Loading...
HomeMy WebLinkAboutR-82-0634RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE THE AMENDED AGREEMENT, IN SUBSTANTIALLY THE FORM ATTACHED HERETO, WITH WALLACE, ROBERTS AND TODD, ARCHITECTS, TO PROVIDE PROFESSIONAL SERVICES RELATED TO THE REMAINING PROJECT ELEMENTS FOR JOSE MARTI RIVERFRONT PARK DEVELOP- MENT, USING FUNDS COMMITTED BY THE STATE OF FLORIDA, DEPARTMENT OF NATURAL RESOURCES, LAND AND WATER CONSERVATION, AND LAND ACQUISITION TRUST FUNDS FOR THIS PROJECT. WHEREAS, the Commission of the City of Miami by Resolution #79-576, adopted September 13, 1979, authorized the City Manager to conduct a design competition and to appoint an impartial jury for the selection of the competition winners, and also authorized the City Manager to negotiate a professional services agreement with the competition winners: Wallace, Roberts and Todd, architects, in compliance with Ordinance #8965 adopted July 22, 1979; and WHEREAS, on July 16, 1980, the City entered into a agree- ment with Wallace, Roberts and Todd herein after called the PRINCIPAL to provide professional services for the design and construction consultation of Phase I of Jose Marti Riverfront Park, then known as Latin Riverfront Park; and WHEREAS, the Overall Master Plan and Master Plan Report including the scope of the work for Phase I for Jose Marti Riverfront Park as prepared by the PRINCIPAL was accepted and approved by the Commission of the City of Miami, by Resolution #81-115 on February 26, 1981; and WHEREAS, in accordance with the aforementioned Agreement and Supplemental Agreement #1 which increased the scope of recreational elements because of additional funding, the PRINCIPAL has performed and the CITY has accepted all services related to the Master Plan, Schematic Design, Design Development, Construction Documents and Bidding Phases, and is now carrying out services related to Construction Consultation all for Phase I of the Park development; and WHEREAS, $319,000 has been received from the State of Florida Department of Natural Resources' Land and Water Conserva- tion Fund, and $500,000 has been legislatively appropriated through the State of Florida, Department of Natural Resources' Land Acquisi- tion Trust Fund, totalling $819,000 to complete the Programmatic Refinement, Schematic Design, Design Development and Construction Document Phases on all remaining PROJECT ELEMENTS and carry out Bidding and Construction Administration on selected Project Elements; and ,,;J f y COMMISS'M d MEETM 09 JJJL 3 2 138E i mom" J e WHEREAS, the City of Miami desires to fulfill its commitment to the residents of the City of Miami and in par- ticular the Little Havana Neighborhood to develop Jose Marti Riverfront Park; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to execute Supplemental Agreement #2, in substantially the form attached hereto, to the original Agreement, dated July 16, 1980, and the Supplemental Agreement #1 dated February 26, 1981, with Wallace, Roberts and Todd, Architects, to provide professional services related to the remaining Project Elements for Jose Marti Riverfront Park Development, using funds commit- ted by the State of Florida, Department of Natural Resources, Land and Water Conservation and Land Acquisition Trust Funds for this Project. PASSED AND ADOPTED this 22ND day of ATTEST TTY HIRAI, ACTING CITY CLERK PREPARED AND APPROVED BY: DEPUTY CITY ATTORNEY APPRQM)AS RRECTNFSS: c/ � CITY A T RNEY -2- JULY 1982. MAURICE A. FERRE Y 0 ,. V-2' ,r 40 11 43' Howard V. Gary City Manager Carl Kern, Director Department of Parks _ 1TY OF '11AMI, FI-CRIOA INTE."7-OFFIC7 MENICPANOUM -r aC ce:.Frr July 8, 1982 VILE Authorization to execute an Amended Agreement with Wallace, Roberts and Todd for Jose Marti Riverfront Park. For the City Commission Agenda of July 22, 1982 "It is recommended that the City Manager be authorized to execute an Amended Agreement in substantially the form attached hereto with Wallace, Roberts and Todd, Architects, for professional services related to the remaining Project Elements on Jose Marti Riverfront Park Development as per the attached resolution." Wallace, Roberts and Todd, Architects, who won the design competition for Jose Marti Riverfront Park have completed the Master Plan, Schema- tic Design, Design Development, Construction Documents and Bidding Phases on the Phase I Project Elements, and with the pre -construction meeting scheduled for July 14 will commence Construction Consultation, anticipated to last twelve (12) months. In order to simplify and expedite future development of the Park, this Amended Agreement provides for all the Design Phases and the Construction Document Phase for the remaining Project Elements, as well as Bidding and Construction Administration for at least those Elements to be constructed with funds currently on hand. This will aid us substantially in soliciting private and public funds from more varied sources and allow us to advertise for bids and commence construction within 30 to 60 days of receipt of funding in the future. Estimated Cost of Remainin Project Elements as per approved Master Plan: $2,673,288. Funding: State Dept. of