, for paved and planted areas outdoors. 7. Submit the completed Construction Contract Plans, Specifications and Bid Documents to the CITY for detailed review r and approval. 8. Conduct the necessary Dry -Run checks of the construction 1 contract plans and specifications in connection with securing their construction related approvals so that the necessary construction permits may be obtained from all governmental authorities having jurisdiction over the PROJECT, after the CITY has approved and accepted the Construction Contract Plans and other construction related documents. By said acceptance and the approvals as a result of the Dry -Run Process, the CITY does not relieve the PRINCIPAL of any responsibilities, particularly related to code compliance. 10. Deliver to the CITY the completed master Set of construction contract plans and specifications and other related parts of the construction Contract including the Bid Proposal, in such reproducible form as may be specified by the CITY. The Construction Document Phase shall be considered complete on the date that the PROJECT is advertised for Bids. See kt : 2- r 'v BS~81A 10 E. Bidding Phase 1. Prepare any addenda, with accompanying drawings or other material as required, and submit original of each to the PROJECT MANAGER for approval and submission to the Department of Public Works who will furnish a copy for each set of contract documents prepared. 2. Assemble and furnish the PROJECT MANAGER with data for publicity releases. 3. Take part in the pre -bid conference with the CITY. 4. Respond to inquiries from Prospective Bidders. 5. Assist the CITY in the evaluation of bids. The Bidding Phase shall be considered completed on the day the CITY executes a Construction Contract for the construction of the PROJECT or ninety (90) days after receipt of bids whichever occurs first. F. Construction Phase The Construction Phase shall commence with the award of the Construction Contract. During the Construction Phase, upon receipt of written authorization from the PROJECT MANAGER, the PRINCIPAL shall: 1. Attend a regular weekly site meeting and make periodic visits to the site to remain familiar with the progress and quality of the work, to determine that the work is proceeding in accordance with the Contract Documents and submit observations to the CITY in writing within five (5) working days after each visit. 2. Work with the PROJECT MANAGER and/or the designated representative, the PROJECT INSPECTOR from the Department of Public Works and the Contractor. 3. Assist the CITY in considering and evaluating any suggestions or proposals submitted by the uonrracLor for one CITY'S approval. 4. Assist the CITY in matters relating to the interpretation of the Contract Documents. 5. Furnish any additional details or information when required at the job site for proper execution of the WORK. 1 1 85-814 A 6. Assist the CITY and make written recommendations to the CITY on matters pertaining to the Contractor's proposed changes in materials and equipment, and on matters relating to extra work orders and supplemental agreements. ',. ("heck and review shop drawings, samples and other submissions furnished by the Contractor for design conformance, retain a copy of all shop drawings, duly reviewed by the PRINCIPAL, for permanent CITY records. 8. Review test reports required by the Contract Documents and notify the CITY of non—compliance with the Contract Documents, if any. 9. 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. 10. Receive samples which are required to be furnished by the Contractor, record data received and its source, examine said samples and notify the CITY of approval or rejection and maintain custody of approved samples. = 11. Assist the CITY in the preparation of bids for fixtures and furnishings and other related equipment for the PROJECT. Upon receipt of these bids, assist the CITY in their evaluation and make recommendations related to the arrival and installation of said fixtures and furnishings. 13. After substantial completion, make a list of items for correction before final inspection and check each item as it is corrected. 14. Upon request by the PROJECT MANAGER, attend and report to the CITY on all required conferences held at the job site. 14. The PRINCIPAL shall carry out the responsibilities under the terms of this Agreement; however, the 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 and acceptance of any work not completed and it shall in no way relieve the PRINCIPAL of any of the responsibilities under the terms of this Agreement. 