Loading...
HomeMy WebLinkAboutR-77-0783'GEORGy RESOLUTION NO. RESOLUTION AUTHORIZING TIIE CITY MANAGER TO ENTER INTO THE ATTACHED AGREEMENT WITH PANCOAST BORELLI ALBAISA ARCHITECT, PA, WITH FUNDS THEREFORE TO COME FROM THE UNITED STATES DEPARTMENT COMMERCE ECONOMIC DEVELOPMENT ADMINISTRATION AND FROM THE FIRE DEPARTMENT CAPITAL IMPROVEMENT FUND, IN AN AMOUNT NOT TO EXCEED $255,933.00. WHEREAS, the City proposes to construct an Administration funding, located on Block No. 95N, Lots 5 through 16, bounded on the south by NW 2nd Street, on the west by NW 3rd Avenue and on the North by NW 3rd Street, comprising an area of about 2.00 acres, which Administration Building will house the administrative offices of the City; and WHEREAS, as the City Commission, by Reso lution No. 77-726, adopted September 8, 1977, selected the firm of Pancoast Borelli Albaisa, PA., as the firm to provide such services; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI FLORIDA: Section 1. The City Manager is hereby authorized to enter into an Agreement with Pancoast Borelli Albaisa, Pa., for providing services upon the terms and conditions set forth in the attached Agreement, with funds therefor hereby allocated from the United States Department of Commerce Development Administration and the Fire Department Capital Improvement Fund. PASSED AND ADOPTED THIS 13 day ofOctober , 1977. Maurice A. Ferro MAURICE A. FERRE, MAYOR ATTEST: RALPH G. ONGIE, CITY CLERK PREPARED AND APPROVED BY: JUDITH HOLLANDER ASSISTANT CITY ATTORNEY ffliDVED AS '0 FORM AND CORRECTNESS: KNOX, JAR . , jCIT ATTORNEY "DOCUMENT INDEX ITEM NO PI CITY COMMISSION .MEETING OF OCT 13 1977 owes r 3osdph is Grassie City Manager Charles L. Crumpton Assistant City Manager tc. tober 6p 1977 City Administrations Building Mrehitect Agreement :F !i isheby ution No. -72 6 Following the procedur�heCitylCommissioneonlSeptember 8,7 1977, passed and adopted bye authorizing the City Manager to negotiate a contract with the architectural firm of Pancoast, Borrelli, Albaisa Architects, P.A., the enclosed resolution and agreement are hereby provided for City Commission approval. g The agreement covers hWitharchitectural constructionnofnthelCityoAdminist services in connection tration Building, to be located in the "Government Center." Funds for this project are to be provided by theOU.aS. d $Department of Commerce, EDA Public Works Grant of $3,193, 0from the Fire Department Capital servicesImprovement beuadlumphsumofigure amount for their professional of $255,933. and rfi r.5 : c,iu;EMi.NT made this of ; '1 tcymi�t�r 1 977 A h between "1iI h<<iti.ci pa1 Corporation of t hcc State of Florida, hereinafter caned CITY and PANCOAST BORELLI AL 3TISA ARCHITECTS PA, Architects, Engineers, Planners, a Florida Corporation, hereinafter 'Called the PRINCIPAL. W ITNESSETH WHEREAS, the CITY proposes to construct an Administration Blinding, located on Block No. 95N, Lots 5'through 16, bounded on the south by NW 2nd Street, on the west by NW 3rd Avenue and on the north by NW 3rd Street, comprising an area of about 2.00 acres, which Administration Building will house the administrative offices of the CITY, hereinafter called the PROJECT; and WHEREAS, the CTTY has programmed approximately $3, 193, 000. 00 'from the U.S. Department of Commerce, Economic Development Adminis- tration and approximately $800,000.00 from the Fire Department Capital Improvement Fund to finance the construction, the professional fee and other expenses of the PROJECT; and WHEREAS, the CITY desires to engage an architectural -engineering firm to render the necessary professional and technical services, hereinafter called WORK, for the planning, design and construction consultation of the PROTECT, upon the terms, conditions and provisions hereinrIc4-er set forth; and WHEREAS, the Commission of the City of Miami has authorized the CITY MANAGER to prepare invitation proposals for architectural - engineering services for the Administration Building; further directing the CITY MANAGER to receive said proposals and to submit his findings to the City Commission for its consideration; and %•;I1EI2El!S, the Commission of the City of Miami by Motion No.77-726, adopted September. 8, 1977, selected the firm of PANCOAST BORELLI AI,BAISA ARCIHITECTS, P.A. , and authorized and directed the CITY MANAGEP to negotiate an Agreement With said firm for the professional and tt chnica1 services roquired for the PROJECT; and NOW, 'i'iiLREr o1U , the CITY . nc1 the PRINCIPAL for the Con$ideratir)ns 77-783 ete,i a f t.er agree The in 1�. The P NCT PAT, i.111C1 la;'he C; - arc rc ru 1. l '. rate; 1 e .'o i •chedul c 1.'eiiu i rc i"frrnt and c :�ii.Y t:fic.rcforc5_ j�rr,cced with` a11; �i1 jence to carry but the WOR.R t rcet sUdh rr..(.