HomeMy WebLinkAboutR-84-0547J-84-383
RESOLUTION NO. R- 4- J 47
A RESOLUTION AUTHORTZTNG THE CITY MANAGER TO
EXECUTE THE NEGOTTATTID AGRI EP-IFNT -IN SUBSTAN-
TIALLY THE FOPM ATTACITED TIETZETO, BT TWE-EN THE
-' CITY OF T-ITAMT AND ALBEF.'T' R. PT- P.TE% A,,- 0C• ,
P.A. TO PROVTDr PPOFF;STONAT, ST�l VTR I S RELATED
TO THE DESIGN AND CON SJ'RUC`I'TON OF THE BLUE
LAGOON PARK DEVELOPMENT PROJECT, TJSING PRE-
VIOUSLY ALLOCATED FUNDS TO COVER THE COST OF
` SUCH SERVICES.
WHEREAS, the Florida Department of Natural Resources, Florida
Recreation Development Assistance Program, has approved a grant
application for funds in the amount of $200,000 for the Blue Lagoon
Park Development Project; and
WHEREAS, BY Resolution No. 83-318, passed and adopted on
April 6, 1983, authorizing the City Manager to accept the grant
funds and execute an agreement with the Florida Department of
Natural Resources to implement this project; and
WHEREAS, BY Resolution No. 83-929, passed and adopted on
October 25, 1983, the City Commission approved the designation
of Blue Lagoon Park Development as a Category "B" project and
appointed Carl Kern, Director of the Department of Parks and
Recreation as Chairman of the Competitive Selection Committee;
and
WHEREAS, the Competitive Selection Committee solicited ex-
pressions of interest from qualified consultants, evaluated the
qualifications of those firms who responded to its inquiry, and
then selected the firms most qualified to provide professional
landscape architectural, architectural and engineering services
for the development of Blue Lagoon Park, 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 No. 8965, July 23, 1979.
WHEREAS, the City Commission, by Resolution No. 84-156 on
February 9, 1.984, approved the Competitive Selection Committee's
recommendation of the firm most qualified to provide, along with
its consultants, professional landscape architectural, architectural
and engineering services related to the development of Blue Lagoon
CITY COMMISSION
JAEE1•ING OF
io
Park, and authorized the City Manager to negotiate a professional
services agreement with Albert R. Perez Assoc., P.A., Landscape
Architects; and
WHEREAS, the Agreement, in substantially the form attached
hereto, between the City of Miami and Albert R. Perez Assoc., P.A.
was negotiated in a fair and reasonable manner_:
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
I
OF MIAMI, FLORIDA:
Section 1. The City Manager is hereby authorized to execute
the negotiated agreement, in substantially the form attached hereto,
between the City of Miami and Albert R. Perez Assoc., P.A. to pro-
vide professional services related to the design and construction
of the Blue Lagoon Park Development Project, using previously
allocated funds to cover the cost of such services.
PASSED AND ADOPTED this loth day of May , 1984.
Maurice A. Ferre
M A Y 0 R
ATTEST:
LPH Qr. ONGIE, CITY CLER
PREPARED AND APPROVED BY
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
J,ffE R. GARCIA—PEDROSA
TY ATTORNEY
t T
f
COMMISSION ACTION
TO. Howard V. Gary
City Manager.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: April 11, 1984 FILE
SUBJECT: Authorization to execute an
Agreement with Albert R. Peru
Assoc., P.A. , for Blue Lagoon
Park
FROM: Carl Kern REFERENCES: For City Commission agenda
Acting Director of April. 26 (originally
Department of Parks ENCLOSURES: submitted for April_ 5, 1984)
and Recreation
"It is recommended that the City Manager be
authorized to execute the negotiated Agree-
ment, in substantially the form attached
hereto, with Albert R. Perez Assoc., P.A.,
to provide professional services related
to the design and construction of the Blue
Lagoon Park Development Project ... as per
the att:a.chcd resolution."
The Department or rar)
,s anu I c:crez.�tac.
n i.s ce} i_na
r:;phroval of the
professional c? vi t c :-
�r? cc>rl�cnt ,
_n :=u.1> t ;Iiti ].l y
tlic form attached
hereto, relat:.ed. to ihc,
6c':ri_c7n ,nd
c�,i:t:?:ilct:i.ol� u�:
113l11r 1.,;agoon Park.
By Resolution ii (34 1 .1 6, O loptc( Yc)u;.ir1r � � } via�� � t_IIC Cit)` C'C)iilIAl.sSiOn
approved t.JI'Jvc:� on C'c��nir�IITIJ_ :.t� c ':. 7cc�c.•I:"nix:rl«:iJ_crns, and
authorizi:'Cf L--he City 1'li. llc:.� C:'I" to 1if_:c:Ot i ct (; an c:,c'F7,� C')tilaUt_ r.'.;.t::)'1 T,l.} C.?1"t R.
Perez Ar..soc. , 11.1;. to provi&" along b;J.tl"1 t;l'J('a r' con ;l.Jl.'i;i Ilt ::i an Martin
Assoc., Inc,, and Consulting l]ngi.ncers, Inc.
teetural, architectural and enginecring services for the design and
construction of Blue Lagoon Park Development Project. The ncgot.iated
agreement, in substantially the form attached hereto, has been signed
by the consultant, favorably reviewed by the Law Department and now
requires ratification by the City Commission.
Funding for design of the entire project and construction of the
first phase has been obtained through a $200,000 -rant from the
Florida Recreation Development Assistance Program matched with
"up to $300,000 and not less than $250,000" (City Commission minutes
for May 12, 1983) proffered by the developers of Jacarol Bay Club.
The consultants' fee for professional services is $132,000.