85-814 i 12 15. Assists the CITY in matters relating to the Contractor's schedules and approval of requests for progress payments. 16. During the course of the WORK, ensure that all guarantees, certificates, operation and maintenance manuals, keying schedules, spare parts and other items that have been specified in the Contract Documents, have been submitted and reviewed. Deliver all such items to the CITY prior to the date of beneficial occupancy. 17. Furnish to the CITY within thirty (30) days after completion of the Construction Phase of the PROJECT, the original reproducible drawings of the Construction Contract plans, revised to include all changes or modifications to the design made during the Construction Phase and recorded by the General Contractor on the record set of drawings. At the completion of construction of the PROJECT, the PRINCIPAL, shall deliver to the CITY written certification that to the best of the PRINCIPALS's knowledge the PROJECT has been constructed in accordance with CITY approved construction plans and specifications and CITY approved change orders. The Construction Phase shall be completed when the PRINCIPAL has delivered the aforesaid certification, including "record drawings," etc., to the CITY; and the City Commission has accepted said PROJECT, but in no case later than forty-five (45) days after delivery by the PRINCIPAL. During all Phases, the PRINCIPAL shall act as his own representative to the CITY in all matters pertaining to the PROJECT. SECTION IV - CITY'S SERVICES AND RESPONSIBILITIES The CITY shall furnish the PRINCIPAL with the following services and information from existing CITY records and CITY files: A. The CITY shall provide informaticn regarding its requirements for the PROJECT. B. The CITY shall furnish a Certified Land Survey of the site giving, as applicable, grades and lines of streets, alleys, pavements and adjoining property; right of way, restrictions, easements, utilities, trees, encroachments, zoning, deed 13 BSi r restrictions, boundaries and contours of the site; locations, dimensions and date from existing records on file in the : Department of Public Works of the CITY pertaining to existing buildings, other improvements and trees; and information 411 concerning available service utility lines both public and d private. C. If the PROJECT MANAGER and/or the PROJECT INSPECTOR •h observes or has been notified in writing of any fault or defect in P the PROJECT or nonconformance with the Contract Documents, prompt M4 notice thereof shall be given to the PRINCIPAL. M D. The CITY shall do all reproduction and binding of the bidding and construction sets of the drawings and specifications, and loan all existing and applicable CITY aerial photographsto the kx.— PRINCIPAL. E. The CITY shall appoint a PROJECT MANAGER to act as Z_ liaison between CITY and PRINCIPAL, and the PRINCIPAL will not start work nor incur any expenses for any Phase of the WORK, �► 1f special conditions or change orders without having received art .ts ' written authorization from the CITY's PROJECT MANAGER to do so. Nothing contained herein shall relieve the PRINCIPAL of any "— responsibility as provided under this Agreement. F. The CITY shall furnish all required testing necessary for the PROJECT, including core borings, test pits, structural, ['It mechanically, chemical, soil, and mill and laboratory tests, and o►tt the related services of a soils engineer or other special consultants when deemed necessary by the PRINCIPAL; and the PRINCIPAL shall be entitled to rely upon the accuracy, completeness and competence thereof. •� G. The CITY reserves the right to retain the services of a Professional Quantity Surveyor to prepare retailed Construction Cost Estimates based upon the Design Development Documents and the Construction Documents. SECTION V — COMPENSATION FOR SERVICES For professional and technical services for the Program Development and Planning, Schematic Design, Design Development Phase, Bidding, Construction Document and Construction Phases of the PROJECT, as outlined in SECTION III hereof, the CITY agrees to pay, and the PRINCIPAL agrees to accept, as a full payment for " his services the FEE of Three Hundred and Twenty -Eight Thousand Cf Dollars, ($328,000.00). This payment will be made monthly in i proportion to the services performed so that the compensation at 2� the completion of each Phase shall equal the following percentages and amounts of the total FEE: rh Percentage Accumulated' P At the End of Phase of Fee Payment Payments j 9 1. Program Development and M4 d►1 Planning 10 31,570 31,570 2. Schematic Design Phase 10 31,570 63,150 e� 3. Design Development Phase 20 62,150 126,300 4. Construction Documents kt Phase 35 110,513 236,813 (" 5. Bidding Phase 5 15,787 252,600 6. Construction Phase. 