Loading...
HomeMy WebLinkAboutR-79-0297rC/bbb /19/79 RESOLUTION NO A RESOLUTION AUTHORIZING THE C,ITY,.MANAGER TO EXECUTE TA THE-ATCHED RE -NEGOTIATED' CONTRACT BETWEEN THE FIRM OF FERENDINO GRAFTON, SPILLIS CANDELA, ARCHITECTS/ ENGINEERS FOR AN INCREASE IN THE SCOPEOF WORK AND FOR SERVICES"TO BE PERFORMED": BY" THAT FIRM FOR THE CIOFMAM II/UNIVERSITY." OF ;MIAMI JAMES L. KNIGHT -INTERNATIONAL `CENTER; FURTHER AUTHORIZING.THE CITY MANAGER.TO .EXPEND_THE". CONTRACT -=AMOUNT NOT TO EXCEED $1,266,700.00 FROM THE CONVENTIUN'CENTER FUND TO COMPENSATE SAID"FIRM FOR ALL OF ITS -SERVICES, INCLUDING THE ABOVE--INCREASE.INSCOPE, WORK. AND SERVICES. - WHEREAS, the CITY proposes to construct the CITY'S 7, 000" seat Conference/Convention Center on the site commonly known as the Feinberg Tract, located at S.E. 4 Street and S.E. 2 Avenue, which Center shall include the University of Miami James L. Knight International Center; privatelydeveloped hotel, shops and "restau- rants;: and, possibly,a parking garage, which Center hereinafter shall be called the PROJECT; and WHEREAS, the PROJECT is funded by means of the following revenue sources: The City of Miami Convention Center Bond sales in the amount of $4,200,000.00;the Virginia Key Land Sale of $5,300,000.00 a grant from the Economic Development Administration (EDA) U.S. Department of Commerce in the amount of $4,373,000 00; a Lease Revenue Bond of $36,500,000; and interest accrued of`$4,471,000.00 Upon the completion and beneficial occupancy of the University Conference Center and the Hyatt Regency Hotel, payments to the City of $4,700,000.00 from the University and $5,300,000.00 from the Developer will be used to repay the $8,000,000.00 short term'portion of the 'lease revenue bond; and WHEREAS, the Commission of the City of Miami on July 31, 1975 by Motion No 75-712 authorized and directed the City Manager at the first meeting in September, to submit names of three archi- tectural firms for the Commission to consider and select one for 79-297 the design of the new downtown 7,000* seat Convention Center; the City Commission by Reso- WHEREAS on October 16, 1975, lution No. 75-967 authorized the firm Cande la to proceed immediately with complete contract documents, which authorization is reflected in an agreement dated April 8, 1976; and WHEREAS, the Commission of the City of Miami by Resolution No.76-1053,. adopted November 18 1976, authorized the firm of,Feren- dino,Graf ton, Spillis, Candela to proceed immediately with complete � contract documentsinclizding.- the University of Miami ,Spaces, which author ization is reflected in an agreement dated February 3, 1977; an and WHEREAS, the 'Commission of of Ferendino, Grafton,Spillis, the City of Miami on March 8, the need for an increase in the scope in construction cost to $26.0 Million 19.79, duly recognized project and an increase 1=30 Million and by Resolution No. 79-157 authorized the City $ Managerto proceed with the Financial Concept. Plan as outlined - including, certain changes and additions in the architect/engineer's 1977 of this responsibilities requiring re contract NOW, THEREFORE, CITY OF MIAMI, FLORIDA: Section 1. The City manager is hereby authorized to ther hitect/ negotiation of the February 3, -from BE IT RESOLVED BY: THE COMMISSION OF THE executed the attached re, -negotiated agreement between a c engineering firm of:Ferendino, Grafton, Spillis, Candela for an increase in the scope of work and services for the City f Miami James L. Knight International Center. of Miami/ oi Universitym Section 2. The City Manager is hereby authorized to expend 79-291 4 r the contract amount not to exceed $1,266,700.00 from the Convention Center Fund to compensate said the firm for all of its services including above authorizedincrease in scope of work and services. PASSED AND ADOPTED this 30 day of APRIL ,.1979. MAURICE A. FERRE MAURICE A. FERRE MAYOR ATTEST: ' Iwi • : L' G. GIE, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: GEORG . KNOX, JR., TY TTORNEY 1 f 79-29/ G;R.E_1,.M ESN and he CITY desires to engage . D. , 1979a of 11 THIS AGREEMENT made this d y,. . ' by and between 'TIE CITY OF MIAMI, a Municipal Corporation of the � , St ate of Florida, hereinafter called CITY and FERENDINO, GRAFTON, SPILLIS, CANDELA, Architects, Engineers, Planners, a Florida Corporation, hereinafter called the PRINCIPAL. located at S.E..4;Street and S.L. 2 Avenue, which Center parking' garage,' a possible hotel, W. ITNESSETH':. WHEREAS, the CITY proposes to construct a 7`,000± seat Conven- known as the.Fein%ery.Tract, ion,Center on the site commonly Tract, could also include the James L. Knight Center, shops and restaurants and, possibly, to accommodate other civic_ �s such asUnited Way,.Information Center .,hereinafter called functions the PROJECT; and WH EREAS, the PROJECT is funded by meaflS of the following revenue sources: Cite of,Miami Convention Center Bond sales inthe amount of The Y $4, 200 000.00; the Virginia Key Land Sale .$5,300,000.00; a grant from the Economic Development Administration (EDA), U.S...Department of Commerce in the amount of $4,373,000.00; a- Lease Revenue Bond of 000.00. Up on the comple- $36 500,000; and interest accrued of $4.471► tion and beneficial occupancy of the University Conference .Center and the Hyatt Regency Hotel, payments to, the. City of $2, 700, 000.00 from the University and $5,300,000.00 from the Developer will -,be the $8,000,000.00 short term porti used to repay on of the lease rev enue bond; WHIEREAS i firm to render the necessary professional and; technical hereinafter called WORK for planning, desiyniny, administration of the PROJECT upon the terms, conditions and an architect -engineering services, and construction - provisions hereinafter set forth; and 1975 by Motion WHEREAS, the Commission of the City of Miami on July 31, ..No. 75-712 authorized` and directed the City Manager at the first meeting in September, to submit names of three architectural firms for the Commission q'‘consider and select one for the design of the new downtown 7,000 +.seat otivention Center; and 79-297 WHEREAS, on October 16, 1975 the City Commission by Resolution 75-967 authorized the firm. of Ferendino, Grafton, Spillis.