Construction on the project will commence prior to January 1, 1985
in order to comply with the funding requirements.
r•
S/cg
Enclosure
84-54'7
AGREEMENT
THIS AGREEMENT made this
day of
by and between THE CITY OF MIAMI, a Municipal corporation of the
1984,
State of Florida, hereinafter called CITY and Albert R. Perez Assoc.,
P.A., Landscape Architects, hereinafter called the PRINCIPAL.
a WITNESSETH
WHEREAS, the Florida Department of Natural Resources, Florida
Recreation Development Assistance Program, has approved a grant
�a
application for funds in the amount of $200,000 for the Blue Lagoon
I Park Development Project; and
is
WHEREAS, by Resolution No. 83-318, passed and adopted on
April 6, 1983, authorizing the City Manager to accept the grant
I
funds and execute an agreement with the Florida Department of
` Natural Resources to implement this project; and
WHEREAS, }ay Resolution No. 83-1.129, -oassed and adopted on
October 25, 198?, the City Conunission approved the designation
of Blue Lagoon Park Dovel.opment as a Category "B" project and
appointed Carl Kern, Director of the Department of Parks and
Recreation as Chairman of the Competitive Selection Committee;
and
WHEREAS, the Competitive Selection Committee solicited ex-
pressions of interest from qualified consultants, evaluated the
qualifications of those firms who responded to its inquiry, and
i
then selected the firms most qualified to provide professional
landscape architectural, architectural and engineering services
i�
for the development of Blue Lagoon Park, all in accordance with
1^
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 No. 8965, July 23, 1979.
WHEREP.S, the City Commission, by Resolution No. 84-156 on
February 9, 1984, approved the Competitive Selection Committee's
recommendation of the firm most qualified to provide, along with
its consultants, professional landscape architectural, architectural
-1-
84-54 i
lip
2
and engineering services related to the development of Blue Lactoon
Park, and authorized the City Manager to negotiate a. professional
services agreement with Albert R. Perez Assoc., P.A., Landscape
Architects;
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 project
schedule requirements and will therefore proceed with all diligence
to carry out the WORK to meet such requa_rements. The PRINCIPAL
shall proceed with all applicable dispatch in a sound, economical,
efficient and professional manner, to the timely preparation of
all necessary documents for the construction of the PROJECT.
B. The PRINCIPAL shall perform the professional services as
hereinafter set forth and in general accordance with the instructions
of the CITY.
C. The CITY has budgeted the amount of $500,000 for the
design of the entire project and construction of Phase I. This
amount includes the following:
1., $161,973 for design services, including:
a) The lump sum fee for the PRINCIPAL;
b) Surveys, soils investigations and related services;
c) Permits;
d) Administration, reproduction and related expenses;
2. $330,032 for the Construction Cost of Phase I of the PROJECT
3. $ 3,000 for project contingencies;
4. $ 4,995 for ART WORK
D. The PRINCIPAL shall design the entire PROJECT based on a
project construction cost not to exceed $1.5 million dollars plus a
5% contingency, and specifically develop Phase I for construction
within the funds available to the CITY for the Construction Cost of the
PROJECT as defined in Section I - C.2.
-2"-
Y
84--54 i
E. The CITY agrees to pay and the PRINCIPAL aqrees to accept
i
as payment in full_ for all. professional_ and technical, services
rendered, as outlined in SECTION III - PROFESSIONAL SERVICES, hereof,
the FEE OF ($132,000) ONE HUNDRED AND THIRTY TWO THOUSAND
DOLLARS.
4
SECTION II - DEFINITIONS
A. CITY - is hereby defined as The City of Miami, Florida.
B. CITY MANAGER - is hereby defined as the City Manager of
the CITY.
C. DIRECTOR - is hereby defined as the Director, Department of
Parks and Recreation :of the CITY.
D. PRINCIPAL - is hereby defined as Albert R. Perez Associates,
P.A., 801 Madrid Street - Suite 107-B, Coral Gables, Florida 33134,
Telephone - 445-9223.
E. PRO,ThCT -- is hereby defined as the development of Blue Lagoon
Park, a 3.64 acrc site located on the north side of N.W. 7 Street,
west of N.W. 51 Avenue,
F. WORK - is hereby defined as all the professional and technical_
services to be rendered or provided by the PRINCIPAL for the entire
PROJECT, as described in SECTION III - PROFESSIONAL SERVICES, hereof.
G. CONSTRUCTION COST - is hereby defined as the total final
construction contract cost for Phase I 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, financial, administration or
similar services or land acquisition costs furnished by the CITY
or any cost of furniture or furnishing or unattached equipment
purchased by the CITY.
H. 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 the professional and technical services rendered pursuant
to this agreement, to complete the WORK as further defined in
SECTION III - PROFESSIONAL SERVICES, hereof.
<' Ek
3..
84-54 i
I. RECORD DRAWINGS - are hereby defined as those produced
by the Contractor bisecl on data obtained anti recorded 1�v a registered
surveyor, depi.ct:inc, ':Ile final alignment and condi.ti.on of all site
improvements constructed as part of this PROJECT, andprovided to
the CITY on reprod.0 c ble mylar accompanied by copies of the field
surveyor's notes.
J. ART WORK - is hereby defined as the Art Work to be
provided based on the scope of the PROJECT as set forth in City
Ordinance No. 8227 and Dade County Ordinance No. 73-77.
K. PROJECT MANAGER - is hereby defined as the Manager of the
PROJECT for the CITY.
L. DIRECT TECHNICAL SALARY EXPENSE - is hereby defined as
the hourly cost of salaries and those mandatory and customary benefits
such as statutory employee benefits, insurance, sick leave, holidays,
pensions, vacations, and similar benefits. The DIRECT TECHNICAL
SALARY EXPENSE: charged aczain.-.t. thc, PROJECT for design and construction
services provided ley t:he rRINCI:PAL ;hall not exceed THIRTY DOLLARS
($30.00) per hour plus payroll burden which shall not exceed twenty-
five percent (25%).