Natural Resources' Land and Water Conservation Fund: $ 319,556 State Dept. of Natural Resources' Land Acquisition Grant Fund: 500,000 Total Available $ 819,556. Proposed Expenditures: Professional fees for Design and some Construction Consultation: $ 219,934 Indirect Cost, Incidental and Project Inspection expenses: $ 57,199 277,133 Total for construction of some Phase II Project Elements ... $ 542,423 CK /JS /cg �`i.t." i I It Enclosure CC: T.9w n-nnrf --nnt- SUPPLEMENTAL AGREEMENT 42 Jose ?Marti Riverfront Park - Consulting Agreement (Latin Riverfront Park) This Supplemental Agreement 42 made and entered into this day of 1982, by and between the CITY OF MIAMI, a municipal corporation of the State of Florida, (hereinafter referred to as the "CITY") and Wallace, Roberts and Todd, Architects (thereinafter referred to as the "PRINCIPAL",) WITNESSETH WHEREAS, the City Commission by Resolution No. 79-576, adopted September 13, 1979, authorized the City Manager to conduct a design competition and to appoint an impartial jury for the selection of the competition winners, and also authorized the City Manager to negotiate a professional services agreement with the competition winners, and WHEREAS, the City Commission by Resolution No. 80-472, adopted on June 2G, 1980, authorized the City Manager to execute an Agreement with Wallace, Roberts & Todd, Architects, winners of the aforementioned design competition, to provide professional services for the Design and Construction Consultation of Phase I of Jose Marti Riverfront Park, then known as Latin Riverfront Park; and WHEREAS, the City Commission by Resolution No. 81-115 on February 26, 1981 approved and accepted the Master Plan and Master Plan Report including the scope of work for Phase I, and authorized the City Manager to execute Supplemental Agreement #1 to the original Agreement dated July 16, 1980 to provide professional services for the Design and Construction Consultation of Phase I of Jose Marti Riverfront Park; and WHEREAS, in accordance with the aforementioned Agreement and Supplemental Agreement #1 which increased the scope of recreational elements, the PRINCIPAL has performed and the CITY has accepted all services related to the Master Plan, Schematic Design, Design Development, Construction Documents and Bidding Phases, and is now carrying out services related to Construction Consultation, all for Phase I of the park development; and WHEREAS, $319,000 has been received from the State of Florida Department of Natural Resources, Land and Water Conservation Fund; and $500,000 has been legislatively appropriated through the State of Florida, Department of Natural Resources' Land Acquisition Trust Fund; and WHEREAS, the City Commission desires to proceed with its commitment to the residents of THE CITY OF MIAMI and in particular the Little Havana Neighborhood to develop Jose Marti Riverfront Park; Page 1 of 8 WHEREAS, it is therefore in the CITY'S best interest to complete the PROGRAM REFINEMENT, SCHEMATIC DESIGN, DESIGN DEVELOPMENT and CONSTRUCTION DOCUMENT Phases on all remaining PROJECT ELEMENTS and carry out Bidding .and Construction Administration on the PROJECT ELEMENTS at such time as funding becomes available. NOW, THEREFORE, the CITY and the PRINCIPAL, for the considerations hereinafter set forth, agree and convenant, one unto the other that the Agreement entered into between the CITY and the PRINCIPAL dated July 16, 1980, and the Supplemental Agreement entered into between the CITY and the PRINCIPAL dated February 26, 1981, shall remain in full. force and effect and shall not be deemed to be repealed, amended or modified in any way except as herein specifically provided for the project as defined herein as Supplemental Agreement #2 as follows: SECTION I - GENERAL C. The CITY has budgeted the amount of $819,566 for subsequent phases of Jose Marti Riverfront Park Development. This amount includes the following: 1. $277,133. for design services including (a) The Lump Sum for the PRINCIPAL; (b) Surveys, Soil Investigations and Related Expenses; (c) Permits; (d) Administration, Reproduction and Related Expenses. 2. $542,423 for construction cost of Phase II, Project Elements to be selected upon completion of the Construction Document Phase. 3. No monies for project contingencies. The 1.5% of the construction cost of buildings usually reserved for Art shall be taken from the construction cost budget of the specific building at such time as it is selected for construction. D. The PRINCIPAL shall design all the Project Elements within the Overall Construction Estimate of $2,672,288 for the entire project. F. 