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