__Condp111,, to proceed immediately with complete contract documents; which authorization is reflected in an agreement dated April 8,.1976; and Commission of the City of Miami by Motion No. authorized the firm of Ferendino, WHEREAS, the 76-1053:adopted Nov. 18, 1976,. Grafton, Spillis, Candela to proceed immediately with complete contract documents including the University of Miami Spaces, under. agreement signed, February 3, 1977. WHEREAS, the Commission of the City of Miami. on March 8,`1979 recognized the increase in scope of this project and the increase in construction cost to $26.0 Million and by Resolution No. 79-157 authorized the City Manager to proceed with the Financial Concept Plan as outlined including certain changes and additioflS inthe architect/engineer's responsibilitiesrequiring re -negotiation of their contract.; and the Commissionof the City of Miami by Resolution No. 79-157 adopted March 8, 1979, authorized the City Manager to re of Ferendino/ WHEREAS negotiate the agreement between the CITY and the firm Grafton, Spillis, Candela signed February ''3; 1977 and the herein Agreement reached as a result of re -negotiation shall supersede in its entirety the prior agreements executed and. dated April 1976. and February 3, .1977 ; and NOW,THEREFORE,` the CITY and the PRINCIPAL for the `considera- tion hereafter set forth,. agree and covenant, one unto the other 8,. as follows: SECTION I GENERAL A. The PRINCIPAL shall carry out the WORK with all professional manner. sound, economical, efficient and dispatch in a The provisionsof all applicable applicable Federal State and Local Laws' shall be met; and B. The PRINCIPAL shall perform the professional services hereinafter set forth and in general accordance with the tions of the CITY, the UNIVERSITY and the CONSTRUCTION as instruc- MANAGER; and The provisions of all applicable Federal, State and Local`Laws shall be met; and B. The PRINCIPAL shall perform. the professional hereinafter set forth and in general accordance with the instruc- tions of the CITY, the UNIVERSITY and the CONSTRUCTION and services as MANAGER;" 00.0.00 for the C. The CITY has budgeted the amount of.$54,844 total cost of the PROJECT. This amount includes the following items: Funded .Reserve ._ $_ 4,943,000.00 5,750,000.00 Land' Acquisition 3�4.,401,�000.00*; 2,500,000.00 * Out amount of $26 D. The PRINCIPAL shall University of MiamiSpace Garage Total of the Convention Center Development of $34,401 for. construction. 000,000.00 is designated design the 7, 250, 000 00 000.00. an PROJECT within available to the CITY for this purpose; and th e agrees to accept as the funds E E. The CITY agrees to"pay and .. _ payment in full for all professional and technical services as outlined in SECTION III — PROFESSIONAL SERVICES, rendered, hereof, RED NINETY SEVEN ,.THOUSAND ,SUM 'FEE OF ONE. MI LLIO N=.-S IX' and Master Plan HUNDRED DOLLARS the LUMP : FIVE ($1,697,500.00) The CITY recognizes that under the previous Agreement,` the Program F. the PRINCIPAL had completed g-. Schematic Design Phase, the Design Development five percent recognizes that of the previous work completed applicable to the present design and therefore (65%) of the Construction CITY in this renegotiated: contract. in Program and Master. Plan Schematic Phase, the Phase; and Sixty Document Phase. The PRINCIPAL certain portions are 79- 297 4 That CITY recognizes that the PRINCIPAL has under the irevioUs agreement prepared the bid packages for: the Archaeological Excavation Work; Site Preparation Work Site Surcharge_Work; andFoundation Work. H. The CITY, authorizes the PRINCIPAL proceed into Re -Design and Construction Documents. Phase for six multiple bid Development Packages consisting of: SuperstruCtUre Work; Interior Finishes, Roofing and Glazing Work; Elevators and Escalators; HVAC, Plumbing and Sprinklers; Electrical Work; and Site Work. SECTION II DEFINITIONS A CITY is hereby defined. as The city of Miami, Florida. B. CITY MANAGER is hereby defined as the City Manager. DIRECTOR - is hereby defined as the Project Director of the Knight International Center. City of Miami/University of Miami James L. D. UNIVERSITY is hereby defined as the vniversityof Miami, Coral Gables. CONSTRUCTION MANAGER is hereby defined asMiami Center Associates Inc. of 150 S.E. 2nd. Avenue Miami", Florida 33131. F. DEVELOPER - is hereby defined as -Miami Center Ltd of 150 S.E. 2nd. Avenue, Miami, Florida 33131 Associates G. PRINCIPAL - is hereby defined as.Ferendino, Grafton,;Spillis, Candela; Architects, Engineers, Planners, of 800 Douglas Road,. Coral GabieS, Florida.' H. PROJECT is hereby defined as,the 7,000t seat conference/convention center plus the University James L. Knight International Center, to be designed within the LUMP garage, a hotel, shops, SUM FEE"stipulated and`possibly'a parking restaurants, possible space for Community and Public Agencies as may be determined' during the program development. I. WORK - is hereby def"ined as all the. professiOflal and technical services to be rendered or provided by,the PRINCIPAL for construction of the_City's of Miami's the PROJECT, as described in SECTION III PROFESSIONAL SERVICES, hereof. J. CONSTRUCTION COST is hereby defined as the total final construction contract cost of the PROJECT tothe CITY but it shal not include any PRINCIPAL'S FEES or special consultant's fees or'., 4 • 7 9 - 297 in full as the amount of money, K. LUMP SUM FEE. is hereby defined he CITY agrees to pay and the PRINCIPAL agrees to accept as payment for all the professional and technical services rendered pursuant to this agreement, to complete the WORK as in SECTION III - PROFESSIONAL SERVICES, hereof. defined s the art work to be provided