M. APPENDIX A - as attached hereto, shows the programmatic
elements submitted to the grantor of funding. These elements are to
be included in the overall development plan, the final configuration
of which shall be determined as a part of the WORK.
SECTION III - PROFESSIONAL SERVICES
1. 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 revie,a and approval of
WORK will relate only to overall. compliance \•.ith tl,r_ general require-
ments of the PROJE01', and �,aherever the terns "Api)roval. by the CITY" or
like terms are used in this Agreement, the phraseologv shall in no
way relieve the from any duties or responsibilities under
the terms of this Agreement, and from using the best landscape
architectural, architectural, and engineering services and practices.
r4�
84-540;
r e�
2. The PRINCIPAL and his associates shall be aware that
funding for this PROJECT was based on a grant, the purpose of which
was to provi,d(pa.r)c and recreational_ amen:i_ti_e5 Pl.tae T,agoon Park
as illustrated on Appendix A. In accordance with the grant application,
development plans shall_ include but not be limited to the following
(as illustrated on Appendix A):
fishing pier
shelter (s)
- dock and boat landing ramp
- play equipment
- parking for cars and cars with trailers
- provisions for a snack bar, office space,
storage, rest rooms, lockers, etc.
- general site improvements such as seating,
lighting, planting, irrigation, �•.alkways, etc.
3. The PRINCIPAL and his associates shall., throuc7hout the
course of this PROJECT., particularly during the Schematic Design
and Design Development. Pleases, work, along with the CITE', with
the prospective users;, particularly those from the Rowing and Boating
Clubs, and include their input in the overall design process related
to the development of Blue Lagoon Park.
4. The PRINCIPAL and his associates shall be prepared with
the appropriate documents to attend, and participate in, along with
the CITY, various meetings and presentations for review and discussion
of overall development of Schematic Design and Design Development Plans
for the PROJECT, equalling a minimum of four and a maximum of six
meetings. Prior to each "public" meetinq the PRINCIPAL shall confer
with the PROJECT MANAGER and/or related staff for review and approval
of all documents presented to the public. Included in the meetings
and presentations shall be:
a) The Miami City Commission, the Zoning and the'Planning
Advisory Boards.
b) The pre -construction meeting (s).
I
W5-
84-54!
5. The PRINCIPAL, shall in the preparation of Plans and
Specifications, and On -Site Consultation, comply with all. Federal,
State and local codes, ordinances andrcgtil_ations pertaining to the
design and cons t.r.uction of. the PROJECT. Attention is invited to the
Federal. Wage --hour Taw, Walsh -Healy Act, and the Occupational Safety
and Health .Act, the National Envi_ronmental. Policy Act, and the
Equal Employment Opportunity legislation.
A -- Schematic Design Phase
During the Schematic Design Phase upon written authorization
from the PROJECT MANAGER, the PRINCIPAL shall:
1. Inventory and inspect all. existing structures and facilities
on the PROJECT site and provide a written report including the structural
integrity, life expectancy, feasibility, and approximate cost of
rehabilitation, (within the context of reuse) and present value
to park users.
2. Pleat with the prospective users for discussion of those
items which would support their programmatic needs.
3. Subsequent to input from the Department of Parks and
Recreation and other City departments prepare a maximum of three
schematic designs along with cost estimates for the entire Development
Project, and individual cost estimates for each item or group of
items which form part of the Development Plan. Subsequent to review
by the CITY, the PRINCIPAL shall prepare a final Schematic Development
Plan based on a list of priorities and other directives provided
by the CITY, and a final schematic cost estimate.
4. The schematic designs with the amenities as described
in SECTION III - 2, shall include but not be limited to, general
use areas, location of structure (s), floor plan (s), planting
and paved areas, pedestrian and vehicular access and circulation.
Also included shall be preliminary site utilities as well as general
information related to materials and methods of construction and
permitting.
Plans for remodeling and potential expansion of the existing
-b-
84-547
----------
r
I
building (s) and all necessary repairs of structure (s) including
replacement of any glass unbreakable transparent glazing materials
and exterior architectural treatment, shall_ be included. The
community building should. include space for as many of the following
uses as allowable within the building's space constraints: Rest rooms
and lockers, supervisor's office, large multi -purpose room (s), equip-
ment storage, small multi -purpose room (s) and additional nati_o space.
5. Upon finalization of the configuration and design parameters
of those items to be included, the PRINCIPAL shall prepare the final
Schematic Development Plan.
6. Subsequent to presentations as outlined in Section III - 4,
any appropriate changes, and acceptance by the City, the Schematic
Design Phase shall_ be complete.
B. Dcsi.cn Devclot'rnriit Phase
Durincg the Dc.:�.i ern l e.,,:clopment Phase, upon written authorization
from the PROJECT Isr>..NAC),R t,nd as directed by the CITY for the approved
and accepted parts of the Schematic Design Phase, the PRINCIPAL shall:
1. Prepare Design Development Documents consisting of plans,
elevations and other drawings, and 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 materials, types
of structures, and site improvements; mechanical and electrical
systems construction cost estimates; utilities locations; time
E schedule and such other work as may be required.
f
G
2. Submit to the CITY an Estimate of: PROJECT construction costs
i
broken down into major categories. It shall be the obligation of
the PRINCIPAL and his associates to produce a design Phase I of which
may be constructed within the CITY BUDGETED AMOUNT or any subsequent
revision thereof approved by the CITY. Approval by the CITY of
Schematic Design Studies and/or. Design Development Documents includes
approval of the construction cost estimates submitted therewith
only if so stated in writing by the CITY. If either the final
9.7m
84-54'7
Cost Estimate for Phase I in the Schematic Design Phase or the
Cost Estimate for Phase I in the Design Development Phase is greater
than the CITY BUDGETED AMOUNT set forth in SECTION I - C herein, the
CITY may require the PRINCIPAL to revise appropriate portions of the
Schematic Design Studies and/or the Design Development Documents.