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 hereof, the Lump Sum Fee of Two Hundred and Nineteen Page 2 of 8 Thousand Nine Hundred and Thirty Four Dollars ($219,934.00.) G. The PRINCIPAL reserves the right to re -negotiate fees for professional and technical services associated with the Bidding and Construction Consultation Phases as outlined in Section III - Professional Services hereof, beyond 22 months from the date of execution of this Agreement. SECTION II - DEFINITIONS E. PROJECT - is hereby defined as the desiqn and execution following all phases of this Agreement, of the Construction Documents, for the Project Elements which follow, and the Bidding and Construction of these Project Elements as funding becomes available, and it is in the CITY'S interest to proceed: 1. Plaza with trellis 2. Fountain with Cascades 3. Open Air Market 4. Recreation Building 5. Additional Picnic Shelter G. Additional Playground Equipment 7. Lighted Basketball Courts 8. Lighted Tennis Courts 9. Softball Field Lighting, Bleachers, Dugouts, etc. 10. Restrooms/Storage Building 11. Provisions for Docking at Boat Basin 12. Boat Ramp 13. General Parking 14. Miscellaneous Site Improvements H. CONSTRUCTION COST - is hereby defined as the total construction contract cost of the PROJECT or a selected number of its Elements 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 or furniture or furnishing or unattached equipment purchased by the CITY. M. SCOPE OF PROJECT - is hereby defined as all Project Elements included in the approved Master Plan. N. OVERALL CONSTRUCTION COST - is hereby defined as the estimated cost of all the Project Elements. SECTION III - PROFESSIONAL SERVICES In the event that portions of, or one, or more of the Project Elements are deemed by the CITY to be unfeasible for construction and/or operation throughout the course of the various phases of Page 3 of 8 ti"VLei4 this Agreement, a corresponding portion of the professional and technical services fee shall he identified and re -allocated appropriately by the CITY and with the acceptance of the PRINCIPAL. A. Programmatic Refinement Phase During the Programmatic Refinement Phase, upon receipt of written authorization from the City Manager or his designee, the PRINCIPAL shall.: 1. Make a maximum of three presentations to community representatives to establish needs and objectives. The CITY shall be responsible for establishing contacts with residents and setting up the meetings. 2. Examine all alternatives and refine the programs for the remaining Project Elements, particularly the Recreation Building, Open Air Market, Restroom/Storage Building, and the Boat Ramp. 3. The PRINCIPAL shall prepare a revised illustrative Master Plan at a scale of 1" := 30' indicating those elements now under construction and those proposed. The format shall be such to allow for revisions to reflect the final combination of PROJECT ELEMENTS which should be determined at the end of the Design Development Phase. The Programmatic Refinement Phase shall be completed when the PRINCIPAL submits it to the PROJECT :•?ANAGER, and the CITY approves the Work. B. Schematic Design Phase 1. Development concepts indicated in the approved Master Plan and the findings of the Programmatic Refinement Phase for the PROJECT. 2. Further refine design criteria for the PROJECT. 3. Prepare statement of probable construction cost for each element of the PROJECT. C. Design Development Phase During the Design Development Phase, upon receipt of written authorization from the City Manager or his designee, and 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 each Element of the PROJECT in its essentials as to location, kinds of materials, type of structure, mechanical and electrical systems, utilities locations, and such other work as may be required. Page 4 of 8 2. Submit to the CITY an Estimate of PROJECT construction cost broken down by Project Elements into major categories. It shall be the obligation of the PRINCIPAL to produce a design which may be constructed within the Overall Construction Cost 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 Statement of Probable Construction Cost for the Schematic Design Phase or the Estimate of PROJECT Construction Cost for the Design Development Phase is greater than the Overall Construction Cost set forth in SECTION I-D herein, the CITY may require the PRINCIPAL to revise 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 within the Overall Construction Cost as Dart of the PRINCIPAL'S BASIC PROFESSIONAL SERVICES at no addition in fee to the CITY. D. Construction Document Phase During the Construction Document Phase, upon written authorization of the CITY IMANAGER or his designee, and in accordance with all the approved and accepted parts of the Design Development Phase, the PRINCIPAL shall: 1-a Prior to commencement of the construction contract plans and specifications, and along with the CITY, on the basis of user's needs, funding and other pertinent criteria, determine those Elements which are to be constructed as part of Phase II Development. 1-b Prepare a final revised illustrative Master Plan showing all the PROJECT ELEMENTS in their final configuration with Phase I and Phase II Elements displayed as such. l-c Prepare all construction contract plans and specifications and other contract documents except the Bid Proposal, General Conditions or Supplementary General Conditions,. for each Project Element, in such a manner that we facilitate the bidding of individual or groups of Project Elements. Prepare the Bid Proposal and other bidding documents for those Elements Page 5 of 6 82-0U,Jt which are part of Phase II Construction. These documents shall be in conformance with all applicable Federal, State and local laws and codes, and shall include such items as the working drawings and specifications accurately setting forth in detail descriptions of the constr.uctinn to be done, and also the materials, wor}-manshi.p, electrical, and equipment required for all 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. 