further defined L. ART WORK - is hereby- a based on the scope, of. the project as set forth in CITY Ordinance No. 8227 and Dade County Ordinance No. 73-77. M, DIRECT TECHNICAL SALARY EXPENSE - is hereby defined straight -time portion of wages and salaries subject Tax of the PRINCIPAL'S technical personnel (Principals, Designers, Draftsmen, Specifications Engineers, Planners, and Technicians) engaged' directly on the PROJECT. TECHNICAL SALARY EXPENSE charged against the PROJE including PRINCIPALS shall not exceed TWENTY DOLLA HOURS plus -payroll burden which is not to exceed Twenty eight` percent-. SECTION III PROFESSIONAL SERVICES The PRINCIPAL, in Close coordination with.theCITY and as the to Federal Income Architects, Writers The:DIRECT CT for any Personnel, RS. ($ 20 •.00) PER (28%) under the direction of the CONSTRUCTION MANAGER 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 CONSTRUCTION MANAGER is under separate contract with the CITY and will act as theCITY'S agent for the administration of this Agreement, subject to the CITY'S review and approval. The CITY MANAGER'S review and approval of the WORK will relate only overall compliance with the general requirements of the PROJECT and whenever terms is the term "Approval uby the CITY MANAGER, or sed in this Agreement, the phraseology shall in no 'way relieve the PRINCIPAL from any duties or responsibilities,under;the terms f this Agreement and from using the: highest architectural and engineering to the CITY"'or'hike services. and practices. The PRINCIPAL" shall,' in the preparation of .Plans 0 and Specifica- State and tions,.and;in Site -Inspection, comply with all Federal Local codes, ordinances and regulations pertaining to the design' construction of the PROJECT. Attention is, invited to the Federal an 9.7 WageHour Law, Walsh -Healy; Act, The Occupational Safety and Health ct, The National Environmental Policy Act,Equa1 Employment Opportunity Legislation and the requirements of the Economic Development AdminiStra- A tion Grant. PROGRAM AND. MASTER PLAN PHASE The CITY recognizes that the PRINCIPAL has substantially completed this phase, however this acceptance does not the PRINCIPAL of providing all of the information and work relieve • product as outlined and specified in the previous agreement. SCHEMATIC DESIGN PHASE The CITY recognizes that the PRINCIPAL has substantially. completed this phase, however this acceptance does, not relieve the PRINCIPAL of providing all of the information and work product as outlined andspecified in, the previous agreement. DESIGN DEVELOPMENT''PHASE that the PRINCIPAL has substantially however this acceptance doesnot relieve ormation and work The CITY recognizes ,completed this phase the PRINCIPAL of providing all of the inf produdt as outlined and specified in, the previous; agreement. RE-DESIGNDEVELOPMENT PHASE'. During the Re -Design Development Phase, upon written authoriza- tion of the CITY and as directed by the CITY and its CONSTRUCTION MANAGER, the PRINCIPAL shall: 1. Prepare Re -Design Development Documents consisting of s, and outline specifica- illustrate ` the� size_ and its essentials` as to plans, elevations; and -other drawing tions all in order;to fix and character of the'entire;PROJECT,in location, kinds of material, type and electrical systems, works as may be required. Co;.3 Iinate with the , CONSTRUCTION MANAGER in preparing of structur utilities locations, Estimate of PROJECT construction cost broken down into It shall be "the obligationof the. major categories. PRINCIPAL to produce a design which may be constructed within the CITY BUDGETED AMOUNT or any subsequent revision ed b the CITY. by the CITY of e; mechanical and such other an thereof approv y Approval 79 297 Re -Design Development Documents includes approval of the construction _Cost estimates submitted therewith only - _ if so stated in writing by the CITY. Should the Estimate of PROJECT Construction Cost for the Re -Design Development Phase be greater than the CITY BUDGETED AMOUNT set forth in SECTION 1, C herein, the CITY may require the PRINCIPAL to revise the Re -Design Development Documents as necessary in order to permit the submission of a revised Etirnate of PROJECT Construction Cost within the CITY'S budgeted amount as part of the PRINCIPAL'S basic professional services at no addition in fee to the CITY. 3. Submit completed Re -Design Development Documents thereof as required. • • 4. Adjust the scale model of proposed facilities, if required by the CITY. 5. The PRINCIPAL shall make a presentation to a f143.1 City . _ Commission of the Re -Design Development . Documents , Outline . , - • Specifications, Construction Cost Estimates, Renderings, Model and -Time Schedules • _ , 6. The PRINCIPAL shall revise the Re -Design Development..., Documents - and other documents as directed:by .t.he City Commiisson. • 7. Retain the services of a theater consultant and acoustical consultant with specialized expertise and experience with facilit.ies, similar in rnatter. The proposal and qualifica- tions of Brannigan and Lorelli Associates, Inc. and Jaffe Acoustics, Inc. submitted by PRINCIPAL are acceptable to The Re -Design Development Phase shall': be completed when: the. CITY approve* andaccepts the Re-DesignDevelopment .Documents ; . - - _ E. CONSTRUCTION DOCUMENTS PHASE _ - - - During the Construction Documents Phase, upon written -aUthoriza tion,of the ,CITY and in accordance with all the approved and .accepted: part of the Re -Design Development Phase, the PRINCIPAL shall: 79- 97 1 ▪ Prepare all construction contract plans and specifications and other contract documents, except general conditions, for the complete PROJECT. These are to be in conformance with all applicable federal, state and local laws and codes andwill include such items asthe `working drawings and. specifications adequately setting forth in detail'descrip- done and d also the materials, tions of the construction to be" workmanship finish - . p,. es and equipment required for all; architectural, structural, mechanical connected equipment, (e.g. electrical, service - fixtures and equipment attached the facility electrically, mechanically, or structurally) ment landscaping. Assist the CONSTRUCTION site develop MANAGER in the preparation of bidding information, and the special provisions of the Construction Contract, Bid Proposal, the Construction Contract, and other Construction Contract Documents'. The 'Contract:Documents are to be prepared bid packages with alternative bids to be submitted for single guaranteed minimum'price. Review the construction contract plans' and specifications, and any other written report or written document as .