The PRINCIPAL shall revise the studies and/or the documents in such
a manner as to bring the revised Estimate of PROJECT Construction
Cost for Phase I within the CITY BUDGETED AMOUNT as part of the
PRINCIPAL'S BASIC PROFESSIONAL SERVICES at no addition in fee to
the CITY.
3. Submit completed Design Development Documents thereof as
required including the Plans, Outline Specifications, Construction
Cost Estimates, Time Schedules and an Illustrative Master Plan. The
PRINCIPAL shell. prepare applications and seek approval and permits
from regulator- agencies as may be required -for all aspects of
the PROJECT.
4. The PRINCIPAL and his associates shall prepare a Master
Development Plan, with appropriate sketches, which he shall present
to the Miami City Commission and other_ appropriate agencies.
5. The PRINCIPAL shall revise the Design Development Documents
and other documents as directed by the City Commission and other
agencies having jurisdiction.
6. The Design Development Phase shall be completed when the
CITY approves and accepts the Design Development Documents.
C. Construction Documents Phase
During the Construction Documents Phase, upon written authori-
zation from the PROJECT MANAGER or his designees and in accordance
with all the approved and accepted parts of the Design Development
Phase, the PRINCIPAL shall:
1. Prepare all construction contract plans and specifications
and other contract documents, except general conditions or supplement-
ary general conditions, for the complete PROJECT. These documents
shall be in conformance with all applicable federal, state and local
84-547
laws and codes and shall include such items as the working drawings
and specifications, adequately setting forth in detaij descriptions
of the construction to be done and also the materials, workmanship,
finishes and.. equipment required for all landscape architectural,
architectural, . structural, mechanical-, electrical, service -connected
equipment, (e.g., fixtures and equipment attached to the facility
electrically, mechanically, or structurally) site development,
connection costs, planting, bidding information, and the special
provisions of the Construction Contract, Bid Proposal, the Construction
Contract, and other Construction Contract Documents.
2. Revise the construction contract plans and specifications,
and any other written report or written document as required, to
secure the CITY'S approval thereof, as well as all permits necessary
for the PROJECT.
3. Advise the CITY of any adjustments to previous estimates
Of PROJECT construction cost which may be indicated by changes in
scope, design, requirements, market conditions, or otherwise.
4. Furnish the CITY with a Final Estimate of PROJECT Construction
Cost for the entire PROJECT and. Phase I based upon the completed
working drawings and specifications, broken down into major categories.
The PRINCIPAL'S Estimates of PROJECT Construction Cost shall be
construed as the informed professional opinion of a responsible
expert in the subject matter, and the CITY will relay on it as a
reasonable approximation of bids to be received.
5. See that all construction contract plans and specifications
bear the seal of a Florida registered professional landscape architect,
architect and/or engineer and that the dames of professionals
responsible for major portions of each separate specialty of the
WORK appear on the construction contract plans and specifications.
6. Because of the CI`Y' S concern for energy conservation, in
both resources and physical operations it shall be fully understood
that the PRINCIPAL shall pay particular attention to designing all
of the energy systems and site improvements required for the PROJECT
84-54'7
all,
with emphasis towards conserving energy and maintenance time.
Particular attention shall. be focused on the different uses of the
PROJECT and the different demands for air conditioning and lighta_nq,
etc. within structures as well as grounds maintenance, for paved and
planted areas outdoors.
7. Submit the completed construction plans and specifications
to the CITY for a complete and detailed review and approval..
8. Conduct all necessary dry -run checks of the construction
contract plans and specifications in connection with securing the
approval. of, and obtaining necessary permits from, all governmental
authorities having jurisdiction over the PROJECT after the CITY
has approved and accepted in writing the construction contract plans
and other contract documents. By said acceptance, the CITY does not
relieve the PRl::NCIPiL of any responsibilities.
9. Deli\,er to the CITY the completed muster 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.
10. The Construction Documents Phase shall be considered
completed on the day the CITY accepts from the PRINCIPAL the completed
Construction Contract plans and specifications ready for construction
bids.
D - Bidding Phase
1. For Phase I construction prepare addenda as necessary, 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 rQleases.
3. Assist the CITY in the evaluation of bids.
4. The Bidding Phase shall be considered completed on the day
the CITY accepts a bid for the construction of Phase I of the PROJECT.
E - Construction Phase
The Construction Phase shall commence with the award of the
Construction Contract. During the Construction Phase, upon written
authorization from the PROJECT PV7\NAGER, the PRINCIPAT, shall:
1. Attend a. regular weekly site meeting and make periodic
Visits to the site to familiarize himself with the progress and quality
of work to determine that the work is proceeding in accordance with
the Contract Documents and to submit his observations to the CITY
in writing within five (5) working days after each visit.
2. Work with the PROJECT MANAGER, through the Project Inspector
from the Department of Public Works, with the Contractor and Sub -contract-
ors on the job through the Contractor's Job Superintendent.
3. Assist the CITY in considering and evaluating any suggestions
or modifications �:hich might be submitted by the Contractor for the
r
i
sr 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 WORE.
6. Make written recommendations for the CITY'S review and
concurrence for such things as materials and equipment, methods of
construction, changes in plans, extra work orders, and supplemental
agreements; these review and concurrence shall not relieve the
PRINCIPAL of any responsibilities as specified under the terms of
this Agreement.
7. Check and approve shop and working drawings, samples and
other submissions furnished by the Contractor; retain a copy of all
shop and working drawings, duly approved by the PRINCIPAL, for
permanent CITY records.
8. Review all test reports required by the Contract Documents,
and provide the CITY wi-th written evaluation of such test reports.
9. Receive samples which are required to be furnished by
the Contractor, record date received and from whom; examine said
-11-
84-547
V
11
3
samples and notify the CITY of his approval or rejection.