{u i rome ntS. Thr_ PPP tt d tP/ L shall proceed with all applicable :i i spa i ih in a sound, econt)In.i al ► efficient and profcsional manner, includi.nq preparation of phase or incremental bicidinr3 documents for construction as is necessary to insure the compliance with the Federal Grant provisions, and that the provisions of all Applicable Federal, State and Local laws will be met; and B. The PRINCIPAL shall perform the professional services as hereinafter set forth and in general accordance with the tions of the CITY; and C. The CITY has budgeted the amount of $3,933,00G.00 for the' total project cost of the Administration Building with Site. -Development. This amount includes the following: 1. $90,000.00 for demolition work. $3,199,180.00 for the construction of'the Administration Building with Site Development to include the following: Site Development of approximately 2.00 acres. Administration Building Complex: master plan of approximately 200,000 square feet. Phase I of the Administration Building, of approximately 64,000 square feet. Landscaping. Plaza. Tart work: 1. 5 s of construction cost. Parking facilities within the site. The LUMP ;,;I9i4 for the selected architectural -engineering firm providing the required professional and architectural services, 13u31t- B Furniture and I'ini sh ags, test required for the PROJECT., nripC'ction and administrative ,costs 2 TANCtI?AL :hc11 the CITY le ictii t;h,% PROJECT withil res1 this purpc,se J and Thr C rrY ilci r0 s • t:t ,ay and he fi CIs t he I'R1NCIPAIs acme. to atdept, ayment ti full for .all ptof ion.ii and techntca1serVic'es rendered, as outlined in SECTION III - PPoFESS IO`!AI, SERVICES, hereof, the LUMP SUM t'I F. OF TWO III'; DREU FIFTY FIV1'. IIUNDRED THIRTY THREE E DOLLARS ($255,933.00) , SECTION Ti DEFINITIONS A. CITY = is hereby defined THOUSAND NINE as The City of ;Miami, Florida. CITY MANAGER - is hereby defined CITY. DIRECTOR - is hereby defined as the Director of the Public Department of CITY, D. PRINCIPAL is hereby defined as Pancoast Borrelli Albaisa Architects, P.A., of 3370 Mary Street, Coconut Grove, Miami,Florida 33133. E. PROJECT - is hereby defined as the master plan for 000 square foot Administration Building Complex and the design as the City Manager of and construction of Phase I Administration Building of approximately •64,000 square feet and site development of approximately 2.00 acres. F. ART WORK - Art Work to be provided based on the scope of the PROJECT as set forth in the ordinance. It shall be incumbent On the architect, to make every possible effort to have the art work included as a basic part of the PROJECT design. G. WORK - is hereby defined as all the professional and technical services to be rendered or provided by the PRINCIPAL for the PROJECT, as described in SECTION III - PROFESSIONAL SERVICES, hereof. H. CONSTRUCTION COST - is hereby defined as the total final construction contract cost of the PROJECT to the CITY but it shall not include any PRINCIPAL'S fees or special consultant's fees or the cost of any survey, legal, finance, administration or similar services and land acquisition furnished by the CITY or any cost of furniture or furnishing or unattached equipment purchased by the th ,'tieiit I'tl t S.i : 1 1 eil4l0177t1 t ui`tl+.cr 'i+u�finc:'d in :i;C'I'IC)C'i III tic PROJECT 1) I k i•;CI'O R F'i:0J1 CT for the CITY , 1 :i lit; 1 01) ' c1c?fl iced ilri ',t_i1e I)1 rt'C:t.CS DIRECT TECBNICAL SAhAR ' EXI:'1;N `c`ii.c3ht-t.i ne portion of wages And salaries subject to Federal lncone Tax of the PRINCIPAL'S technical personnel (Principals, Architects, Engineers, Planners, Designers, Draftsmen, Specifica- tions Writers and Technicians) engaged di.i'ectly on the PROJECT. The DIRECT TECHNICAL SALARY EXPENSE charged against the PROJECT for any personnel., including PRINCIPALS shall not exceed TWENTY DOLLARS ($20.00) PER HOUR plus payroll burden which is not to exceed Twenty-eight (28".) percent, L. ADVANCE PROJECT ANALYSIS - is hereby defined as the report, entitled "City of :Miami Administration Building, Program Space Requirements 1977-1985, including Staae One Advance Project Analysis, dated July 25, 1977, prepared by the City of Miami and Connell Metcalf & Eddy. SECTION III - PROFESSIONAL SERVICES The PRINCIPAL in close coordination with the CITY shall perform the following professional and technical services comprising the WORK and shall be fully responsible for all the professional and technical aspects thereof. The CITY'S review and approval of the WORK will relate only to overall compliance with the general requirements of the PROJECT and whenever the term "Approval by the City" or like terms is used in this Agreement, the phraseology shall in -no way relieve the PRINCIPAL from any duties pr responsibilities uncles the terms of this Agreement and from using the best architectural and engineering services and practices. The PRINCIPAL shall, in the preparation of Plans and Speci f i ca- and in Site Inspection, comply with all Federal., ,sate and codes, ordinances and regulations pertaining to the design and con:: tructi.On of the PROJECT, Attention iS invited to the Federal al 1'iilcJt -,11 1i3' Lc;ti'i, W,tl sh-11e,lly Act, ,The Occupational Safety c nC t\Ctt The t=;a tr Tonal rnvi r on ;-eh 1 13a1 i y Act and Opportunity Legisiat.i('fl �1c SCii1Ei.'1'E(: 1'1;; 1GN i'HA:41: During the ;;chomati_e DeSic:;ri i hasel f r-t m the .CITY MANA(1 11., the PRINCIPAL sha 1 1 . . l► 1 eVieW Lhe Advance Pro joCt Analysis rnctints of the PROJECT and shrill cohf i.rrtl sii h reglli relnent5 o the CITY; and Eiave conferences with the ClTY as to the functional requirements and environmental considerations (landscaping, air conditioning, fenestration), structural flexibility, building security, emergency systems and initial