`required, ▪ Advise the CITY and the to previous estimates 4. to secure the CITY'S approval` thereof.: CONSTRUCTION MANAGER of;any ,adjustments of PROJECT construction cost which may be indicated by changes in scope, conditions or otherwise. Coordinate with the CONSTRUCTION MANAGER in the preparation of Final Estimate of PROJECT Construction` Cost based upon completed working drawings and specifications, broken down the the c p into major bid packages. The resulting estimates of Construction Cost shall be construed as the informed signal opinion of the PRINCIPAL, and the CITY will rely o as a reasonable approximation of bids to be received. • See thatall construction (working drawings and specifications) bear the'seal a Florida registered professional architect Or engineer and that the names'of professional responsible for major portions of each separate specialty of the WORK appearon the construc- 1� design, for multiple requirements, market PROJECT profes- n it contract plans and specifications ticn contract plans and specifications. 8 of either a 79. 2 12 During 6. It is to be fully understood that theatrical and acoustical design and construction criteria are of primary importance, therefore the PRINCIPAL shall continue theservices of the . `. approved theater and acoustical design. It is to be fully understoodthat the, air consultants. conditioning. system for the PROJECT shall require special and unique solutions, therefore the PRINCIPAL shall provide the services of a professional with the experience and capability of designing such a system. of the CITY'S concern for energy conservation Because shall be fully understood that the PRINCIPAL pay particular attention to designing all of the energy systems required for the PROJECT with emphasis towards conserving energy. attention will be focused on the different uses tioning, conditioning, Particular _ of the PROJECT and the differente demands for air lighting etc. Submit. the completed construction contract plans and 9. specifications to the CONSTRUCTION MANAGER and the CITY for a complete and detailed review and approval. 10. Conduct all necessary dry -run checks of the construction contract plans and specifications in connection with securing the approval of and necessary permits from all local regulatory agencies., 11. Deliver to the CONSTRUCTION MANAGER and the CITY the construction contract plans and. completed master set of specifications and other related parts of the hreproducible Construction Contract: including the Bid Proposal in sUc form as may be specifiedby the CITY. the Construction Document Phase, the PRINCIPAL' to be responsible for respondiflg to the provided by the CONSTRUCTION MANAGER, areas of Scheduling (critical path network). Budgeting and Construction Cost Estimating, Methodology and Phasing of Work. technical is Value Engineering, Construction input particularly in the 79-297 The Construction Documents Phase shall be considered complete on the day the documents are issued to the contractors for bidding delivery purposes, but not later than ninety (90) days from the date of by the PRINCIPAL to the CITY of the completed plans and specifications ready for construction bids. "BIDDING PHASE T. To assist the initial with accompanying 2. t": t in the review of the bids the CONSTRUCTION MANAGER `in the preparation of bid documents, the preparation of. any addenda, 'n drawings or:other material as required. with the CITY and Par icipa e the CONSTRUCTION MANAGER and make recommendations regarding the award of the Construction Contract. Take part in pre-bid"conferences. with CITY, the CONSTRUCTION MANAGER and prospective bidders as required. . The bidding phase shall be considered complete when the are awarded, but not later than ninety`(90) days contracts from the date of receipt of bids. F. CONSTRUCTION PHASE The Construction Phase shall commence with the award of the Construction Contract or Contracts. During the Construction Phase, upon written authorization from the CITY, visits to the site 1. Make periodic Construction: Contract the PRINCIPAL shall: familiarize himself with the progress and quality of the work and to determine that the work is proceeding in accordance with the Contract Documents and submit visit reports; and Consider, evaluate, recommendations to and make Cons , CONSTRUCTION MANAGER for, modifications which might be submitted by for approval. . Submit to the CONSTRUCTION MANAGER fl writing any request by him for interpretation of Contract Documents . :Furnish any additional details or information when. required at the job site for properexecution, of the and the his review of any suggestions or work; Assist the CONSTRUCTION MANAGER evaluation of changes the. Contractor as required, in the in plans, extra workorders, and 10 :79-2 supplemental agreements such assistance will the PRINCIPAL of any responsibilities as specified under' the terms of this Agreement; and not relieve . Check and review shop and working drawings, samples and other submissions furnished by the. CONTRACTOR; and • Prepare requests for all required testing necesSary for the PROJECT including care borings, test pits, mechanical, chamical, soils, mill and laboratory tests,` law orthe Contract inspectionand reports