10. After SuhSta.ntial completion, make a list of items for
correction before fi.na.1. inspori;i.on, and check each item as it is
corrected.
11. The PRINCIPAL Shall carry nut ]is responsibilities under
the terms of this Agreement until_ the Contractor turns over to the
CITY a completed facility; 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 an acceptance
of any work not completed and it shall in no way relieve the PRINCIPAL
of any of his responsibilities under the terms of his Agreement.
12. Assist the CITY in matters relating to the Contractor's
schedules and requests for progress payments.
13. During tile, course of the 1,7ORK, review and if appropriate,
approve all Gu zr: ratcc :=, Certificates, Operation and Maintenance Manuals,
Keying Parts and other items that have been specified
in the Cont:rtac:i,. The PRINCIPAL shall have the resl.onsibility
for advi,ing tltic CITY of the full compliance by the Contractor in
the timely submission of all such items. Deliver all such items to the
CITY prior to the date of beneficial occupancy.
14. Furnish to the CITY within thirty (30) days after completion
of the Construction Phase of the PROJECT the Record Drawings of the
Construction Contract plans, revised to include all changes or
modifications to the design made during the Construction Phase
based on documentation of said changes and modifications.
15. After completion of the construction of the PROJECT, the
PRINCIPAL shall deliver to the CI`1'Y written certification that the
PROJECT has been constructed in accordance with CITY approved
construction plans and specifications and CITY approved change
orders; and shall furnish such other written certificates as may be
t 84-547
U
required by laws and regulations applicable to the PROJECT.
lf. The Construction Phase shall_ be completed when the
PRINCIPAL has del ive. ed the aforesaid certi.f i.c-?tes, i.nc:ludina
Record Drawings, etc., to the CITY; and t.hr� Cit-y Commission has
accepted said PROJECT, but in no case later than forty-five (45)
days after delivery by the PRINCI..PAL.
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 information regarding its known
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, 7oni_ng, deed restrictions, boundaries and
contours of the site; locations, dimensions and date from existing
records on file in the Department of Public I-Zorks of the CITY
pertaining to existing }aui.ldings, other improvements and trees; and
information concerning availabl<D rcrrvi_cc: and utility lines both
public and private. The PRINCIPAL shall not be held responsible
for the completeness or accuracy of the Department of Public Works'
files.
C. If the CITY PROJECT MANAGER observes or has been notified
in writing of any fault or defect in the PROJECT or nonconformance
with the Contract Documents, prompt written notice thereof shall be
given to the PRINCIPAL.
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 photographs.
E. The Director shall appoint a PROJECT IIIANAGER to act
as liaison between the CITY and PRINCIPAL, and the PRINCIPAL shall
not start work nor incur any expenses for any Phase of the WORK,
special conditions or change orders without having received written
-I3-
a
84-54 !
authorization from the CITY'S PROJECT MANAGER to do so. Nothing
contained IiPre _n shall, T. el. i.eve the PRINCIPAL of any responsibility
as provided hurler this AgYeement.
F. The CITY stall furnish all required testing n(-cessary for
the PROJECT i.ncl_udinq core borings, test pits, st.ructttral, mechanical,
chemical, soil, and mill and laboratory test, the 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 Detailed Construction Cost
Estimated based upon the Design Development Documents and the
Construction Documents.
SECTION V - COMPENSATION FOR SERVICES
For }.professional and technical services for the Schematic Design,
Design Devel_oprnent, Construction Document, Bidding and Construction
Phases of t:hcas, oui:.7_iitccd in SECTION III, hereof, the �
CITY agz'r.,e icy <<_nd the PRINCIPAL agrees to accept, as a full
payment f:cat ha ;> :lc,rvice. the FEE OF ONE HUNDRED AND THIRTY TWO
THOUSAND DOLLARS ($1.32,000) . This payment will be made monthly,
in proportion to the services performed so that the compensation
at the completion of each Phase shall equal the following percentages
and amounts of the total FEE:
PERCENTAGE OF
ACCUMULATED
AT
THE END OF PHASE
LUMP SUM
PAYMENTS
PAYMENTS
1.
Schematic Design Phase
15
19,800
19,800
2.
Design Development Phase
35
26,400
46,200
3.
Construction Document Phase
75
52,800
99,000
4.
Bidding Phase
80
6,600
105,600
.� 5.
Construction Phase
100
26,400
132,000
SECTION VI - SCHEDULE OF WORK
The PRINCIPAL agrees that time is of the essence in the achieve-
ment of the PROJECT and further agrees to execute the professional and
-14=
84-541
L]
qW
technical services.promptly and diligently and only upon and in
Strict conformance a _th ^pec .fi.c, a�_tt hor.i_7ati.on from the PROJECT MANAGER
in writing, The CITY shall endr ,—or t:.o complete all_ functions related
to review and approvnl. of t:he 1'ariouts phases wi.t:.hi.n (J 4)
calendar days of receipt of the Tt is understood and
agreed by both parties that the following schedule for the 47ORK will
be strictly followed by the PRINCIPAL.
A. Schematic Design Phase
The Schematic Design Phase shall be delivered to the PROJECT MANAGER
within thirty (30) calendar days after written authorization from
the PROJECT MANAGER to begin 11ORK on _this Phase.
B. Design Development Phase
The Design Development Phase shall be delivered to the PROJECT MANAGER
within thirty (30) calendar days after written authorization from
the PROJECT MANAGER to begin WORI: on this Phase.
C. Construction Docurncnt Phase
The Construction Do currents Phase shall be delivered to the PROJECT
MANAGER within f:i%, e (75) calendar days after written
authorization f rcm 11)(- PROJECT MANAGER to begin WORK on this Phase.