cost parameters for various functions; and Develop a master plan for the Administration Building Complex that will allow for phased construction through 1985 and that will provide for orderly expansion of the administration offices from approximately 64,000 square feet to approximately 200,000 square feet without interrup Lion of CITY services and functions. For the interior, establish the functional requirements for accommodation of the public, the type of facility to :be provided the staff, and the space utilization requirements typical of each function and interaction between functions; and fe4velop and establish the criteria of the PROJECT, make relationship studies, ascertain the CITY'S requirements, inspect the building site and discuss with the CITY the purpose, general plans, scope, design, building program and construction schedule; and Based on the mutually agreed upon program the PRINCIPAL shall prepare Schematic Design Studies consisting of drawings and other documents illustrating the scale and relationship of the PROJECT components for approval by the CITY; and 5ubmi t to the CITY a Statement of Probable Construction Qst 1)Z ea 04 cu rent are 4 volume and other unit cost, • the lboSign tOti the.2 C I PY, nd 1(.1 r1 td bVth 0 1 TY for he ' PprOted hd aCdepted:,::':il:'"--= or the Schematie boSiqn Pn PRINCIPAL ,..thairt D.csion DeVelopinent Dot.-.tuments Consisting GE planr..!, eieVatiOns and other drawingS, and outline specifications, order to fix and illustrate the size and character f-the entire PROJECT in its essetitials as to location, kinds of material, type of structure, mechanical and electrical systems, utilities locations, and such other works as may be required. Submit to the CITY an Estimate of PROJECT construction :cost broken down into major categories. It shall be the obligation of the PRINCIPAL to produce a design which may be constructed within the CITY BUDGETED AMOUNT or any .subsequent revision thereof approved by the CITY. Approval by the CITY of Schematic Design Studies and/or Design Development Documents includes approval of the construetion 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 nr the Estimate of PROJECT Construction Cost for the Design Development Phase is greater than the CITY BUDGETED AMOUNT set forth in SECTION I, C herein, the CITY may require the PRINCIPAL to revise the Schematic Desion Studies and/or the Design Development Documents as necessary in order to permit the submission of a revised Estimate of PROJECT Construction Cost within the CITY BUDGETED AMOUNT as part -Of the PRINCIPAL'S BASIC PROFESSIONAL SERVICES at no, adaition in fee to the CITY, Submit completed Design Development Document$ tberp0: AP reqUired, 'Odei and Time tC'.hedules# The PRINCIPAL 1 T shall. nevi :;e the DoS i qn t)eVelop tent Documents and other documents as directed by the City Commission The D0siyn Development Phase shall be completed When the CI approVes and accepts the Design Development Documents. C : CONSTRUCTION DOCU E:'iT S PHASE During the Construction Documents Phase, upon written authoa- ri:ation of the CITY and in accordance with all the approved and .accepted parts of the Design Development Phase, the PRINCIPAL shall: 1. Prepare all construction contract plans and specifications and other contract documents, except general conditions or -supplementary general conditions, for the complete PROJECT. These documents shall be in conformance with all applicable state and local laws and codes and shall include such items as the working drawings and specifications, adequately setting forth in detail descriptions of the construction to be done and also the materials, workmanship,finishes and equipment required for all architectural, structural, -mechanical, electrical, service -connected equipment, (e.g., fixtures and equipment attached to the facility electrically, mechanically, or structurally) site devel- opment, connection costs, landscaping, bidding information, and the special provisions of the Construction Contract, Bid Proposal, the Construction Contract, and other Construction Contract Documents. Revise the construction contract plans and specifications, and any other written report or written document as required, to secure the CITY'S approval thereof, Advise the CITY of and, adjustments to previous estimates )f PBOJECT conastruction cost which may be indicated by 'he faK't1t I!`�l:`y i"e'It:?t:{`'fl td(5`::11 Ingo f'.I jr)rf' ( ,i t ')I l4 $ { ItIt'ttr! x,.;' i'^:I,:te r)f t'idt Jj;i.'