Documents; review with the CITY all laboratories, firms, individuals and/or consultants conducting these tests prior to their authorization; retain a copy of all tests results. Review all tests results and advise the CONSTRUCTION MANAGER of the findings in writing. . Receive samples which are required to be furfliShed at structural, required by the job site; record date received and from whom;' examine MANAGER of the said samples and notify the CONSTRUCTION PRINCIPAL'S approval or rejection and maintain custody of approved samples; and, 9. Review the Contractor's construction schedule; be alert. to.the completion date and to conditions which may cause delay in completion or vary from the Critical Path Networtk (CPN) established and report same to the CONSTRUCTION MANAGER; advise the CONSTRUCTION MANAGER that when the PROJECT has been completed the work, is in accordance with the Contract Documents. 10. After substantial completion, make, a list"of items for correction before final inspection, and check each item as it is corrected; and 11. In the case of additions facility, which should be, maintained as. an operation o or renovations of an. existing 79-29 unit, notify the CONSTRUCTION MANAGER in writing of job site which may have an effect on the CITY's existing operation; and: 12. The Contractor is expected to turn over to the CITY. a completed facility, ,however, the CITY and/or the DEVELOPER will 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 this Agreement." 13..Maintain =orderly files for (1) correspondence,(2 of job conferences, (3) shop drawings; and (4) reproduc- tions of original Contract Documents including all addenda, change orders and additional drawings issued subsequent. to the award of the Contract. 14. Attend and report to the CONSTRUCTION MANAGER on all required conferences; and 15. During the course of the WORK, review "Guarantees, :Certifi- cates and Maintenance Operation Manuals and Keying Schedule, and furnish such documents to the CONSTRUCTION MANAGER prior to the acceptance of the PROJECT. 16. Furnish to the CITY within thirty (30) daysaftercomple- tion of the Construction Phase of. the PROJECT the original reproducible drawings ofthe Construction Contract plans, revised to include all ,changes or modifications to ,the. design made during;- the,Construction Phase; all shop andworking drawings, duly approved by At the completion of construction of the PROJECT, the PRINCIPAL shall deliver to the CITY a"written statement that to the best of of his knowledge, 'the PROJECT has: been constructed in accordance with CITY approved construction plans and specifications and CITY approved .change orders, conditions on the 12 reports copies of the PRINC,IPA1. 79-297 U shall furnish such other written certificates as may be required by laws and regulations applicable to the PROJECT. shall be complete when the PRINCIPAL The Construction Phase has delivered the aforesaid certificates including "as built" plans, etc., to the CITY;and the City Commission has accepted said PROJECT. the'PRINCIPAL shall act as his own the CONSTRUCTION MANAGER in all matters During all Phases,' representative to the andCITY pertaining to the PROJECT. SECTION IV CITY'S SERVICES AND RESPONSIBILITIES The CITY. will furnish the PRINCIPAL with the following and information from existing CITY records and CITY files: A. The CITY will provide information regarding its known requirements for the PROJECT. B The CITY will furnish a Certified Land Survey of the services Site pavements giving, as applicable, grades and lines of streets, alleys, and adjoining property; right of way, restrictions, ments, zoning, deed restrictions, boundaries and contours of the locations, dimensions and date from existing records on file Department of Public Works of the CITY pertaining to existing other; improvements and trees, service and utility lines both public and private. C. If the PROJECT DIRECTOR' observes or has been notified writing of any fault or defect in the PROJECT or nonconformance with the Contract Documents, prompt written notice thereof will be given to the PRINCIPAL.. easements, encroach - site, in the buildings, and information concerning available The CITY will do all reproduction and binding of the and construction sets of the drawings and specifications; and all existing and applicable CITY aerial photographs. E. The CITY will appoint a PROJECT DIRECTOR to actas liaison between the CITY and PRINCIPAL, and with the exception of the Program will not start work nor incur in and Master Plan Phase, the PRINCIPAL bidding loan conditions or. any expenses or any other Phase of the WORK or special change orders without having received written authorization .either by `. letter or report from the CITY'S. PROJECT DIRECTOR to do so. Nothing. contained herein shall relieve the PRINCIPAL of any responsibility as provided under this Agreement. 13 �.79-297 F. The CITY hereby designates MIAMI CENTER ASSOCIATES, INC., as CONSTRUCTION MANAGER of the PROJECT, which firm will act as the agent in all ,.matters ,regarding ,the contract administration CITY S of the. WORK. G.: The: CITY will .furnish all required testing necessary for the PROJECT, including core borings, test pits, structural, chemical, soil, and mill`and laboratory tests, as --the serVices:of a or other:consultant when deemed necessary by the CONSTRUCTION MANAGERand the`.PRINCIPAL shall be entitled to, rely upon soils engineers the SECTION,.V- COMPENSATION:FOR SERVICES accuracy completeness, and competence thereof. A. For professional and technical Master Plan, Schematic Design Phase, Design Construction Phase of the III hereof, including the services mechanical, Phase Phase, `:Construction -Document PROJECT, as outlined in SECTION of a theater and acoustical consultant and a ,resident:inspector, or other qualified personnel, the CITY agrees to pay, and the PRINCIPAL agrees to accept,:as a full payment for his services the LUMP SUM FEE OFONE: MILLION, SIX HUNDRED,' NINETY SEVENTHOUSAND, FIVE HUNDRED DOLLARS ($1,69,7,500.)0) LESS A FEE CREDIT TO THE:CITY FOR WORK PREVIOUSLY DONE OF FOUR HUNDRED THIRTY;THOUSAND, EIGHT HUNDRED DOLLARS ($430,800.00) OR ONE MILLION,: TWO HUNDRED SIXTY SIX THOUSAND, SEVEN . .HUNDRED DOLLARS ($1,266,700..00).. This SUM , FEE, hereinafter .referred>to•as the BASIC FEE shall be monthly in proportion to the services performed so that the compensation' at the completion' of each phase shall equal the following percentages of -the -total BASIC and services for the Program and Development Phase, Bidding LUMP FEE:. authorized by the CITY for B and technical. services, the PRINCIPAL shall. (2.5) the. direct Program and Master Plan Phase (completed' 11% Schematic Design Phase (completed) 19% Design' Development Phase 400'. Construction Documents Phase Bidding Phase 80%. 