D. Biddi.nc Phase
The Bidding Phase is projected to require a maximum of forty five (45)
calendar day
E. Construction Phase
The Construction Phase will commence with the award of the Construction
Contract and shall be completed when the PRINCIPAL has delivered to
the CITY written certification that the PROJECT has been constructed
in accordance with CITY approved construction Mans, specifications
and CITY approved change orders; other written certificates as may
be required by law and regulations applicable to the PROJECT, including
Record Drawings; and the City Conunisslon has accepted the PROJECT
by Resolution, but in no cage later than forty five (45) days after
delivery by the PRINCIPAL.
The length of the Construction Phase shall be as established, and
84-54'7
mutually accepted, at the completion of the Schematic Design Phase.
F. Time for Performance
In the event:. the PRINCIPAL is unable to complete the above
services becau.ge, of Cninys resulting from Acts of God or untimely
review and approval by the CITY and others gnvernme� -ntal authorities
having jurisdiction over the PROJECT, rind such delays are not the
fault of 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.
SECTION VIT_ - ADDITIONAL WORK AUTHORIZED BY THE CITY
A. the CITY reserves the right to increase the scope and
amount of the construction contract by directly authorizing the
contractor to do extra or additional �,ork without requiring the
PRINCIPAL to furnish professional or technical services. In this
case, the cost: of this extra or additional work will be considered
as part of the final cost of the PROJECT. The PRINCIPAL shall not
be liable for any additional work or conditions resulting from
additional work performed by the contractor in the event that the
CITY directly authorizes the contractor to do the additional work
without requiring the PRINCIPAL to furnish professional or technical
services.
If in the opinion of the CITY additional work is required, within
the overall original scope of the PROJECT but unforeseen at the time
that this agreement and/or its amendments are executed, then the
PRINCIPAL shall be paid at the rate of two and one half (2�-) times
Direct Technical Salary Expense for those services rendered.
SECTION VIII - TERMINATION OF AGREEMENT
The CITY retains the right to terminate this ..greement at
any time prior to completion of tYie I40RI" N�.ithout penalty to the CITY.
In that event, termination of this Agreenl�nt shall be in writing
to the PRINCIPAL and the PRINCIPAL shall be paid for his services
-16-
84-547
rendered in each completed PHASE prior to termination in accordance
with SECTION V - COMPENSATION F(.)R SERVICES, provi_clec3 h���rever, that
the PRINCIPAL i.s not in defaixl_t i-inder the ms of -hi_s V;z. cement.
If, ho=iviever, the termination of. this Agreeme-nt_ occur-s clt,-ci_ncr an
incomplete Phase, then the PI?TNCTPA7., shall he paid �a.t t.hQ rate of
two and one half (2.5) times Direct Technical Salary I',Xpen e for
those services rendered in such incomplete .Phase provided that
the PRINCIPAL is not in default under the terms of this Agreement.
In no case, however, will the CITY pay the PRINCIPAL a greater amount
for his incomplete Phase than would have been paid had the termination
been made at the completion of this Phase.
In the event that the PRINCIPAL shall fail to comply with
each and every term and condition of this Agreement; or fails to
perform any of the terms and conditions contained herein, then the
CITY, at its sole option, may upon written notice to the PRINCIPAL
and without further notice or demand to the PRINCIPAL, may cancel
and terminate this 7�greement, and all payments, advanc<s, or other
compensation paid to the. PRINCIPAL by the CITY while the PRINCIPAL
was in default of the provisions herein contained, shall be forthwith
returned to the CITY.
In the event of termination, all documents, plans, etc., as
set forth in SECTION XI - OWNERSHIP OF DOCUMENTS shall become the
property of the CITY, with the same provisions of use as set forth
in said SECTION XI.
SECTION IX - PRINCIPAL'S SPECIALIST
The PRINCIPAL proposes to have the following specialists,
either from his organization or as his consultants or associates,
to perform the services indicated
A. Landscape Architectural
B. Architectural
C. Structural Engineering
D. Civil Engineering
E. Mechanical Engineering
F. Electrical. Enqineering
Selection of the PRINCIPAL by the Competitive Selection Committee was
based, in part, on the qualifications and expertise of the following
architectural and engineering firms proposed as his designated
specialists:
-17-
g4-54"1
San Martin Associates, Inc., Architects, Structural and Civil Engineers
S.D.M. Consi_ilti_na Engineers,. Inc. , Mechanical and Electrical Engineers
The PRTNCJ'P.AT, shall negoti_a.te a f i_r and equitable agreement with each
of his st? ci.ali its and Ii i3 Tli.sl) 1.11e C i:TY �,td.th a copy of et ch s; ,- C(-)T1tract
agreement in a. timely maT)ner. The PPT.T\7CTT)AT, may choose additi.a al
specialists, for which prior e•,ri_t:ten approval from the CITY must be
obtained, but may not exclude those originally designated without
an acceptable written request to the CITY, submitting the reasons
for said termination.
The PRINCIPAL will be responsible for all the WORK of his own
organi-.ati.on, and of his consultants or associates. Nothing contained
in this Agreement small create any contractual relation between any
of the designated or other Specialists working for the PRINCIPAL
and the CITY. It shall be understood that the PRINCIPAL is in no
way relieved of any re-sponsibility under the terms of this Agreement
by virtue of zany other professional who may associate with him in
performing the WORK.
.
SECTION X -- ADDITIONAL PROFESSIONAL RESPONSIBILITIES
Thee following professional services and work by the PRINCIPAL
shall not be considered extra services but on the contrary shall be
considered part of the WORK of the PRI1= PAL.
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 construction
of the PROJECT, if the amount of the lowest acceptable bid received
by the CITY for the construction of the PROJECT is ten percent (100)
or more in excess of '.he final amount budgeted or approved for the
cost of the construction contract of the PROJECT. Revision shall
not be interpreted to mean major redesign of project elements
previously approved by the CITY.