20 63,150 315,750 TOTAL 100 315,750 315,750 S► 11 .is r SECTION VI — SCHEDULE OF WORK The PRINCIPAL agrees that time is of the essence and further agrees to execute the WORK promptly, diligently and only upon, and sl in strict conformance with, specific authorization from the CIC PROJECT MANAGER in writing. The CITY shall endeavor to complete An 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 the PRINCIPAL and the CITY: r A. Program Development and Planning Phase The PRINCIPAL shall complete the Program Development and Planning Phase within Thirty (30) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this Phase. B. Schematic Design Phase The PRINCIPAL shall complete the Schematic Design Phase within twenty (20) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this Phase. 85-814 15 C. Design Development Phase The PRINCIPAL shall complete the Design Development Phase within fifty (50) calendar days after receipt of written authorization from the PROJECT MANAGER to begin WORK on this 5 Phase. D. Construction Document Phase The PRINCIPAL shall complete the Construction Documents Phase within ninety (90) calendar days after receipt of written P authorization from the PROJECT MANAGER to begin WCRK on this Phase. E. Bidding Phase The Bidding Phase is expected to require sixty (60) calendar days, if only a single bidding is used. F. Construction Phase a� The Construction Phase will commence with the award of the Construction Contract and shall be completed when all of the following conditions have been met: 1. The PRINCIPAL has delivered to the CITY written certification that the PROJECT has been constructed with the CITY approved Contract Documents, including all approved change orders. 1 2. The PRINCIPAL has delivered to the CITY "record drawings" as required under SECTION III of the Agreement. 3. The City Commission has accepted the PROJECT by Resolution. The length of the Construction Phase shall be established and mutually accepted, at the completion of the Design Development Phase. In the event the PRINCIPAL is unable to meet the above scheduled, 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 PRINCIPAL, the CITY shall grant a reasonable extension of time for completion of the WORK. It shall be the responsibility of the PRINCIPAL to notify the CITY promptly in writing whenever a delay in approval by any governmental agency is anticipated or experienced, and to inform the CITY of all facts and details related to the delay. 16 85 814 ve4 kL z._ Y�! xf Af= IN :- M ;= SECTION YII - ADDITIONAL WORK AUTHORIZED BY THE CITY A. The PRINCIPAL, shall furnish space planning and interior design services which are normally a part of his contract documents and specifications, as part of his basic services within the stipulated FEE. B. THE CITY reserves the right to authorize the PRINCIPAL to provide additional services, if found necessary by the CITY, in which case the PRINCIPAL and/or the PRINCIPAL's designated specialists shall be paid at the rate of two and one half (2.5) times Direct Technical Salary Expense for those services rendered. C. Special Consultants Allocation - For professional and technical services related to Threshold Inspection which may be required in accordance with Florida Statutes 84-365 Section 553.79(5) a Special Consultant Allowance is established in the amount of Eight Thousand Dollars ($8,000.00). All professional services related to Threshold Inspections which may be required, are to be covered under this allowance. The PRINCIPAL may anticipate expenditure of these funds only upon receipt of written approval from the PROJECT MANAGER, and only in amounts specifically designated by each authorization. Invoices for services performed under this allowance should 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 PRINCIPAL 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 this Allowance. Nothing contained in this Section shall allow the PRINCIPAL to invoice for services other than those specifically authorized as stated herein. D. If any of the following services are required of the PRINCIPAL and cause the PRINCIPAL extra expense the CITY shall after providing written authorization to the PRINCIPAL, pay the 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, unless such ,7 LE d 2i &e.4 - kt ; 2_ Y�! ir= 4N low I .I changes are required to bring the construction costs within the budget as required in SECTION III or to meet building or other code requirements. 