100 0 Construction Phase For additionalwork' of two and one-half times as defined. in Article II M above professional be reimbursed on the basis technical expense 14 79-297 SCHEDULE OF WORK SECTION VI - The PRINCIPAL agrees that time is of the essence in the achiever merit of the, PROJECT and further agrees to execute the professional` and technical services promptly and diligently and only upon and in strict conformance with specific authorization from the, CITY MANAGER in writing. It is understood and agreed by both parties that the following schedule for the WORK will be strictly followed by the PRINCIPAL." A. • PROGRAM AND MASTER PLAN PHASE - Substantially completed. SCHEMATIC DESIGN PHASE - Substantially completed. DESIGN DEVELOPMENT PHASE - Substantially completed. D. CONSTRUCTION DOCUMENTS PHASE The Construction Documents Phase, Bidding Phase and Construction Phase shall be inmultiple bid packages, all to be completed by June 1, 1979, with bid opening on July 15 and award of contract or contracts July 26. 1979. . BIDDING PHASE Phase is projected to require forty five (45) The Bidding. calendar days according to this schedule. CONSTRUCTION PHASE The Construction Phase will commence with the award or contracts and shall be completed when the PRINCIPALhas delivered to the CITY a written certification that to the best' of his Construction.. Contract knowledge the PROJECT has' been constructed in of the accordance With CITY' approved . construction" plans and specifications and CITY approved change orders and shall furnish such ether written certifications applicable to the PROJECT,; as may be required by law on regulations including"as built" plans, and a certificate of occupancy has been issued by the CITY. SECTION VII.-ADDITIONAIL WORK AUTHORIZED BY THE CITY A The CITY reserves the right to increasethe scope, and amount of the Contractors, PRINCIPAL to construction contract by directly authorizingthe to do extra or additional work without requiring the. furnish professional or technical services. 5 w79-297 which case the fee for these services will be on a basis. SECTION'VIII TERMINATION. OF AGREEMENT The CITY retains the right to terminate this Agreement. at any time prior to completion of the WORK without penalty to the CITY. In that event termination of this Agreement shall be in:;writing to the PRINCIPAL and the PRINCIPAL shall be paid for his services • completed PHASE prior to termination in accordance • COMPENSATION FOR SERVICES, provided in default under the term of this rendered with SECTION V the PRINCIPAL is not The PRINCIPAL is to furnish landscaping andinterior design services wh ich are normally a part of his contract documents and .. . as part of his basic services within the stipulated SUM FEE. However, the CITY reserves the right to authorize the provide • additional services such as exotic landscaping design services if found necessary by the CITY, in specifications, LUMP PRINCIPAL to and interior in negotiated i however that s Agreement. during �an If, of this Agreement'` occurs. incomplete PHASE, then the PRINCIPAL shall -be paid at the rate of two and one-half (2 ) times Direct Technical Salary Expense for those services rendered in such incomplete PHASE -provided thatthe PRINCIPAL is not in default under the terms of this Agreement.,, in CITY the PRINCIPALagreater amount however,' the termination no case however, will the .pay for his incomplete PHASE than would have been paid had the' n made at the this PHASE. termina- completion tion been the event of termination,'all documents, plans, etc. 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 X SECTION IX - PRINCIPALS 'S'SPECIALIST ` The PRINCIPAL proposes to have the following specialist, his organization to perform the services indicated: as set within each * 79-297 A. Architectural B` ▪ Structural ▪ Civil • Mechanical ▪ Electrical • " Air Conditioning Landscaping Seating and Sight Lines The PRINCIPAL proposes to have the following specialists a his sub -consultants to perform the services indicated:." I. Theater Consultant J. Acoustical Consultant, The PRINCIPAL will be responsible for all the WORK of his consultants or associates. contained own Nothing organization and of his in this Agreement shall create any contractualrelation between" any of the specialist working for the PRINCIPAL and the CITY. understood that the PRINCIPAL is in no way relieved of,any responsibility under the terms of this Agreement, by virtue of any other professional who may associate with him in performing the WORK. SECTION X - OWNERSHIP: OF DOCUMENTS All tracings, plans, drawings, specifications, field books, survey information, maps, contract documents, reports and other data developed as a result of this Agreement shall become the property of the CITY without restriction' or limitation on their use. It is further stipulated that all information developed as a part of shall not be used by the PRINCIPAL without written consent.. of the CITY. It is further understood by and between the, parties that.any s, tracings, plans, information, maps, `contract ;documents, :report