B. Any other revisions suggested by the CITY that are within
the scope of the WORK before the Design Development Documents and
Outline Specifications are approved by the CITY.
-18-
84-r-547
SECTION XI - OWNERSHIP OF DOCUMENTS
All tracings, plans, drawings, specifications, field books,
survey information, maps, contract documents, reports and other
data devel.opncl as a res,zlt of t.hi_^ Agreement s-hall become t-he
property of 1---he CITY without restriction or limitation on their use.
The PRINCIPAL. shall not. be liable for Possible damages resulting
from the CITY'S use of t:he Contract Documents or any other project.
It is further sti_nulated that all information developed as a
part of the PROJECT shall not be used by the PRINCIPAL without written
consent of the CITY.
It is further understood by and between the parties that
any information, maps, contract documents, reports, tracings, plans,
drawings, specif.i_cations, books or any other matter whatsoever which
is given by the CITY to the PRINCIPAL pursuant to this Agreement
shall at all times remain the property of the CITY and shall not be
used by the PRINCIPAL, for any other purpose whatsoever without the
written consent of the CITY.
k
It is further understood that no press release or publicity
is to be issued by the PRINCIPAL, without prior submittal to the
CITY and written approval from the CITY.
SECTION Y,II - Al ARD OF AGREEMENT
The PRINCIPAL warrants that it has not employed or retained
any company or persons to solicit or secure this Agreement, that
it 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 making
of this Agreement.
The PRINCIPAL also warrants that to the best of its knowledge
and belief no Conunissioner, Mayor or other officer or employee of
the City is interested directly or indirectly in the profits
emoluments of this or the job, work, or services for the
City in connection with the contract or construction of this PROJECT.
The PRINCIPAL shall not engage during the period of this
Agreement the services of any professional or technical person who
s
3
-19-
84-54'7
49%
E
has been at any time during the period of this Agreement in the
employ of the CITY.
The PRTNCTPAL is aware of the conflict of interest laws of
both the City of. Mi_azni and Dade County, Flo: .da, and agrees that
it sha.l.]. fully comply in a.11 respects with the terms of said laws.
ECTION XI T I -- EXTENT OF AGREEMENT
This Agreement represents the entire and integrated Agreement
between the CITY and the PRINCIPAL, and supersedes all prior negotiations,
representations or Agreements, either written or oral. This Agreement
may be amended only by written instrument by both the CITY and the
PRINCIPAL.
SECTION XIV - SUCCESSORS AND ASSIGNS
The PRINCIPAL, shall make no assignments of transfer of this
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 Lindinq upon tho parties hereto, their heirs, executors,
legal represen4�Itivc, successors and assigns.
SECTION X%7 m yNON-DI LEGABILITY
It is understood and agreed, that the obligations undertaken
by the PRINCZ};h L pu-rruant: to this Agreement shall not be delegated
to any other person or firm unless the CITY shall first consent in
writing to the performance of such services or any part thereof by
another person or firm.
SECTION XVI - 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 contractina and that the original contract
price and any additions thereto shall be adjusted to exclude any v
significant sum -;-here the CITY determines the contract price was
increased due to inaccurate, incomplete or non -current wage rate and
other factual unit cost. Such adjustments must be made within one
year following the end of the Contract.
_Y
SECTION XVII - VtAIVER
No waiver of any provision hereof shall be deemed to have been made N+
-24-
84-54 i
4
11
unless such waiver be in writing signed by the City. The failure of
the City of Miami to insist upon the strict performance of any of the
provisions or condi.tions of. this Contract., shall not be construed
as waiving or relinquishing in the fazt.izre 71ny such covenants or conditions
but the same shall continue and. remain in full. force a,)d effect.
SECTION XVITT - RIGHT TO ATJDTT
The CITY reserves the ri_aht;, to audit the records of the
PRINCIPAL any time during the prosecution of this Agreement and for
a period of one year after final payment is made under this Agreement.
Notwithstanding any other provision of this Agreement, in no
event shall the payment of the FEE under Section V herein, enable the
PRINCIPAL to earn a profit of more than TWENTY PERCENT (200.) of the FEE.
At the time the final increment of that FEE is due to be paid by the
CITY to the PRINCIPAL pursuant to the terms of SECTION V herein, the
PRINCIPAL shall submit to the CITY a certification of its total costs
incurred and profits realized in providing the basic services as outlined
in SECTION III herein. If such certification indicates profits in �
excess of the maximum set forth above, the PRINCIPAL shall simultaneously
remit any overage to the CITY. The CITY reserves the right to audit
the books and records of the PRINCIPAL and to adjust the amount of
any such repayment in the light of said audit. In calculating the
total costs incurred by the PRINCIPAL'S own staff, the PRINCIPAL shall
use a percentage overhead applied to the DIRECT TECHNICAL SALARY EXPENSE
as defined in SECTION II herein. The percentage overhead shall be
equal to the actual percentage overhead pertaining for all of the
PRINCIPAL'S work in the last twelve (12) month period preceding the
date of this Contract for which data is available. All services
provided by subcontractors to the PRINCIPAL shall be included at
the actual cost paid by the PRINCIPAL and the percentage overhead
shall not apply.
SECTION }SIX - INDEMNIFICATION
The PRINCIPAL shall indemnify and save the CITY harmless from and
against any and all claims, liabilities, losses, and causes of action,
which may arise out of the PRINCIPAL'S activities under this contract,
-21-
84-547'
r
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, fro;, and against any orders, judgements or
decrees �ihich ray be-ntered, .Md fr()m and ,(Jai.nst 11_1. costs,
attoa:ney's fees, expenses and l_iabili_t-i_es incurred in the defense of
any such claims, or in the investigation thereof.
SECTION XX -- INSURANCE
The PRINCIPAL shall not commence work on this Contract until
r
it 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:
A. An Automobile Liability Insurance covering all owned,
non -owned, and hired vehicles in the amounts of not less than $100,000
per person each, $300,000 per accident for bodily injury, and $50,000
per accident for property damage.