4. Furnish the CITY with a final estimate of PROJECT construction costs based upon the completed working drawings and specifications for each Element, broken down into major categories, and also into Phase II and future construction Elements. 9. Deliver to the CITY thL, completed master set of Construction Contract, plans and specifications, including an assembled set of those documents prepared along with the Bid Proposal, and other related parts of the Construction Contract for Phase II Construction, in such reproducible form as may be specified by the CITY. 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. 4. Bidding Phase shall be considered complete for Phase II Construction on the day the CITY opens bids for the construction of those Project Elements scheduled as such. F. Construction Consultation Phase - The Construction Consultation Phase for Phase II shall commence with the award of the Construction Contract. 18. The Construction Consultation for Phase II is anticipated to require the equivalent of 26-man days for the PRINCIPAL and the Specialists' services. This schedule shall be verified at the time of preparation of Bid Documents for Phase II Construction, and monitored throughout Page 6 of 8 06 4 the Construction Consultation Phase. In the event that Construction Con!,ultation for Phase II may require less than the estimated time, the Consultant shall follow the procedures as outlined in Compensation for Services - Section V. SECTION V - COF1P1'NSATIC)'1 FOR SERVICES For professional. and technical services for the Programmatic Refinement Schematic Design, Design Development, the Biddinq Construction Document and Construction A(imi.nistration Phase of the entire PROJECT as outlined in Section III hereof, the CITY agrees to pay and the PRINCIPAL agrees to accent, as a full payment for his services, the Lump Sum Fee of $219,934. This fee shall include: o $204,934. hereinafter called the BASIC FEE 0 15,000. hereinafter called the SPECIAL UTILITY DESIGN FEE. A. The BASIC FEE payments will be made monthly in proportion to services performed so that the compensation at the completion of each phase shall equal or be no more than the following percentages and amounts of the total BASIC FEE: AT THE END OF PHASE Phase Total FEE PER PHASE s� Programmatic Refinement Phase 3 3 $ 6,148. Schematic Design Phase 10 13 20,493. Design Development Phase 20 33 40,987. Construction Document Phase 50 83 102,467. Bidding Phase* 5 SR 10,247. Construction Administration Phase* 12 100 24,592 *Invoices for Bidding and Construction Phases shall show a breakdown of costs related to Direct Technical Salary Expenses. This will allow for monies expended in both the Bidding alid Construction Phases to be related to the number of Project Elements constructed under Phase II, or any other construction phases that may become part of this Agreement. B. The SPECIAL UTILITY DESIGN FEE shall be filed separately for those professional and technical services performed by the PRINCIPAL and his Specialists related to the modification of drainage or other utility structures which do serve park facilities, and for which the design criteria are not -yet established. The PRINCIPAL shall, upon the written authorization of the City Manager or his designee, carry out work and invoice for such services separately showing u breakdown of costs related to the DIRECT TECHNICAL SALARY EXPENSE. C. If in the opinion of the CI`PY, unforeseen work within the scope of the F•ROJF,CT is required, the PRINCIPAL Page 7 of 8 C,za O �� of shall be paid at the rate of 2.5 times the DIRECT TECHNICAL SALARY EXPENSE. Such a requirement shall be incorporated into this Aureement as an amendment in writing and shall be signed and executed by hnth parties. SECTION VI - SCHEDULE OF t•70PK A. Programmatic Refinement The Programmatic Refinement Phase shall be delivered to the City Manager or his designee within 15 calendar days after written authorization from the City Manager or his designee to begin work on this Phase. SECTION IX - PRINCIPAL'S SPECIALIST F. Landscape Architectural. IN WITNESS WHEREOF THE PARTIES HERETO HAVE THROUGH THEIR PROPER CORPORATE OFFICIALS EXECUTED THIS AGREEMENT THE DAY AND YEAR FIRST AS SAID ABOVEFORTH. ATTEST: ATTEST: City Clerk APPROVED AS TO CONTENT Director, Department of Parks CONSULTANT 0 Wallace, Roberts & Todd THE CITY OF MIAMI (a municipal corporation of the State of Florida) By City Manager APPROVED AS TO FORM AND CORRECTNESS Page 8 of 8 11 /LI`; City Attorney f �' �jS..W. 3 AVE. . . ` •IA. •. \ • `• ,. r� /' i' ems:• _ .` a v : ` .; NM1 •:��� M A '.'..: .: -�. :4 ..�: :: k; K: N Ste, N . •JOSE MART EXHIBIT "A•, N S.W. 4 AVE. d' N RIVERFRC31M i PARK DRAWING Ng I 0 Os,...i 100maa� 300 505aiwowd200 �r N