drawings, specifications, books or any other shall be the PROJECT matter whatsoever which • this Agreement shall is given by the CITY to the PRINCIPAL pursuant to at all times remain the property of the CITY and shall, not be by the PRINCIPAL for any other purpose whatsoever without the consent of the CITY. It is further understood that no press releasesor publicityis to be issued by the PRINCIPAL without prior submittal to the CITY' and' written SECTION XI used, written approval from the CITY - AWARD OF AGREEMENT RINCIPAL warrants that he has not employed or retained any The PRI or persons to solicit or secure this Agreement that he h 17 7 9 - 297 Agreement, or sublet, assign or transfer any part of the WORK under the written consent of the CITY. shall legal be binding upon the parties hereto, their heirs representative, successors and; assigns. SECTION XIV TRUTH IN NEGOTIATIONS'', executors, The PRINCIPAL hereby certifies that wage rates and other factual unit costs supporting the compensation are accurate, at the time of contracting and"that the, and any additions thereto shall, be adjusted to exclude any current not employed or retained any company or persons to solicitor secure this Agreement that he has not paid or agreed to pay any company or person any fee, commission, percentage; brokerage fee, or gifts or any other considerations contingent upon or resulting from the award or making of this Agreement. The PRINCIPAL also warrants, that to the best of his, knowledge and belief no Commissioner, Mayor or other officer or employee of the CITY is interested directly or indirectly in the profits or""emuluments of this Agreement 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 has been at the services of -any professional or technical person who. any time during the period of this Agreement in the employ, of the CITY. This does not apply to retired employees of the CITY. The PRINCIPAL is aware of the conflict of interest laws the City of Miami and Dade County, Florida, and agrees that fully comply in all respects with the terms of said laws. SECTION.XII -. EXTENT OF AGREEMENT This Agreement represents the entire and integrated Agreement between the CITY and the PRINCIPAL and supersedes representations or Agreements, either written or oral. T may be amended only by written instrument by both the CITY and the PRINCIPAL. SECTION XIII - SUCCESSORS AND ASSIGNS The PRINCIPAL shall make no assignments or transfer of this this Agreement without of `. both he shall all prior negotiations, his Agreement This Agreement sum where the CITY determines the inaccurate, cost. Such complete and original contract price significant contract price was increased due to, incomplete or non -current wage rate and other factual unit adjustments must be made within one.year following the end of the contract. 18 79-297 SECTION XV - RIGHT TO AUDIT The CITY reserves the right 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 The same shall apply for EDA requirements except that records must be, maintained for a period of three years. Notwithstanding any other provision of this Agreement,: in no V herein, event shall the payment of the LUMP SUM FEE under. SECTION enable the PRINCIPAL to earn a profit of more than TWENTY (20%) PERCENT of that LUMP SUM FEE. At the time the final increment of that LUMP SUM FEE is due to be paid by the CITY to the, PRINCIPAL. P ursuant to the terms of SECTION V herein, the PRINCIPAL shall submit to the CITY a certificationof his total costs incurred and profits realized in providing the basic ,services as. SECTION III herein. If such certification indicates profits in excess of the maximum set forth above, the PRINCIPAL shall simulta- neously remit any overage to the CITY. The CITY reserves to audit the books and records of the PRINCIPAL and to adj 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 DIRECTOR TECHNICAL SALARY EXPENSE as defined;. in SECTION II herein. The percentage overhead pertaining.` for all of the last twelve month period preceding the date of outlinedin. the right ust the PR1NCIPALS work in the this -Contract -for which data is available. All services provided the PRINCIPAL shall be included at the actual cost paid by the PRINCIPAL and the percentage overhead shall not apply SECTION XVI INSURANCE AND. INDEMNIFICATION not commence work on this Contract until The PRINCIPAL' shall he has obtained all insurance; required under by subcontractors to this paragraph and such insuranCe has been approved by the CITY The PRINCIPAL shall indemnify and save the . CITY harmless ` from. any and all claims, liability, losses and causes of action whxch may arise out of the PRINCIPAL'S operation of 19 this. Agreement. r 79. 2.97 The PRINCIPAL shall pay all claims and losses whatsoever in connection therewith and shall defend the name of the CITY when applicable; and shall pay all costs and. judgements The PRINCIPAL shall maintain during the term " the following insurances A. Public Liability Insurance in amounts not less than .$100,000.00 per person and injury a $300,000.00 per accident for bodily owned,' and hire: vehicle in amounts above. nd$s0,000.00 per accident for property damage. Automobile Liability Insurance covering all owned, non - as as indicated in Paragraph "A" • Professional Liability Insurance in.aminimum amount of $1,000.000.00 covering all liability arising out ",of'the terms of this Agreement._ D. Employers Liability Insurance Paragraph "A" above. • tions as which may issue thereon. in:amounts';as E. Workman Compensation Insurance in include those classifica- rance;manuals, which most of any nature all suits, in of this Agreement indicated in The insurance coverage required shall listedin standard liability insu nearly reflect All insurance policies shall to do busineSS under the are approved according the CITY. The laws of, the statutory amounts. the operations`of the PRINCIPAL. be"issuedby companies authorized • the State of. Florida; and which Manager?'of to specifications of the Property PRINCIPAL shall furnish certificates of insurance to the CITY prior to the commencement of; operations, shall clearly indicate that the PRINCIPAL has the type, amount and classification as required d that which certificates obtained... insurance, in for strict compliance no material change or cancellation o with this Section an the insurance shall be effective without the thirty (30) days written notice to the CITY. Compliance with the "PRINCIPAL of his under the foregoing requirements liability and obligations any portion of this Agreement. 