B. Professional. Liability Insurance in the minimum amount of
$1,000,000 cove;ri_lig al.l liability arising out of the terms of this
Agreement. The City of Miami shall be named as an additional insured.
C. Workers' 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 CITY prior to the commencement of operations which Certificates
shall clearly indicate that the PRINCIPAL has obtained insurance in
the type, amount and classification as required for strict 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.
-22-
84-54:
I
.o
Compliance with the foregoing requirements shall not relieve
the PRINCIPAL of its T i.abi.l i_ty and obligations under this Section
or any portion of this Agreement.
SECTION XXI - RTGHT OF DECI TONS
All_ services shall he performed by the PRINCIPAL to the
satisfaction of the Director of the Parks and Recreation Department
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, amount, and value thereof, and the DIRECTOR'S
decisions upon all claims, questions of fact, and disputes shall be
final, conclusive and binding, upon the parties hereto, unless such
determination is clearly arbitrary or unreasonable. In the event
that the PRINCIPAL does not concur_ in the judgement of the DIRECTOR
as to any decision made by him, the PRINCIPAL shall present his
written objections to the CITY MANAGER; and the DIRECTOR and the
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 DIRECTOR and the CITY tZANAGER and submitted
to the City Commission for approval.
SECTION XXII - NON-DISCRIMINATION
A. The PRINCIPAL will not 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,
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
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 or national origin.
C. The PRINCIPAL will send to each labor union or represent-
ative of workers with which he has collective bargaining agreement
or other contract of understanding, a notice, to be provided by
-23-
84-541
-N,
the agency Personnel Officer, advising the labor union of worker's
representative of the contractor's commitments under this Equal
Opportunity clause, and shalt post copies of the notice in conspicuous
places available to employees and applicants for employment.
D. The PRINCIPAL will include the provisions of this Section
in every subcontract or purchase order, so that such provisions will
be binding upon each subcontractor or vendor.
SECTION XXIII - INDEPENDENT CONTRACTOR
That the CONSULTANTS 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 Ordinance of the CITY, or any rights generally
afforded classified or unclassified employees; further he/she shall not
be deemed entitled to Florida Iorker's Compensation benefits as an
employee of the CITY.
SECTION XXIV •- 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 a ve set forth.
i
ATTEST:
PRINCIPAL: A bert R. Per z Assoc., P.A.
Secreta y of the Co poration
Presiden of the Cor oration
ATTEST:
THE CITY OF MIAMI a municipal
corporation of th State of Florida)
By:
`
City Clerk
' City 1,4anager
APPROVED AS TO CONTENT:
APPROVED AS TO FORM AND CORRECTNESS:
Director, Department of Par
City Attorney
and Recreation
Finance Department - Risk Management
a -24-
84-547
WHEREAS, the Board of Directors of Albert.R. Perez
Associates, P.A. has examined terms, conditions and
obligations of the proposed contract with the City of
Miami for the Blue Lagoon Park Development.
WHEREAS, the Board of Directors at a duly held
corporate meeting have considered the matter in accordance
with the by-laws of the corporation, -
NOW, ` 1111I�I i:'O E, Iji.; IT RESOL•VED BY THE BOARD OF
DIRECTORS Ok 7a:=SOCIATES , P.A. that the
president an(,71 a7_-e hci-eby authorized and in
struc*.ed
to enter i.jitn 7_n the name of, and on behalf of
this corporation, the City of Miami for professional
services related to Blue Lagoon Park Development 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.
0
IN WITNESS WHEREOF, thi5`day of
14
1
CHAIRMW, Boa
o D�.rr•ctgr� c .
�` •�" rid,
••lll.i�t�•�..
0
84-54 1
13
U
A F F I D A V I T
City of Miami
Department of Law
174 East Flagler Street
Miami, Florida 33131
TO WHOM 1T 11AY CONCERN:
This is to ce3-;� _f\r that ALBERT R. PEPSZ is authorized
to sign con;:.).-.ac t,_ on behalf of ALBERT P.. PrPEZ ASSOCIATES, P.A.
as its duly s\,;c-2:n \7J_cc- —President - Secretary)
and is emnc�aercd to m,::kc and r iqn contracts and agreements
binding ALBERT P. PFPEZ ASSOCIATES, to any contracts and
P.A.
agreements with the Department of Parks and Recreation
(State Facility of City)
Albert R. Perez, President ;
Albert R. Perez Associates P.A.
801 Madrid St., Suite 107
Coral Gables, FL 33134
Name - Title
Name of Corporation
Address of Corporation
Sworn to and subscribed to
before me this day of iZ,�1984
Notary j''abllc
NOTAYY tl'6UC';T-T% Or FLOhinA
MY cGr;,1.111;S'�_i� :�.F,F.:S DULY 4 1AI
PvNDLD ThnU UNIKAL II4SUW=14c: UND
54-5401
0
��r: _IIxsir: h�vdrGtS rtsr.• l'. � �. _.. ,' CE , r R'
f';: w • � � ..,� `: -.,, ,t ,. � R Fes, i
i 4 i
tiz
TRAILER CAR ENTRANCE EXIT
ENTRANCE TRAILER EXIT
N. W. 7 ST.
13 r M
D D r
r) C
X 0 F
0
Z
84 54
I
FISHING PIES
SHELTER
DOCK -
BOAT LAUNCHING RAMP
PLAY EQUIPMENT
LAUNCHING FEES
Z:) 1-4 m I tl% r-
COLLECTION OFFIGm,
RESTROOf\TIS
SEATING
CAR PARKING
TRAILER PARKING
COVERED PICNIC PLATFORM
BOARDWALK
PARK PEDESTRIAN ENTRANCE
APPENDIX A �� 0
-
v I L
tJ
-