2. Prepare documents if requested by the CITY for alternate 3 bids and change orders. 3. arranging for the WORK to proceed should the contractor default due to delinquency or insolvency. 4. Providing prolonged contract administration and P observation of construction should the actual construction time exceed the contract construction time and require more than six additional weekly site meetings due to no fault of the PRINCIPAL. Construction Contract time shall include any time extensions - recommended by the PRINCIPAL and approved by the CITY unless both ,- parties agree that the cause of the delay was totally beyond the control or influence of the PRINCIPAL. E. In the event that delays not caused by the PRINCIPAL, require that work in all Phases of the Project, excluding the Construction Phase, be delayed more than ninety days (90), the ' PRINCIPAL shall have the opportunity to negotiate compensation based on actual expenses, if any, that may have been incurred by the PRINCIPAL during the time that the WORK on the PROJECT was placed on hold. SECTION VIII - 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 this Agreement shall be in writing to the PRINCIPAL and the 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 the PRINCIPAL is not in default under the terms of this Agreement. If, however, the termination of this Agreement occurs during an incomplete PHASE, then the PRINC:°AL shall be paid at the rate of two and one -halt' (2.5) times Direct Technical .:: Salary Expense for those services rendered in such incomplete E. Phase provided, that the PRINCIPAL is not in default under the Q 2� kL 2_ S, it :Iry ir= terms of this Agreement. In no case, however, will the CITY pay 18 d I the 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 of the CITY, with the same provisions of SECTION XI. SECTION IX - PRINCIPAL'S SPECIALISTS shall become the property use as set forth in said The PRINCIPAL proposes to have the following specialists, either from his organization or as his consultants or associates to perform the services indicated: }- A. Architectural #` B. Structural Engineering C. Mechanical Engineering D. Electrical Engineering E. Sanitary Engineering F. Civil Engineering G. Landscape Architectural H. Space Planning & Interior Design I. Security and/or Police Facility Planning Selection of the PRINCIPAL by the Competitive Selection Committee was based, in part, on the qualifications and expertise of the following architectural, engineering, landscape architectural and Security and/or Police Facility Planning firms proposed as the designated specialists: Peter Blitstein, Architect 2100 Coral Way, Suite 302, Miami, Florida, 33145 Phone: (305) 856-8830 Emilio J. Hospital & Associates 10400 N. Kendall Drive, Suite 400, Miami, Florida 33176 Phone: (305) 271-9741 Maurice Grey Associates Inc. 4090 Laguna Street, Coral Gables, Florida 33146 Phone: (305) 444-5182 Laura Llerena & Associates, Inc. 6401 S.W. 87 Avenue, Suite 108, Miami, Floridaa 33173 Phone: (305) 279-1651 The Wackenhuut Corporation 2380 Ponce de Leon Blvd., Coral Gables, Floridaa 33146 Lu The PRINCIPAL shall negotiate a fair and equitable agreement with each of the designated specialists and furnish the CITY with a copy of each sub.-contractl9agreement in a timely manner.The Q 2• M •h x iq ice, 41" a4 kL . r PRINCIPAL may choose additional specialists, for which prior written approval from the CITY must be obtained, but may not exclude those originally designated without an accepteble written request to the CITY, submitting the reasons for said termination. The PRINCIPAL will be responsible for all the work of his organisation, 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 the PRINCIPAL, and the CITY. It shall be understood that the 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. v-- 9.