20 shall not relieve under this Section or r79-297 SECTION XVII - RIGHT OF DECISIONS performed by the PRINCIPAL All services shall be to the satisfaction of the CONSTRUCTION, MANAGER who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and character, quality, services hereunder, fulfillment of the amount, and value thereof, and the upon all claims, questions of fact, and and the CONSTRUCTION MANAGER' S decisions disputes shall be final,. conclusive and binding, upon the parties hereto, Lion is clearly arbitrary or unreasonable.. In the PRINCIPAL does not concur in the unless such event determina- that the judgement of the CONSTRUCTION MANAGER PRINCIPAL shall present his written and the CONSTRUCTION MANAGER and decision of the CITY MANAGER. toanydecision made by h,im the objec•i•ons; to the CITY MANAGER;' the PRINCIPAL shall abide by the • Adjustment of compensation and contract time,because of any n.the WORK might become necessary or be m deeed;desirable`• a t changes the nd the WORK progresses shall be reviewed by the PROJECT DIRECTOR a CITY MANAGER and submitted to the CITY COMMISSION for approval. SECTION XVIII NON-DISCRIMINATION A. The PRINCIPAL shall not discriminate against any employee or applicant for employment becauseof race, color, religion, sex, or natural origin. The PRINCIPAL shall take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: Employment`, upgrading, demotion,.:or transfer; recruitment or recruitment advertising;` layoff or termina- tion; rates of pay or other forms of compensation; and selection: for training, including apprenticheship The PRINCIPAL agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Personnel Officer setting forth the provisions of this Equal Opportunity clause. B. The PRINCIPAL shall, 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 21 79- 297 s The PRINCIPAL shall send tiveof.workers with which he has or other contract or understanding advising the agency Personnel Officer, representative of the contractor's .Opportunity clause to ;employees and applicants•for,:employment..: places a vailable D. The PRINCIPALshall comply ,;with Order No. 11246 of September 24, 1965, as No. 11375 of October 13 relevant orders of the Secretary of Labor. This shall also apply to the rules, regglations and relevant order as issued required amended rules thereto, The and shall to _each labor Union or representa- collective bargaining agreements a notice, to be provided by the labor union or worker's` commitments under this Equal post copies of the notice in conspicuous 1967, all provisions of Executive amended by Executive -Order and nd ,r of the ules, regulations PRINCIPAL shall furnish_ all information , regulations and order of:' the Secretary "of reto and shall permit access to his books, records the contracting agency and the Secretary of Labor for purposes of to ascertain,' compliance with such rules, by E DA reports and by Executive Order No. 11246 of September 24 by Executive Order No. 11375 of October 13,,196 Labor, by investigation a d. orders. 1965, as 7 and'by the or, pursuant andaccounts regulations n the event of the PRINCIPAL'S noncompliance with the the said or with any of Equal Opportunity clause of this contract rules, -regulations or oders,,this contract may be canceled, terminated or suspended in whole or in part and the PRINCIPAL may be declared ineligible for further CITY: contracts in accordance with. procedures No. 11246 of September 24,; 1965 'as authorized amended by Executive Order No. 11375 of October 13, 196.7, and such other sanctions may be imposed and remedies invoked as provided in 24, 1965, as ;amended 'by. Executiveorder Executive Order No. 11246 of September 11375 ofOctober 13 1967, Executive Order No. ' or order of the Secretary of Labor, or as G. The PRINCIPAL shall include the VIII G in every subcontract or purchase order or by rule, otherwiSe provided by provisions of ViI A exempted rules, regulations ororders of the Secretary to Section 204 of Executive Order No. amended' by Executive Order No. unless of regulation law. through by Labor issued pursuant 11246 of_September 24 if, 11375 of October 13, 1967, so 22 7 9 - 297 1965, as that such. provisions will. be binding upon each subcontractor PRINCIPAL shall take such action with respect to any subcontractor or agency ` may as�a means of purchase order as the contracting. ag enforcing such provisions, including sanctions for noncompliance: Provided, however that in the event the PRINCIPAL becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the PRINCIPAL request the CITY to enter into such litigation to protect the may or vendor. direct The interest of the CITY. SECTION -XIX - CONSTRUCTION OF AGREEMENT The parties hereto agree that this Agreement shall be construed law. of the and enforced according the laws, statutes'and case State of Florida. The herein agreement supersedes in its entirety the prior 3 February agreements executed and dated 1977, and 8 April,1976. IN WITNESS WHEREOF the parties hereto have, through proper corporate officials, executed this AGREEMENT, the day and year firstabove set forth. Attest: Attes Ralph G. Ongie,;City :Clerk � APPROVED'AS TO CONTENT oject:=:Dictor.: 23 their FERENDINO, GRAFTON, ` SP'ILLIS,._ CANDELA By THE. CITY OF MIAMI, (a municipal corporation of the State of 'Florida) B City. Manager APPROVED AS TO FORM & CORRECTNESS City ,.Attorney 79- 297