.'I('K;itlfi1ttict1()1a the inf()t';;r7ri t'ito r:::';:'icrtlal. «pinion ty:ai ioft a )) j_f? l!;: 7Cl 1. t' a n tho 'and t jjK Cr1'[ S' Will rely -on 1t l:a ii rt?tiuonablc cAippu•o:.:iInat'oh of 5e t'e de ived . ee that all construction contract plans and specifica' Lions (working drawings and specifications) bear the seal either. a Florida registered professional architect or engineer and that the names of professionals responsible .,for. major portions of each separate specialty of the WORK appear on the construction contract plans and specifications. It is to be fully understood that the air conditioning `.system for the PROJECT shall provide draft -free air distri- bution, uniform temperatures and low operation and maintenance costs. Therefore the PRINCIPAL shall provide .the services of a professional with the experience and capability of designing such a system. Because of the CITY'S concern for energy conservation, it shall be fully understood that the PRINCIPAL shall pay particular attention to designing all of the energy systems required for the PROJECT with emphasis towards conserving ,energy. Particular attention shall be focused on the different uses of the PROJECT and the different demands `or air conditioning, lighting, etc. Sul:bmi t the completed construction contract plans. and 5pecifications to the CITY for a complete and detailed review and approval, Cenduet all necessary dry -run checks of the construction COntr.tCt plan:, and specifications in connection with securing Lie sii)proval of Inca 01)tai.ninq necessary permits from, 111 e -t1:n4tt".: 1 atgt.i o.dtie ov the 8 PROJECT': after i_he CITY has . ppio..ed and icceptt 1 t.1 nc3 `.11F' cc)nst_ru t ten c`r nt r act plans and :r)thc'. ocurt;t'nts, By !,ald aC'c pt:rrr'tC.•e, 'he CITY does the PRINCIPAL of an`;' i etit onsi bi 1 it. i es, Del i lrer to true (_`.1'1'Y the coinpl cted master tion contract plans and specifications and 'other related of the Construction Contract including the Bid Proposal, in such reproducible form as may be specified by the CTTY. The Construction Document Phase shall be considered completed the day the CITY executes a ConstructionsContract for the construc- tion of the PROJECT, but in no case later than ninety (90) days from the date of delivery by the PRINCIPAL to the CITY of the completed Construction Contract plans and specifications ready for construc- tion bids. D. BIDDING PHASE 1. Prepare any addenda, with accompanying drawings or other material as required, and submit original of each to the DIRECTOR for approval and signature after which the DIRECTOR will furnish documents prepared. Assemble and furnish the CITY MANAGER data for publicity releases. Take part in pre -bid conferences with CITY and prospective bidders as required. The Bidding Phase shall be considered completed on the day the CITY executes a Construction Contract for the construction of the PROJECT. E. CONSTRUCTION PHASE The Construction Phase shall commence with the award of the Construction Contract. During the Construction Phase, upon written authorization from the a copy for each set of contract CITY, the PRINCIPAL shall: 1, -Make periodic visits to the site to familiarize himself with the progress and quality of the work to determine the work i.s proceeding in accordance with the Contract • . t, i ( Ctiitiii�J.11 t'fzl,t, 'l{)ic.-•i11t) �rll t.7 ail_ (�.,7n�'t"�3� t7t t f1C1 n t c 'jf)ti only t•hi u' h ,}:y � lC? C 1T1 in C.`C' ns i t1C_'ri n' and evalua ti nC any sugc S of mc)cl1.f.i.cat:ions which might be, submitted by the Contractor for the Assist the CITY in ; .nti CITY' S approval; and matters relating to the interpretation f the Contract Documents; and Furnish anv additional details or information when - required at the job site for proper execution of the WORT:; and ;lake written recommendations for the CITY' S review and :Concurrence for such things as materials and equipment, -`methods of construction, orders, and supplemental changes in plans, extra work agreements; these reviews and concurrence shall not relieve the PRINCIPAL of any ;responsibilities as specified under the terms of this Agreement; and Check and approve shop and working drawings, samples and other submissions furnished by the Contractor; retain a copy of all shop and working drawings, duly approved by the PRINCIPAL, for permanent CITY records; and Review all tests reports required by the Contract Documents and provide the CITY with written evaluation of such test reports; and Witness all tests as may be required by the Contract Documents and provide all :such tests; and Receive samples which job site; record elate the CITY with written evaluation of are required to be furnished at the received and from '::horn; examine said samples and notify the CITY of his approval or t ion and maintain custody of approved samples; and 0 3.'ejec- After substantial Completion :::-Ike a list. of 1-roCtion Lefore final inst e tion, and Cheek S it is corrected; and PRINCIPAT.. and the Contractor are n„ the CI'1"Y a completed FaCi 1 it:y., however, the CITE` shall_ of, and use any completed partially Completed portion of the PROJECT, notwithstand- i.ng the fact that the time for completing the entire I'ROJECT or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance any work not completed and it shall in no way relieve :the PRINCIPAL of any of his responsibilities under the terms of this Agreement; and Upon request by the CITY PROJECT DIRECTOR, attend and. report to the CITY on all required conferences held at the job site; and Assist the CITY in matters relating to the Contractor's schedules and requests for progress payments; and During the course of the Work, ensure that all Guarantees, Certificates, Operation and Maintenance Manuals, Keying Schedules, Spare Parts and other items that have been specified in the Contract Documents, have been submitted and have been approved. Deliver all such items to the City prior to the date of beneficial occupancy; and Furnish to the CITY within thirty (30) days after comple- tion of the Construction Phases of the PROJECT the original reproducible drawings of the Construction Contract plans, revised to include all changes or modifications to the design made during the Construction Phase. the completion of construction of the PROJECT, the PRINCIPAL shall.