- SECTION X — ADDITIONAL PROFESSIONAL RESPONSIBILITIES The following professional services and work by the PRINCIPAL f { shall not be considered extra services but on the contrary shall be considered part of the WORK of the PRINCIPAL. A. Revise the Construction Documents Phase and Construction plans and specifications to reduce the cost of construction of the PROJECT to the final budgeted or CITY approved amount for the 1 construction of the PROJECT, if the amount of the lowest acceptable bid received by the CITY for the construction of the PROJECT is in excess of the final amount budgeted or approved for the cost of the construction contract of the PROJECT. B. Should an error or errors in the PRINCIPAL'S design cause delay in the construction of the PROJECT, and consequently result in delay of the CITY'S beneficial occupancy of the PROJECT without compensation of damages from the contractor, the PRINCIPAL agrees to seek no additional compensation for the services required under this Agreement, during the period of said delay. C. Any other revisions suggested by the CITY that are within the scope of the WORK as defined in Section 2, Subsection D. SECTION XI —OWNERSHIP OF DOCUMENTS All documents developed by the PRINCIPAL under or as a result of this Agreement shall be delivered to the CITY by the PRINCIPAL upon completion of the services required persuant to 2 0 2� M .h mot" 8e-1 2_ this Agreement and shall become the property of the CITY, without restriction or limitation on its use. The PRINCIPAL agrees that all documents maintained and generated persuant to this contractural relationship between the CITY and thePRINCIPAL shall be subject to all provisions of the Public Records Law, Chapter 2 ` 119, Florida Statues. It is further understood by and between the parties that any Tb •h information, writings, maps, contract documents, reports, or any �. P� other matter whatsoever which is given by the CITY to the r9 ate, PRINCIPAL pursuant to this Agreement shall at all times remain the 41" property of the CITY and shall not be used by the PRINCIPAL for 6t1 any other purpose whatsoever without the written approval of the — CITY. k: It is further understood that no press releases or publicity is to be issued by the PRINCIPAL without prior submittal to the Z— CITY and written approval from the CITY. S, it SECTION XII - AWARD OF AGREEMENT Iry �s The PRINCIPAL warrants that he has not employed or retained any company or persons to solicit or secure this Agreement, that he has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, or gifts or any other considerations contingent upon or resulting from the award or tG making of this Agreement. aR The PRINCIPAL also warrants that to the best of his knowledge and belief no Commissioner, Mayor or other officer or employee of the CITY is interested directly or indirectly in the profits or emoluments of this Agreement or the job, work or services for the CITY in connection with the contract or construction of `his PROJECT. The PRINCIPAL shall not engage during the period of this Agreement the services of any professional or technical person who has been at any time during the period of this Agreement in the employ of the CITY. This does not apply to retired employees of the CITY. 21 84... 8:14 The PRINCIPAL is aware of the Conflict of Interest Law of both the City of Miami and Dade County, Florida, and agrees to fully comply in all respects with the terms of said laws. SECTION XIII - EXTENT OF AGREEMENT This Agreement represents the entire and integrated Agreement4.0 Zi between the CITY and the PRINCIPAL and supersedes all prior Th •h negotiations, representations or agreements, either written or O, pt oral. This Agreement may be amended only by written instruments �9 by both the CITY and the PRINCIPAL. C�1' of SECTION XIV - SUCCESSORS AND ASSIGNS The PRINCIPAL shall make no assignments or transfer of this k; a Agreement, or sublet, assign or transfer any part of the WORK under this Agreement without the written consent of the CITY. This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors and assigns. r� ;s SECTION XV - TRUTH IN NEGOTIATIONS The 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 the CITY determines an 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 XVI - WAIVER No waiver of any provision hereof shall be deemed to have been made unless such waiver be in writing and signed by the CITY. The failure of the City of Miami to insist upon the strict performance of any of the provisions or conditions of this Agreement, shall not be construed as waiving or relinquishing in the future any such covenants or conditions but the same shall continue and remain in full force and effect. 