`dcliver to the CITY written certification that the PROJECT has been constructed in accordance with CITY approved construction plans and specifications and CI'I'Y approved change orders; and shall furnish such other written certificates as may be required by laws and regulations applicable to the PROJECT, The C'op bttruct on Phacc - ha.l l be compl etc a�hc the :i. I i rit' .'ri1 1, i t.i;.;Ttici1. ilia T'.� t�C- } i :`::lr 4ri'l1 1 U t i.>' hi •; i.7iti i i..,t )�'e' the ty l`I` T` S,ci ril. l I;. ! r,. f ► t: t 't: l i t1 i ritt (h I°i?rt,; I}C`I' :1ta1 1. ERV1 C};S-• NO it e i g a L cs represonfat he C:f'I'Y .-ha11 furnish the PI?1:iCIPAt; with the following and information from existing CITY records and CITY files: The CITY shall provide information regarding i.t:s knOWn` 'equirements for the PROJECT, E3y The C1';'Y shall furnish a Certified Land Survey of tie site giving, as applicable, grades and lines of streets, alleys, pavements - and adjoining property; right of way, restrictions, easements, encroachments, zoning, rieed restrictions, boundaries and contour.S of the• site; locations, dimensions and data from existing records on 'file in the Department of Public Works of the CITY pertaining to •e>:isting buildings, other improvements and trees; and information .concerning available service and utility lines both public and private. C. If the CITY PROJECT DIRECTOR observes or has been notified in writing of any fault or defect in the PROJECT or nonconformance with the Contract Documents, prompt written notice thereof shall be given to the PRINCIPAL. D. The CITY shall do all reproduction and binding of the :bidding and construction sets of the drawings and specifications; grid loan all existing and applicable CITY aerial photographs. E. The CITY shall appoint a PROJECT DIRECTOR to act as liaison between CITY and PRINCIPAL, and the PRINCIPAL will not start work nor incur any expenses for any Phase of the WORK, special conditions or • Change orders without- having received written authorization from tho Ci Ti'' S PROJECT DIRECTOR to do so. Nothing contained herein sh=al.l relieve the PRINCIPAL of any responsibility as provided under thi b• Agreement, t P ni c l cal. 1 roqui.l-ed t ? 3tlflq: neC s. -y for eT .1 i01;dip7 r'c)tp.iJorinas ti.a1 ) t Stl' il; chetnic'a.1 , soil, and mill a .Soils e limner- or crt:.he -rlci laboratory tests, and the special cr-:nns;ul t ants when creemet rVi cet Eli nedCssafy by Lhe PRIi•I(iIPAL; and the PRINCIPAL shall he Fontit.led to rely t poh the accuracy, complC_'t.r_' 1i':iSi, and eC)iirpetJ'nce thereof of (I, The CITY rer.erigs the riciht to retain. the SerVides Of Professional Qucrht.i ty F; rrvFel'orto prepare e Detailed Consttuitioh Cost Estimates based upon the flcsign Development Construction Documents SECTION V - COMPENSATION FOR SERVICES Documents and the. For professional and t-.echni.cal services for the Program and ;taster P1.an, Schematic Design Phase, Design Development Phase, Bidding Phase, Construction Document Phase and Construction Phase of the PROJECT, as outlined in SECTION ITI hereof, the CITY agrees to pay, and the PRINCIPAL agrees to accept, as a full payment for his services the LUMP SUM PEE of TWO HUNDRED FIFTY FIVE THOUSAND NINE HUNDRED THIRTY THREE DOLLARS ($255,933. 00) . This LUMP SUM FEE wil]hereinafter be called the BASIC FEE. This payment will be made monthly in proportion to the services performed so that the compensation at the completion of each Phase shall equal the following percentages and amounts of the total BASIC FEE: ACCUMULATED VALUE AT THE END OF PHASF. 1. Schematic Design Phase 15.0 2. Design Development Phase 30.0 3. Construction Documents Phase 4. Bidding Phase Construction Phase . Shop Drawings b. Contract Administration ;SECTION VI - SCHEDtt],E OF WORK $ 38,389.95 76,779.90 199,627.74 746.40 The PRINCIPAL agrees that time is of the essence in the achieve- ment 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 fcllowinq nchedule for the WORK will be strictly followed by the PRINCIPAIL, 13 i`tt; ��i•: i Il°tlntic-f�':;1,rjlt_ w Lhiti t:hi,1t, (30) the CITY :11tiii:,.(lI'.I2 to !i I1 WtlPAth.l S ._1711,1kit. 13, I)E;VEI,O ';il•;N P111%.!,E • The Design I)eVel lli'tient Pie i1%1NAtlER w1t:hin t.h.irt., (30) calendar (;iiYS` after ro1T1 -the CITY MANAGER Le begin WORK on this CONSTRUCTION DOCUMENTS PHASE The Construction Documents Phase shall' be delivered to the. CITY MANAGER within One Hundred and Si:: (106) calendar days after Witten authorization from the CITY MANAGER to begin WORK on this Phase BIDDING PHASE The Bidding Phase Phase► day,*s. E.. CONSTRUCTION PEIASE The Construction Phase will commence with the award of the Construction Contract and shall be completed when the PRINCIPAL has delivered to the CITY written certification that the PROJECT has been constructed in accordance with CITY approved construction plans and specifications and CITY approved change orders and shall furnish such other written certificates as may he required by law and regula- tions applicable to the PROJECT, including "as built" plans, and the City Commission has accepted the PROJECT by Resolution. SECTION VII - ADDITIONAL WORK AUTHIORIZED BY THE CITY is projectedto require thirty (30) ca l.on endar A, The CITY reserves the right to increase the scope and amount Of the construction contract by directly authorizing the contractor to do extra or additional work without requiring the PRINCIPAL to furnish professional or technical services. In this case, the cost of this extra or additional work will not be considered as part of the;t final cost of the PROJECT. )3x The PEI1'JC'11'AI. :;hall furnish 1+ misciping ,and interior uesign ;kCU V ,.7es which .are normally c' part of 11j..5 c orit; 'ac clocu??tents r pc 14 sae 2.Tiat ions y as .part- of. } asi serVi es wi t:hin•I,.h 4t.fPt �att'C3 LUMP EOM t'1:r : iic}WeVer, the CITY. reserves the right to - the PRINCIPAL PAL to Ert: oi'i.de additional :services, i. f found heCessarY by the CITY# in which care the fee Cot- theses services a negotiated basis, SECTION J \III - TERMINATION OF tec1R1;I,'Mi NT The CITY retains the right to terminate this Agreement at time prior to completion of the tanRK without penalty to the CITY, In that event termination of this Aggreement shall be in writing tb the PRINCIPAL and the PRINCIPAL shall be paid for his services rendered in each completed PHASE prior to termination in accordance with SECTION V - COI'IPENSATION FOR SERVICES, provided however that the PRINCIPAL is not in default under the term of this Agreement. If, however, the termination of this Agreement occurs during an incomplete PHASE, then the PRINCIPAL shall be paid at the rate of two and one-half (2?W) times Direct Technical Salary Expc.nse for those services rendered in such incomplete PHASE provided that the PRINCIPAL is not in default under the terms of this Agreement. In no case however, will the CITY pay the PRINCIPAL a greater amount for his incomplete PHASE than would have been paid had the termination been made at the completion of this PHASE. In the event of termination, all documents, plans, etc., as set forth in SECTION XI - OWNERSIHIP OF DOCUMENTS shall become the - property of the CITY, with the same provisions of use as set forth in said SECTION XI. SECTION IX - PRINCIPAL'S SPECIALIST The PRINCIPAL proposes to have the following specialists, either from his organization or as his consultants,or associates, to perform the services indicated: A, Architectural , Structural • Civil #-iechanical Electrical CAI; 14rr i n t1f inrl Ii.I tnn(.( . f i ;.iyr tit 1 Ali V. i 1 lr � +�., sr)tir. })1 e:f f (yik 1 they t(t)} ah,i.,:at ion, and of hi.s )(I:3111 t:d3t1t.s or ih this Aclrt.,om. it; zs}1ri1'tc i1t1`y (' of t..ho hpcc'i , l i.::;i;:; Work, i:yr be understood that the PRINCIPAL ` is L11 no way Yeti Vod Chi iln '. 1`e$pOn` ibl.l i ty under the i.er-Ms of this Agreement by vi rt iie of any other professional who rn1y associate with him in performing the WORK. SECTION X - ADDITIONAL PROVES'S1ONAL RESPONSIBILITIES The following professional services and work by the PRINCIPAL shall not be considered extra services but on the contrary shall considered part of the WORK of the PRINCIPAL: A. Revise the Construction Documents Phase and Construction plans and specifications to reduce the cost of construction of the PROJECT to the final budgeted or CITY approved amount for the construction of the PROJECT, if the amount of the lowest acceptable bid received by the CITY for the construction of the PROJECT is .in •excess of the final amount budgeted or approved for the cost of the construction contract of the PROJECT. B. Any other revisions suggested by the CITY that are within `the scope of the WORT; before the Design Development Documents and Outline Specifications are approved by the CITY. SECTION XI - O1`;NIRSIiIP 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 the PROJECT shall not be used by the PRINCIPAL without written consent f t h c CITY. It is further understood by and between the parties that any i}lfo;illation, maps, contract documents, reports, tracings, plans, `awi n(Is, specifications, books or any other matter whatsoever which is given by 't the CITY to the PRINCIPAL pursuant to this Ag ree- .n;Ont shall at al 1 times romai p the property ef the CITY + n(i shall 1 6 net be used by the pi::i. I t'AI, for illy other purpose o: t' ::hcltso the Written consent of t-he .t is Curt:her understood that lid i s to be i..;;;Ued by the PRINCIPAL without and Written approval from the CI'I'Y4 SECTION XII WART) OF AGREEMENT The PRINCIPAL warrants that he employed company or porsons to solicit not paid or agreed to pay any percentage, brokerage fee, or gifts or any other considerations contingent upon or resulting from the award' or. making of this Agree- ment. I�t r'f,5 1 C 1 r_asc s OS" (yiib1 l Cat pr or ul)ri tt:al to the Ci.T has not wi hout r retained any or secure this Agreement that he has company or person any fee, commission, The PRINCIPAL also warrants that to the best of his knowledge belief no Commissioner., Mayor or other officer or employee of the CITY is interested directly or indirectly in the profits or emoluments of this Agreement or the job, work, or services for the CITY in connection with the contract or construction of this PROJECT. The PRINCIPAL shall not engage during the period of this Agreement the services of any professional or technical person who has been at any time during the period of this Agreement in the employ of the CITY. This does not apply to retired employees of the CITY. The PRINCIPAL is aware of the conflict of interest laws of both the City of Miami and Dade County, Florida., and agrees that he shall fully comply in all respects with the terms of said laws. SECTION XIII - EXTENT OF AGREEMENT This Agreement represents the entire and integrated Agreement between the CITY and the PRINCIPAL and supercedes all prior negotiations, representations or Agreements, either written or oral, This agreement may be amended only by written instrument by both the CITY and the PRINCIPAL. SECTION XIV - SUCCESSORS AND ASSIGNS The PRINCIPAL shall make no assignments Agreement, or sublet, assign or transfer any this Agreement without the written con Pent of the CITY. Tbis Agree- 17 c' • ifle I11i1:sir°1_PAL I1t'2.03J;j t'F 1.1i 1t.i�. theft a,'1t'x,Ci 1.1;31xY ..lnfl 0Lh' ilili.1: t.(:7';t:! ,:t/i)1);trtl21%1 t„'1;f� t:+ '1'1';i1t*1C)4`tti ;ifrc:11'i-at"t? Coifi! lC'f:t' <`thcl - Ott'f"unt i"1+t. t hlo t i;no ill l i "Ctilt.I (I( t..n10 ••'lila tlllrlt: t 11c, 0rl.Y -1 nil. l:;()11t_1':1t t prl:'re and any additiorul thereto :;hill be %id jtl: t (.;t# to ' xc1 u e an si<..}ni.f.icilnt SUIn i:'hC:re t".he CITY 1.10,t'r:'11nr::s the contract price was increased due to inaccurate, incomplete or non=current wage rate and other factual unit cost. Such i1Cl)IISLmentS must be made within one year foliowinq the end of the contract. SECTION XVI - RIGHT To AUDIT. The CI'I'Y reserves the right to audit the records of PRINCIPAL any time during the prosecution of this Agreement for a period of one year after final payrnent is made under this Agreement. Notwithstanding any other provision of this Agreement, in no event shall the payment of the LUMP SUi•1 FEE under. SECTION V herein, •enable the PRINCIPAL to earn a profit or more than TWENTY (20a) 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 pursuant to the terms of SECTION V herein, the PRINCIPAL shall submit to the CITY a certification of his total costs incurred and profits realized in providing the basic services as outlined in SECTION III herein. If such certification indicates profits in excess of the maximum set forth above, the PRINCIPAL shall simultaneously remit any overage to the CITY. The CITY reserves the right to audit the books and records of the PRINCIPAL and to adjust the amount of any such repayment in the light of said audit. In calculating the total costs incurred by the PRINCIPAL'S own staff, the PRINCIPAL shall use a percentage overhead applied to the DIRECT TECHNICAL SALARY EXPENSE as defined in SECTION II herein. The percentage overhead shall be equal to the actual percentage overhead pertaining for all of the PRINCIPALS wort; in the last twelve month period preceding the (fate of this Contract for whicl' data is available, All services ces provided by subcontractors 18 to the PRINCIPAL shall l)y included at the actual cost Is PR i IPAL and the perceht.ace r.q-hold shall not apply • st'Ctr1ot3 : i i - t N5t'I• , The PR1N('1PAL shall I' not commence work on this Contrao` he has obtained all insurance required under this paragraph ah such insurance has been approved by the CITY. The PRINCIPAL shall indemnify and save the CITY harmless froth any and all claims, liability, losses and causes of actions which may arise out of the PRINCIPAL'S operation of this Agreement. The PRINCIPAL shall pay all claims and Losses of any nature whatsoever in connection therewith and shall defend all suits, in the name of the CITY when applicable, and shall pay all costs and judgements which may issue thereon. The PRINCIPAL shall maintain during the term of this Agreement the following insurance: A. Public Liability Insurance in amounts not less than $100,000,00 per person and $300,000.00 per accident for bodily injury and $50,000.00 per accident for property damage. B. Automobile Liability Insurance covering all owned, non - owned, and hire vehicle in amounts as indicated in Paragraph "A" above. C. Professional Liability Insurance in a minimum amount $1,000,000.00 covering all liability arising out of the terms this Agreement. D. rTnoloyers Liability Insurance in amounts as indicated in Paragraph "A" above. E. Wor.kman's Compensation Insurance in the statutory The insurance coverage required shall include those classifica- tions as listed in standard liability insurance manuals, which most nearly reflect the operations of the PRINCIPAL. All insurance policies shall be issued by companies authorized do business under the laws of the State of Florida; and which are approved according to specifications of the Property ManagPr of the CITY. The PRINCIPAL sh.l.l furnish certificates of insurance to the Prior to the Colin( ?neoment of operations, ons, which certi f icotes 19 amounts. in r altt rtil1 a_I`Lion of , II L ;1t' irL (10) days written no the r Compliance wit.. RINCIP ?i, of his l,iabi 1 i °y> and obligations under this an portion A,II e ent. SECTION Xvi I I = R IC,!IT OP 1)!•:C.rS Io lS All services shall be por formod by the PRINCIPAL to the, scat iSfaCtion of the Director of Public Works who shal.l decide nll questions, diff.iculL.ieS and disputes of Whatever nature which may ari c under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, amount, and value thereof, and the DIRECTOR'S decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding, upon the parties hereto, unless such determination is clearly arbitrary or unreasonable. In the event that the PRINCIPAL does not concur in the judgement of the DIRECTOR as to any decision made by him, the PRINCIPAL shall present his written objections to. the CITY MANAGER; and the DIRECTOR and the PRINCIPAL shall abide by the decision of the CITY MANAGER. Adjustement of compensation and contract time because of any changes in the WORK might become necessary or be deemed desirable as the WORK progresses shall be reviewed by the DIRECTOI? and the CITY MANAGER and submitted to the CITY COMMISSION for approval. SECTION XI}: - NON-DISCRIMINATION A. The PRINCIPAL will not discriminate against any employee or applicant for employment because of race, color, religion, se>;, or natural origin. The PRINCIPAL wi1.1 take affirmative action to ensure that applicants are employed, and the employees are treated Onriny employment, without regard to their race, color, religion; se:•;, or national origin, Such action .;hall include, but not be limited to,, the following; Employment, upgrading, demotion, or trap;>fer; r•eerui tment or recruitment advertising; layoff or tcertnin.-3- or other forms of compensation; and sele,ct:,ie 20 for t aininqi inc141t1intr rq? ;rent ir: :->hu . 1;t''' IT I: (.'il'AL aq pot: I.tl conspicuous p1cos available to i'r'st)loyC`es an(1 a..)iicclflts for employment; notices to be f>I.n •idt 1 by t:he Pc'rrsohnel Offidef setting forth the provisions cif this Equal opportunity clause. The PRINCIPAL will fOt employees placed by solicitations ot-•icivert:i.sernents the PR1 CIr ,TJ, state -that - all qualified applicants Will receive consideration ion for employment without regard to race; color, rel.igi.on; SC': or national origins C. The PRINCIPAL will send to each Labor union or representa= of workers With which he has collective bargaining agreement other contract or understanding i a notice, to be provided by the agency Personnel. Officer, advising the labor union or workers' representative of the contractor's commitments under this Equal Opportunity clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D. The PRINCIPAL will comply with all provisions of Executive Order No. 11246 of September 24, 1965, as amended by Executive Order No. 11375 of October 13, 1967, and of the rules, regulations and relevant orders of the Secretary of Labor. E. The PRINCIPAL will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended by Executive Order No. 1137r of October. 13, 1967, and by the rules, regulations and order of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. F. In the event of the PRINCIPAL'S noncompliance with the Equal Opportunity clause of this contract or with any of the said rules, regulations or orders, 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 autho.ried in Executive Order No. 11246 of September 24, 1965, as amended by Executive Order No, 11375 October 13, 1967, or by rule, regulation or order of the Secretary of Gabor, or ,-1s otherwise provided by law, 2l AL. i '1 1 i�i;lli"t �fa,ili7 ' r r.-1idiof , C"C?t7t.I`+?`lami eyr Or "if1i t r c .;"r ri t etx 't) f ! .+1 t,. ;o.r}06r.31C)x, 11?1"e1 iSt. f:jitrrr,i:i •rill 2 Vc Of del- 'NO 1 1 .3i 5. of tct c7i)ef' 1 3.) lC' Li'i•tt7i IlcJ upon rarhl .`-,ulic:t)nt 1• ctr.)r C 1 ion iti 1-h i o:.pecL 1 o r.hy Contracting agency a8 ttlean8 of on fo1-c'i nc ! o rec't._ including sanctions for noncompliance: i,lC)vl.ii('f3, }1C''+•1t:ti,'t,r that in the event t:}IG' PRINCIPAL becor,.cs involved in, or is t.hre:ea LI: ned with) 1 i. t: aya _ i 0f with a ! .:1)cont rr:ctor or vcrndor as a i- u1 t of such ell I ection by the contracting agency, the PRINCIPAL Itt.,y rocltic st the CITY to ente into such litigation to protect the ini:e3 t its of the CITY. .SECTION XX - CONSULTANTS The CITY hereby approves the' fo316wing-firms which the PRINCIPAL proposed to engage to provide consulting services for the PROJECT, as subcontractors to the PRINCIPAL: H. Civil, Electrical and Mechanical: David Volker b Associates, Consulting Engineers 2470 S.W. 27th Avenue ?Miami, Florida 33145 Structural: Inc. De Zarr,:ua and Donnell, Irlc. Consulting Engineers 131 Madeira Avenue Coral Gables, Florida 33134. PRINCIPAL shall furnish the CITY with the subcontract ayrec:nents. The PRINCIPAL shall not subcontract for other consulting services without prior written approval of the CITY. <i:C:'I'ICr', ;' XXI - CC)NSRI1CTION OF AGREEMENT T `. GR }EI i:r. The parties hcrt.to agree that this Agreement shall be construes copyf, each Lncl enforced according to the laws, st+3tuto$ and co e iaw of ,the IN W1T: ESS MfEHEOr the partiet; heroto ~ii V01 th$Ough ih-ciir propot Ct)t-pora1e officix ls# yeat first nboVe :set forth-, AT1'i S`` Se-ret-ar- ATTn8T: City Clerk '111I CITY OV f4IAMt (a municipal Corporation of the State of Florida gy . City Manager APPROVEb AS TO CONTtNNT APPPOVEb AS TO FOAM & CORPECTNESS birec'tor, Department of Public 1 orks. City Attorney