22 85-814 SECTION XVII - RIGHT TO AUDIT The CITY reserves the right to audit the records of the PRINCIPAL any time during the prosecution of this Agreement and N for a period of one year after final payment is made under this Agreement. C 2 SECTION XVIII - INDEMNIFICATION n •h The PRINCIPAL shall indemnify and save the CITY harmless from mr '9 and against any and all claims, liabilities, losses and caused of action, which may arise out of the PRINCIPAL's activities under �►� this contract, including all other acts or omissions to act on the part of the PRINCIPAL, or any of them including any person acting for, or on it or its behalf, and, from and against any orders, Z 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 investigation thereof. .i 11 SECTION XIX - INSURANCE 'r s The PRINCIPAL shall not commence work on this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the CITY. The PRINCIPAL shall maintain during the term of this Agreement the following insurance: !CG A. Professional Liability Insurance in the minimum amount of �R $1,000,000 covering all liability arising out of the terms of this Agreement. B. Worker's Compensation Insurance in the statutory amounts. The insurance coverage required shall include those classifications as listed in standard liability insurance manuals, which most nearly reflect the operations of the PRINCIPAL. All. insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida; and which are approved according to specifications of the Risk Management Division of the Finance Department of the CITY. The PRINCIPAL shall furnish Certificates of Insurance to the ,c CITY prior to the commencement of operations, which Certificates shall clearly indicate that the PRINCIPAL has obtained insurance in the type, amount and cl2Ssification as required for strict fir 0W compliance with this Section, and that no material change or cancellation of insurance shall be effective without ninety (90) days written notice to the CITY. cm Compliance with the foregoing requirements shall not relieve the PRINCIPAL of its liability and obligations under this Section 2. or any portion of this Agreement. V rn •h SECTION XX - RIGHT OF DECISIONS nr hi ■ All services shall be performed by the PRINCIPAL to the '9 b satisfaction of the PROJECT MANAGER who shall decide all �►�' - questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, 1� amount, and value thereof, and the PROJECT MANAGER'S decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding upon the parties hereto, unless such .r determination is clearly arbitrary or unreasonable. In the event that the PRINCIPAL does not concur in the judgment of the PROJECT s ' MANAGER as to any decision made, the PRINCIPAL shall advise the PROJECT MANAGER of his non-concurence and objection in writing, a'1 present his written objection to the CITY MANAGER, subsequent to advising the PROJECT MANAGER of his intention to do so; and the C PROJECT MANAGER and the PRINCIPAL shall abide by the decision of IC G We h. the CITY MANAGER. Adjustment of compensation and contract time �q t 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 XXI - NON-DISCRIMINATION A. The PRINCIPAL will nor, discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. In the event of the 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 the PRINCIPAL may be declared ineligible for further City contracts. B. The PRINCIPAL will, in all solicitations or advertisements 24 85--813 QC b V_ SECTION XX11 — INDEPENDENT CONTRACTOR That the PRINCIPAL, Specialists and its employees and agents shall be deemed to be an independent contractor, and not an agent or employee of the CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordi,,ance of the CITY, or any rights generally afforded classified or unclassified emplcvees; further he/she shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the CITY. SECTION XX111 — CONSTRUCTION OF AGREEMENT The parties hereto agree that this Agreement shall be construed and enforced according to the laws, statutes and case law of the State of Florida. IN WITNESS WHEREOF the parties hereto have, through their proper corporate officials, executed this Agreement, the day and year first set forth: ATTEST: Witness , Wi�Eness ATTEST: City Clerk APPROVED AS TO CONTENT: Chief, Miami Police Dept. Special Projects Division Office of The City Manager Risk Management Finance Department 26 PRINCIPAL /1 1 I ' A/ 4 VSSQH MIDDLEBROOKS le Proprietor 6301 Sunset Drive - Suite 204 Miami, Florida 33143 THE CITY OF MIAMI (a Municipal Corporation of the State of Florida) City Manager APPROVED AS TO FORM AND CORRECTNESS: City Attorney e [1 SAC ►P AFFIDAVIT phi Ceps: _.:.ant :,; �..��•.. �lia,zi, riot da i313316 TO "r'fiGM IT %LNA CONCERN: This is to certify that Joseph Middlebrooks 1 is authorized to make and sign contracts and agreements by or on behalf of Joseph Middlebrooks & Assoc. 1 Name of entity _ r tdame And Title of Affidavit \ . 4me of Entity Address of Entity SWORN TO A:JD SUBSCRIBED before me this day of 1985. NOTARY PUBLIC, S to of Florida at Large MY roirmission Expires: