Loading...
Arquitectonica International Corp Agreement,;goo S'- a 6 9 ~' 9 `t Y~ - ~ z~ job AGREEMENT BETWEEN CITY OF MIAMI BEACH AND ARQUITECTONICA INTERNATIONAL CORP. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE PURDY AVENUE GARAGE AND RETAIL PROJECT Resolution No. ~ yo8 " ~ ~ ` TABLE OF CONTENTS DESCRIPTION ARTICLE 1 DEFINITIONS 1 1.1 City 1 1.2 City Commission 2 1.3 City Manager 2 1.4 Proposal Documents 2 1.5 Consultant 2 1.6 City Project Coordinator 2 1.8 Basic Services 2 1.9 The Project 2 1.9.1 The Project Cost 3 1.9.2 The Project Scope 3 1.10 Construction Cost 3 1.10.1 Construction Cost Budget 3 1.10.2 Statement of Probable Construction Cost 3 1.11 Force Majeure 3 1.12 Contractor 4 1.13 Contract Documents 4 1.14 Contract for Construction 4 1.15 Construction Documents 4 1.16 Contract Amendment 4 1.17 Additional Services 4 1.18 Work 5 1.19 Services 5 1.20 Base Bid 5 1.21 Schedules 5 1.22 Scope of Services 5 ARTICLE 2. BASIC SERVICES 2.1 Planning Services 6 2.2 Design Services 7 2.3 Bidding and Award Services 7 2.4 Construction Phase Services 7 2.5 Additional Services 7 2.6 Responsibility for Claims and Liabilities 7 2.7 Time 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 11 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 14 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 16 ARTICLE 7. COMPENSATION FOR SERVICES 16 ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS 18 ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 18 ARTICLE 10. TERMINATION OF AGREEMENT 19 10.1 Termination for Lack of Funds 19 10.2 Termination for Cause 19 10.3 Termination for Convenience 20 10.4 Termination for Condition Precedent 20 10.5 Termination by Consultant 20 10.6 Implementation of Termination 21 10.7 Non-Solicitation 21 ARTICLE 11. INSURANCE 21 ARTICLE 12. INDEMNIFICATION 22 ARTICLE 13. VENUE 22 ARTICLE 14. LIMITATION OF LIABILITY 22 ARTICLE 15. MISCELLANEOUS PROVISIONS 23 ARTICLE 16. NOTICE 25 SCHEDULES: SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION SCHEDULE C HOURLY BILLING RATE SCHEDULED PROJECT SCHEDULE SCHEDULE E GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT SCHEDULE F INSURANCE AND SWORN AFFIDAVITS SCHEDULE G BEST VALUE AMENDMENT iii TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT ARQUITECTONICA INTERNATIONAL CORP. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (A/E) SERVICES FOR THE PURDY AVENUE GARAGE AND RETAIL PROJECT This Agreement made and entered into this /day of~ctl 2009, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and Arquitectonica International Corp., a Florida corporation having its principal office at 801 Brickell Avenue, Suite 1100, Miami, Florida, 33131 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in this Agreement and the attached Schedule "A", and wishes to engage the Consultant to provide architecture, landscape architecture, and engineering services for the Project at the agreed fees as set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of architectural, engineering, urban design, and landscape architectural, and related professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY: The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized designees, including the Project Coordinator and shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the documents dated August 01, 2008, and submitted to and approved by the Design Review Board for the Project. 1.5 CONSULTANT: The "Consultant" is herein defined as Arquitectonica International Corp., a Florida corporation having its principal offices at 801 Brickell Avenue, Suite 1100, Miami, FL 33131. When the term "Consultant" is used in this Agreement it shall be deemed to include any sub- consultants and any other person or entity acting under the direction or control of Consultant. Any subconsultants retained by Consultant pursuant to this Agreement and the Project shall be subject to prior written approval of the City. The following subconsultants are hereby approved by the City for the Project: Structural Engineer: Donnell Duquesne Albarsa Engineers, PA. Landscape Architect: Arquitectonica GEO M/E/P: Fire Engineer: PGI Group Civil Engineer: Terra Civil Engineering 1.6 PROJECT COORDINATOR: The "Project Coordinator" shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project, except as otherwise provided herein. 1.8 BASIC SERVICES: "Basic Services" shall include the architectural and interior design, landscape architectural, and/or engineering and related professional services relative to the Project, as hereinafter set forth, including: planning, design, bidding/award, and construction administration for the Project, as described in Article 2 herein and in Schedule "A" entitled "Scope of Services" attached hereto. 1.9 PROJECT: The "Project" shall mean the City Capital Project that has been approved by the City Commission and as described in Schedule "A" attached hereto. 2 1.9.1 PROJECT COST: The "Project Cost", as established by the City, shall mean the total cost of the Project. to the City including: Construction Cost, professional compensation, land cost, if any, financing cost, materials testing services, surveys, contingencies and other miscellaneous costs. 1.9.2 PROJECT SCOPE: The "Project Scope" shall mean the description of the Project contained in Schedule "A" attached hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" for the Project shall mean the sum which is the total cost or estimated cost to the City of all elements of the Project designed or specified by the Consultant and approved by the City, including, at current market rates (with a reasonable allowance for overhead and profit), the cost of labor and materials and any equipment which has been designed, specified, selected or specifically provided for by the Consultant and approved by the City, and including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of construction cost for rehabilitation of historic buildings, and not including the compensation of the Consultant and any subconsultants, the cost of land, rights-of-way, surveys, testing, or other reimbursable expenses. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsible bidder or proposer for any and all of such Work. 1.10.1 CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean an amount budgeted by the City for Construction Cost, as specified in the Project Scope in Schedule "A" attached hereto. 1.10.2 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean a forecast of Construction Cost prepared by the Consultant, as defined in attached Schedule "A", entitled "Scope of Services", for the guidance of the City. For Work which bids or proposals have not been let, the Construction Cost shall be the same as the latest Statement of Probable Construction Cost. The City shall have the right to verify the Statement of Probab-e Construction Cost or detailed cost estimate by the Consultant. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations, enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties' control; or by any other such causes which the Consultant and the City decide in writing justify the delay; provided, 3 however, that market conditions, labor conditions, construction industry price trends and similar matters which normally impact on the bidding process shall not be considered a Force Majeure. 1.12 CONTRACTOR /CONTRACTORS: "Contractor" or "Contractors" shall mean those persons or entities responsible for performing the Work or providing the materials, supplies and equipment identified in the Bid and Construction Documents for the Project. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement; the Agreement between the City and Contractor; Contract for Construction; Conditions of the Contract for Construction (General, Supplementary, and other Conditions); Construction Documents; and addenda issued prior to execution of the Contract for Construction. A modification is one of the following: (1) written amendment to this Agreement or the Contract for Construction signed by both parties; (2) an approved Change Order; (3) a Construction Change Directive; or (4) a written order for a minor change in the Work issued by the Consultant. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean a legally binding agreement with Contractors. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, specifications, drawings, documents and diagrams submitted by the Consultant pursuant to Article 2.2 and Schedule "A" attached hereto. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean the written order to the Consultant approved by the City, as specified in this Agreement, and signed by the City's duly authorized representative, authorizing a change in the Project or the method and manner of performance thereof, or an adjustment in the fees and/or completion dates, as applicable. Contract Amendments shall be approved by the City Commission, if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less in amount (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager shall retain the right to seek and obtain concurrence of the City Commission for the approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services described in Article 5 herein, which have been duly authorized in writing by the City Manager prior to commencement of same. 4 1.18 WORK: "Work" shall mean the work to be performed on the Project by the Contractor, pursuant to the applicable Documents, whether completed or partially completed, and includes labor and materials, equipment, and services provided, or to be provided, by the Contractor to fulfill its obligations. 1.19 SERVICES: "Services" shall mean the services to be performed on the Project by the Consultant pursuant to this Agreement, whether completed or partially completed, and includes other labor and materials, equipment and services provided, or to be provided, by Consultant to fulfill its obligations herein. 1.20 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant and approved by the City as being within the Construction Cost Budget pursuant to the Statement of Probable Construction Cost provided by Consultant. "Base Bid" shall not include "Additive Alternates" or "Deductive Alternates". 1.21 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A -Scope of Services. Schedule B- Consultant Compensation: The schedule of compensation to the Consultant for Basic Services, and for Reimbursable Expenses, as defined, plus any Additional Services, as submitted by the Consultant and approved by the City. Schedule C -Hourly Billing Rate Schedule: The schedule of Hourly Compensation Rates to the Consultant as submitted by the Consultant and approved by the City. Schedule D -Project Schedule. Schedule E -General Conditions of the Construction Contract Schedule F -Insurance and Sworn Affidavits Schedule G -Best Value Amendment 1.22 SCOPE OF SERVICES: "Scope of Services" shall mean the Project Scope as described in Schedule "A", together with the Basic Services and any Additional Services approved by the City, as described in Articles 2 and 5, respectively herein. 5 ARTICLE 2. BASIC SERVICES The Consultant shall provide Basic Services for the Project as set forth hereafter. The Services for this Project will be performed by the Consultant upon receipt of a written Notice to Proceed issued by the City Manager, or his designee, and Consultant shall countersign the Notice to Proceed. A separate Notice to Proceed shall be required for commencement of each Task, as defined in attached Schedule "A" entitled "Scope of Services". The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration and additional services) as described in attached Schedule "A ", Scope of Services, and including, without limitation, any and all of consultant's responsibilities and obligations, as set forth in the General Conditions of the Construction Contract (Schedule "E"). The Consultant shall coordinate with subconsultants and other consultants, and conform to all applicable building codes and regulations. Consultant, as it relates to its Services, represents and warrants to the City that it is knowledgeable of codes, rules and regulations applicable in the jurisdictions in which the Project is located, including, local ordinances and codes (City of Miami Beach and Miami-Dade County), Florida Statutes, Administrative rules and regulations including, Federal laws, rules and regulations. The Consultant agrees to comply with all such laws, codes, rules, and regulations now in effect, and as may be amended or adopted at any time, and shall further take into account all known pending changes to the foregoing, of which it should reasonably be aware. The Consultant shall insert the provisions of all required laws, codes rules and regulations into the Contract Documents. The Consultant expressly agrees that all of its duties, services and responsibilities under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of projects of this nature in South Florida. In addition, Consultant represents that it is experienced and fully qualified to perform the Services contemplated by this Agreement, and that it is properly licensed pursuant to the applicable laws, rules and regulations to perform such Services. Consultant warrants that it shall be responsible for the technical accuracy of its work, including without limitation the Design Documents contemplated in Section 2.1 below and the attached Schedule "A". 2.1 PLANNING SERVICES: Consultant shall prepare Planning services, as noted in attached Schedule "A" (Task 1) entitled "Scope of Services". 6 2.2 DESIGN SERVICES: Based on the approved Planning documents developed under Section 2.1, Consultant shall prepare Design Documents, as noted in attached Schedule "A", (Task 2) entitled "Scope of Services" 2.3 BIDDING AND AWARD SERVICES: Consultant shall provide bidding and award services as noted in attached Schedule "A" (Task 3) entitled "Scope of Services". 2.4 CONSTRUCTION ADMINISTRATION SERVICES: Consultant shall furnish construction administration services as noted in attached Schedule "A" (Task 4) entitled "Scope of Services". 2.5 ADDITIONAL SERVICES: If required and so approved by the City, Consultant shall provide Additional Services as noted in attached Schedule "A", (Task 5) entitled "Scope of Services". 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Approval by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, specifications or other documents and services; nor shall such approval be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, specifications or other documents prepared by the Consultant, its employees, subcontractors, agents and consultants. However, the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City and its employees. 2.7 TIME: It is understood that time is of the essence in the completion of this Project, and in this respect the parties agree as follows: 2.7.1 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement and the orderly progress of the Work. 2.7.2 The parties agree that the Consultant's Services during all phases of this Project will be performed in a manner that shall conform with the approved Project Schedule, which is attached to this Agreement as Schedule "D". The Consultant may submit requests for an 7 adjustment to the Project Schedule, made necessary by undue time taken by the City to approve the Consultant's submissions, and/or excessive time taken by the City to approve the Services or parts of the Services. The City shall not unreasonably refuse to approve such adjustment(s) to the Project Schedule if the request is made in a timely manner and is fully justified. 2.7.3 In providing the Services described in this Agreement, the Consultant shall use its best efforts to maintain, on behalf of the City, a constructive, professional, cooperative working relationship with the Contractor(s), and others that have been contracted to perform Services and/or Work pertaining to the Project. While the Services to be provided by Consultant under this Agreement will be provided under the general direction of the City's Program Coordinator, it is the intent of this Agreement to allow the Consultant to coordinate the performance of all design and construction administration to the extent such coordination by the Consultant is permitted by the contracts for the design and construction administration. 2.7.4 It is further the intent of this Agreement that the Consultant shall perform its duties under this Agreement in a competent, timely and professional manner and that it shall be responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 2.7.5 Whenever during the term of this Agreement, others are required to verify, review, or consider any work performed by Consultant, including but not limited to the design professionals, Contractors, and other consultants retained by the City, the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable public projects; or which are inconsistent with applicable laws, codes, ordinances, and regulations; or which are inconsistent with standards or decisions provided in writing by the City's Project Coordinator. Consultant will use reasonable care and skill in accordance with and consistent with customary professional standards in responding to items identified as discrepancies, errors and omissions by others. Consultant shall receive comments from reviewers via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be construed to mean as soon as possible under the circumstances, taking into account the requirements of the Project Schedule. 2.7.6 The City shall have the right at any time, and in its sole and absolute discretion, to submit for review to consulting engineers or consulting architects or other consultants, engaged by the City at its own expense for that purpose, any or all parts of the services performed by the s Consultant, and the Consultant shall cooperate fully in such review at the City's request. 2.7.7 Consultant agrees to certify and warrant all estimates of Construction Cost prepared by Consultant. Said certifications shall be in a form and manner as approved by the City's Project Coordinator. 2.7.8 Consultant represents to City that all evaluations of the City's Project Budget, Consultant generated Statement of Probable Construction Cost, and detailed estimates represent Consultant's best judgment as a design professional familiar with the construction industry. Consultant cannot and does not guarantee that bids or negotiated prices will not vary from any estimate of Construction Cost or evaluation prepared or agreed to by Consultant. 2.7.9 Consultant agrees that, when the Services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certification of authorization, or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services. 2.7.10 Consultant agrees to employ and designate in writing, within five (5) calendar days after receiving its initial Notice to Proceed, a qualified licensed professional to serve as the Consultant's project manager (herein after referred to as "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of Services to be provided and performed under this Agreement. The person selected by Consultant to serve as Project Manager shall be subject to approval and acceptance by City. Replacement (including reassignment) of said Project Manager shall not be made without the prior written approval of the City. 2.7.11 Consultant agrees, within fourteen (14) calendar days of receipt of written notice to do such from City, to promptly remove and replace Project Manager, or any other personnel employed or retained by Consultant, or any subconsultant or subcontractors engaged by Consultant, which request may be made by City with or without stating its cause. 2.7.12 Consultant herein represents to City that it has expertise in the type of professional services that will be performed and pursuant to this Agreement. Consultant agrees that all Services to be provided by Consultant pursuant to this Agreement shall be subject to City's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with applicable published laws, statutes, 9 ordinances, codes, rules, regulations and requirements of any governmental agencies having jurisdiction over the Project or the Services to be performed by Consultant hereunder. In the event of any conflicts in these requirements, Consultant shall notify City of such conflict and utilize its best professional judgment to advise City regarding resolution of each such conflict. 2.7.13 Consultant agrees not to divulge, furnish or make available to any third person, firm or organization, without City's prior written consent, or unless incident to the proper performance of Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning Services to be rendered by Consultant hereunder, and Consultant shall require its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. 2.7.14 The City and Consultant acknowledge that the Scope of Services does not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of the performance of the Services contemplated in this Agreement, Consultant determines that work should be performed to complete the Project which is, in the Consultant's opinion, outside the level of effort originally anticipated, whether or not the Scope of Services identifies the work items, Consultant shall notify the Project Coordinator, in writing, in a timely manner, and obtain said Project Coordinator's written consent, before proceeding with the work. The Project Coordinator must comply with Contract Amendment processing requirements as outlined in Article 1.16, prior to issuance of any written authorization to proceed with Additional Services to Consultant. If Consultant proceeds with additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort, and deemed included as a Basic Service herein, whether or not specifically addressed in the Scope of Services. Notice to the Project Coordinator does not constitute authorization or approval by the City to perform the work. Performance of work by Consultant outside the originally anticipated level of effort without the prior written consent of the City shall be at Consultant's sole risk. 2.7.15 Consultant shall establish and maintain files of documents, letters, reports, plans, etc. pertinent to the Project. Consultant shall provide City with a copy of applicable Project correspondence for City to file in its filing system. In addition, Consultant shall provide electronic Project document files to the City, at the completion of the Project. 2.7.16 It is further the intent of this Agreement that the Consultant shall perform its duties under this Agreement in a competent, timely and professional manner and that it shall be 10 responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 2.7.17 In the event Consultant is unable to timely complete the Project because of delays resulting from untimely review by City or other governmental authorities having jurisdiction over the Project, or such delays which are caused by factors outside the control of Consultant, Consultant shall provide City with immediate written notice stating the reason for such delay and a revised anticipated schedule of completion. City, upon review of Consultant's submittal and such other documentation as the City may require, may grant a reasonable extension of time for completion of the Project and may provide reasonable compensation, if appropriate. 2.7.18 The Consultant covenants with the City to furnish its Services hereunder properly, in accordance with the standards of its profession and in conformance with applicable construction, building and health codes and other applicable Federal, State and local rules, regulations and laws, of which it should reasonably be aware, throughout the term of this Agreement. The City's participation in the design and construction of the Project in no way relieves the Consultant of its professional duties and responsibilities under applicable law and under the Contract Documents ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City shall designate in writing a Project Coordinator to act as the City's representative with respect to the services to be rendered under this Agreement (herein after referred to as Project Coordinator). The Project Coordinator shall have authority to transmit instructions, receive information, interpret and define City policies and decisions with respect to Consultant's Services on this Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatsoever, unless approved by the City Manager and/or City Commission in compliance with Article 1.16 requirements, including but not limited to the following: a) The Scope of Services to be provided and performed by Consultant hereunder; b) The time the Consultant is obligated to commence and complete all such Services; or c) The amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall assist Consultant by placing at Consultant's disposal all information that the City has available pertinent to the Project, including previous reports and any other data relative to design or construction of the Project. It shall be fully understood that City, in making such reports, site information, and documents available to the Consultant is in no way certifying representing and/or warranting as to the accuracy or completeness of such data. Any conclusions or assumptions drawn through examination thereof shall be the sole responsibility of the Consultant and subject to whatever measure it deems necessary to final verification essential to its performance under this Agreement. Additional Services required due to inaccurate, incomplete or incorrect information supplied by the City may be undertaken by the Consultant as an Additional Service to this Agreement. Consultant shall notify the Project Coordinator, in writing, in a timely manner and obtain said Project Coordinator's written consent, before proceeding with the work. If Consultant proceeds with the Additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort and deemed included as a Basic Service herein. 3.3 The City has established a Construction Cost Budget for the Project, as stated in Schedule A. 3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance counseling services as may be required at any time for the Project, including such auditing services as the City may require to verify the Consultant's applications for payment or to ascertain that Consultant has properly remitted payment due to sub consultants or vendors working on this Project for which Consultant has received payment from the City. 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project or non- conformance with the Contract Documents, the City shall give prompt written notice thereof to the Consultant. 3.6 The City shall furnish required information and services and render approvals and decisions in writing as reasonably expeditious as necessary for the orderly progress of the Consultant's Services and of the Work. No approvals required by the City during the various phases of the Project shall be unreasonably delayed or withheld; provided that the City shall at all times have the right to approve or reject any proposed submissions of Consultant for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 3.7.1 The City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement, except when noted otherwise (i.e., where delegated to the City Manager or his designee) in this Agreement. 12 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein and any subcontracts made pursuant to this Agreement. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporate Consultant. 3.7.3 All required City Commission approvals and authorizations shall be expressed by passage of an appropriate enabling resolution and, if an amendment, by the execution of an appropriate amendment to this Agreement. 3.7.4 The City Commission shall hear appeals from the administrative decision of the City Manager's appointed designee(s), upon the Consultant's written request, in which case the Commission's decision shall be final. 3.7.5 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 The City Manager or his designee(s) shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. These authorizations shall include, without limitation: reviewing, approving, or otherwise commenting upon the schedules, plans, reports, estimates, contracts and other documents submitted to the City by the Consultant. 3.8.1 The City Manager shall decide, in his professional discretion, matters arising pursuant to this Agreement which are not otherwise expressly provided for in.this Agreement, and shall attempt to render administrative decisions promptly to avoid unreasonable delay in the progress of the Consultant's Services. The City Manager, in his administrative discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. 3.8.2 The City Manager shall be authorized, but not required, at the request of the Consultant, to reallocate monies already budgeted toward payment of the Consultant, provided, however, that the Consultant's compensation or other budgets established by this Agreement cannot be increased. 3.8.3 The City Manager, or his designee, shall be the sole representative of the City 13 authorized to issue a Notice to Proceed, as referenced in Article 2 and the attached Schedule "A" entitled "Scope of Services". 3.8.4 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended) and which do not increase any of the budgets established herein. 3.8.5 The City Manager may, in his sole discretion, form a committee or committees, or inquire of or consult with persons for the purpose of receiving advice and recommendations relating to the exercise of his powers, duties and responsibilities under this Agreement. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The Construction Cost Budget, as established by the City and stated in Schedule "A", shall not be exceeded without fully justifiable, extraordinary and unforeseen circumstances, such as Force Majeure, which is beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval by passage of an enabling resolution and amendments to the appropriate agreements relative to the Project, prior to any modification of the Construction Cost. Provided further, however, that even in the event of a Force Majeure, as defined in Article 1.11, the City shall have no obligation to approve an increase in the Construction Cost Budget limitations established herein, and, if such budget is exceeded, the City Commission may, at its sole option and discretion, terminate this Agreement without any further liability to the City. 4.2 If the lowest bona fide base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission shall, at its sole discretion, have any of the following options: (1) give written approval of an increase in the Construction Cost Budget; (2) reject all bids or proposals, authorize rebidding, or (if permissible) authorize a renegotiation of the Project within a reasonable time; (3) abandon the Project and terminate the Consultant's Services for the Project covered by this Agreement without further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the award within the Construction Cost Budget; or (5) cooperate with the Consultant in reducing the Project scope, construction schedule, and sequence of Work, as may be required to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the Consultant shall provide such revisions to the Construction Documents, and provide rebidding services, as many times as reasonably requested by the City, as a Basic Service, with no 14 additional cost to the City, in order to bring the bids within five percent (5%) of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services for this Project will only be performed by the Consultant following receipt of a written authorization by the Project Coordinator prior to commencement of same. Such authorization shall contain a description of the Additional Services required; an hourly fee, as provided in Schedule "C" with an "Not to Exceed" amount on additional Reimbursable Expenses (if any); the amended Construction Cost Budget (if applicable); and an amended completion date for the Project (if any). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable, which the Consultant shall not exceed without specific written authorization from the City. The "Not to Exceed" amount is not a guaranteed maximum cost for the services requested by the City and all costs applied to such shall be verifiable through time sheet and reimbursable expense reviews. 5.2 The term "Additional Services" includes services involving the Consultant or any subconsultants whether previously retained for the Services or not or whether participating as members with Consultant or not, subject to the City's right to previously approve any change in Consultants as set forth in this Agreement. 5.3 Additional Services may consist of the following: 5.3.1 Serving as an expert witness in connection with any public hearing, arbitration proceeding or legal proceeding unless such preparation has arisen from the failure of the Consultant to meet the Standard of Care set forth in Article 2. 5.3.2 Preparing documents for Change Orders, or supplemental Work, initiated at the City's request and outside the scope of the Work specified in the Construction Documents, after commencement of the construction phase. 5.3.3 Providing such other professional services to the City relative to the Project which arises from subsequent circumstances and causes (excluding circumstances and causes resulting from error, inadvertence or omission of the Consultant) which do not currently exist or which are not contemplated by the parties at the time of execution of this Agreement. 5.3.4 Assistance in connection with bid protests, rebidding or renegotiating contracts 15 for construction, materials, equipment or services, except as otherwise expressly provided for herein. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and are not in addition to the compensation for Basic and Additional Services but include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance as specified in Schedule "B," belongs to the City and must be approved in advance by the City's Project Coordinator. Unused portions will not be paid to the Consultant. All Reimbursable Expenses pursuant to this Article, in excess of $500, must be authorized in advance in writing by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted 'by the Consultant to the City, along with supporting receipts, and other back-up material reasonably requested by the City, and Consultant shall certify as to each such invoice that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement 6.2 Expenses subject to reimbursement in accordance with the above procedures may include the following: 6.2.1 Expense of reproduction, postage and handling of drawings, specifications and other documents, excluding reproductions for the office use of the Consultant and sub- consultants. Courier and postage between the Consultant and its sub-consultants are not reimbursable. 6.2.2 Expenses for reproduction and the preparation of graphics for community workshops 6.2.3 Expenses for fees for all necessary permits. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 The Consultant shall be compensated the not to exceed, cost reimbursable fee listed in Schedule "B" for Basic Services, based on the "Hourly Rate Schedule" presented in Schedule "C." Payments for Basic Services shall be made within thirty (30) working days of receipt and approval of an acceptable invoice by the City Project Coordinator. Payments shall be made in proportion to the Services 16 satisfactorily performed in each Phase so that the payments for Basic Services for each Phase shall not exceed the progress percentage noted in the Consultant's Progress Schedule, submitted with each invoice. No markup shall be allowed on subcontracted Basic Services. The City and the Consultant agree that the Consultant's fee will be $348,475.00 for the provision of Basic Services as described in the Agreement and Schedule "A" attached hereto, with a reimbursable expense allowance of $66,390.00 as detailed in Schedule "B." 7.2 Additional Services authorized in accordance with Article 5 will be compensated using the hourly rates forth in Schedule "C". Request for payment of Additional Services shall be included with the monthly Basic Services payment request noted in Article 7.1 above. All Additional Services must be approved by the Project Coordinator, in writing, prior to commencement of same, as noted in Article 5. Under no circumstances shall the "Not to Exceed" amount noted in Schedule "B" be exceeded without prior written approval from the City Project Coordinator. No markup shall be allowed on subcontracted Additional Services. 7.3 Reimbursable Expenses, as defined in Article 6, shall be paid up to the "Not to Exceed" amount noted in Schedule "B" (approved at $24,390.00 Request for payment of Reimbursable Expenses shall be included with the monthly Basic Services payment request noted in Article 7. Proper backup must be submitted with all reimbursable requests. No markup or administrative charges shall be allowed on Reimbursable Expenses. 7.4 The City and the Consultant agree that: 7.4.1 If the scope of the Project or the Consultant's Services is changed substantially and materially, the amount of compensation may be equitably adjusted by mutual agreement of the parties. 7.4.2 Commencing on January 1, 2009 the Hourly Billing Rate Schedule shown in Exhibit "C" may be adjusted annually based upon the Miami -Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment shall be calculated by multiplying the ratio of the April index divided by the previous year's index by the Hourly Rate Schedule to define the new Hourly Rate Schedule. The maximum increase will be limited to three percent (3%). 17 7.5 No retainage shall be made from the Consultant's compensation on account of sums withheld from payments to Contractors. 7.6 Method of Billing and Payment. With respect to all Services, Consultant shall submit billings on a monthly basis in a timely manner. These billings shall identify the nature of the work performed; the total hours of work performed by employee category and the respective hourly billing rate associated with the employee category from the Hourly Rate Schedule. In the event subconsultant work is accomplished utilizing the lump sum method, the percentage of completion shall be identified. Billings shall also itemize and summarize Reimbursable Expenses by category. Where written approval of the City is required for Reimbursable Expenses, a copy of said approval shall accompany the billing for such Reimbursable. When requested, Consultant shall provide backup for past and current invoices that records hours for all Services by employee category and reimbursable by category. 7.7 The City shall pay Consultant within thirty (30) working days from receipt of Consultant's proper statement. 7.8 Final payment of the Consultant upon Project completion must be approved by the Mayor and City Commission. ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS 8.1 Consultant shall keep such records and accounts and require any and all Consultant and subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to the Project, and any expenses for which Consultant expects to be reimbursed. All books and records relative to the Project will be available at all reasonable times for examination and audit by City and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for City's disallowance of any fees or expenses based upon such entries. All books and records which are considered public records shall, pursuant to Chapter 119, Florida Statutes, be kept by Consultant in accordance with such statutes. ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 9.1 Electronic files of all documents, including, but not limited to, tracings, drawings, estimates, specifications, investigations and studies completed or partially completed, shall become the property of the City upon completion, termination, or abandonment of the Project. Consultant shall deliver the is above documents to the City within thirty (30) days of completion of the Project, or termination of this Agreement, or termination or abandonment of the Project. (Reference attached Schedule "A", entitled "Scope of Services" for additional requirements). 9.2 Any re-use of documents by City without written verification or adaptation by Consultant for the specific purpose intended will be without liability to Consultant. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 Termination For Lack Of Funds. The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding for the Project, the Project may be abandoned or terminated, and the City may cancel this Agreement as provided for herein without further liability to the City. 10.2 Termination For Cause. The City may terminate this Agreement for cause in the event that the Consultant (1) violates any provisions of this Agreement or performs same in bad faith or (2) unreasonably delays the performance of the Services or does not perform the Services in a timely and satisfactory manner, upon written notice to the Consultant. In the case of termination by the City for cause, the Consultant shall be first granted a thirty (30) day cure period after receipt of written notice from the City. 10.2.1 In the event this Agreement is terminated by the City for cause, the City, at its sole option and discretion, may take over the Services and complete them by contracting with another consultant(s) or otherwise. In such event, the Consultant shall be liable to the City for any additional cost incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of such incomplete Services, and the cost of completion of such Services which would have resulted from payments to the Consultant hereunder had the Agreement not been terminated. 10.2.2 Payment only for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination, shall be made in accordance with Article 7 herein and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 7. 10.2.3 Upon receipt of a written Notice of Termination, the Consultant shall promptly 19 assemble and submit to the City, as provided herein or as required in the written notice, all documents, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by such termination. 10.2.4 In the event of a termination for cause, no payments to the Consultant shall be made (1) for Services not satisfactorily performed and (2) for assembly of submittal of documents, as provided above. 10.3 Termination For Convenience. The City, in addition to the rights and options to Terminate for Cause, as set forth herein, or any other provisions set forth in this Agreement, retains the right to terminate this Agreement, at its sole option, at any time, for convenience, without cause and without penalty, when in its sole discretion it deems such termination is in the best interest of the City, upon notice to Consultant, in writing, fourteen (14) days prior to termination. In the event City terminates Consultant's services for its convenience, as provided herein, Consultant shall be compensated for all Services rendered up to the time of receipt of said written termination notice, and for the assembly and submittal to the City of documents for the Services performed, in accordance with Article 7 herein, and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 7. 10.4 Termination For Condition Precedent. The City, in addition to the rights and options to Terminate for Cause and/or Terminate for Convenience, as set forth herein, or any other provision set forth in this Agreement, retains the right to terminate this Agreement, at its sole discretion, in the event that the "Second Closing" as defined in Section 8.1(c) of the Agreement between Scott Robins Companies, Inc., Purdy Partners, LLC., Purdy Partners 1919, LLC., and 1849 Purdy Partners, LLC., and the City does not occur, the City may terminate this Agreement. In the event the City terminates Consultant's services as provided herein, Consultant shall be compensated for all Services rendered up to the time of receipt of said written termination notice, and for the assembly and submittal to the City of documents for the Services performed, in accordance with Article 7 herein, and the City shall have no further liability except for compensation, expenses, of fees to the consultant, except as set forth in Article 7. 10.5 Termination By Consultant. The Consultant may only terminate this Agreement for cause in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment for the Services, upon written notice to the City, thirty (30) days prior to termination. In that event, payment for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination shall be made in accordance with Article 7 herein. In the case of 20 termination by Consultant for cause, the City shall be granted a thirty (30) day cure period after receipt of written notice from the Consultant. 10.5.1 The Consultant shall have no right to terminate this Agreement for convenience of the Consultant. 10.6 Implementation of Termination. In the event of termination, either for cause or for convenience, the Consultant, upon receipt of the Notice of Termination, shall (1) stop the performance of Services under this Agreement on the date and to the extent specified in the Notice of Termination; (2) place no further orders or subcontracts except for any that may be authorized, in writing, by the Project Coordinator, prior to their occurrence; (3) terminate all orders and subcontracts to the extent that they relate to the performance of the Services terminated by the Notice of Termination; (4) promptly assemble and submit, as provided herein, all documents for the Services performed, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by the termination; and (5) complete performance of any Services as shall not have been terminated by the Notice Of Termination, and as specifically set forth therein. 10.7 Non Solicitation. The Consultant warrants that it has not employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement; and that it has not paid, nor agreed to pay any company or other person any fee, commission, gift or other consideration contingent upon the execution of this Agreement. For breach or violation of this warranty, the City has the right to terminate this Agreement without liability to the Consultant for any reason whatsoever. ARTICLE 11. INSURANCE 11.1 The Consultant shall comply throughout the term of this Agreement with the insurance requirements stipulated herein. It is agreed by the parties that the Consultant shall not commence with work on this Project until satisfactory proof of the following insurance coverage has been furnished to the City. The Consultant will maintain in effect the following insurance coverage: (a) Professional Liability Insurance in the amount of One Million ($1,000,000.00) Dollars per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance Policy. 21 (b) Comprehensive General Liability Insurance in the amount of $1,000,000.00 Single Limit Bodily Injury and Property Damage coverage for each occurrence, which will include products, completed operations, and contractual liability coverage. The City must be named as an additional insured on this policy. (c) Worker's compensation and employer's liability coverage within the statutory limits of the State of Florida. 11.2 The Consultant must give thirty (30) days prior written notice of cancellation or of substantial modifications in the insurance coverage, to the Project Coordinator. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book and must additionally be furnished by insurance companies duly authorized to do business in the State of Florida and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide to City a Certificate of Insurance or a copy of all insurance policies required above. City reserves the right to require a certified copy of such policies upon request. All certificates and endorsements required herein shall state that the City shall be given thirty (30) days notice prior to expiration or cancellation of the policy. ARTICLE 12. INDEMNIFICATION Consultant herein agrees to indemnify and hold harmless the City, and its officer and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of the Agreement. This Article 12, and Consultant's indemnification contained herein, shall survive the termination and expiration of the Agreement. ARTICLE 13. VENUE 13.1 This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein. Exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 22 This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. ARTICLE 14. LIMITATION OF LIABILITY 14.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the amount of the fees for Services agreed upon under the terms of the Agreement, less any amount(s) paid to Consultant thereunder. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of the fee for Services agreed upon under the terms of the Agreement, less the amount of all funds actually paid by the City to the Consultant Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement in an amount in excess of the amount of fee under any this Agreement, which amount shall be reduced by the amount actually paid by the City to Consultant for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes. ARTICLE 15. MISCELLANEOUS PROVISIONS 15.1 The laws of the State of Florida shalt govern this Agreement. 15.2 Equal Opportunity Employment Goals: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, disability or sexual orientation and will take affirmative steps to ensure that 23 applicants are employed and employees are treated during employment without regard to sexual orientation, race, color, religion, sex, age, national origin, or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or compensation; and selection for training, including apprenticeships. Consultant agrees to furnish City with a copy of its Affirmative Action Policy. 15.3 Public Entity Crimes Act: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bids or leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this Section by Consultant shall result in cancellation and may result in Consultants debarment. 15.4 No Contingent Fee: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 15.5 The Consultant represents that it has made and will make reasonable investigation of all sub- consultants to be utilized in the performance of work under this Agreement to determine that they possess the skill, knowledge and experience necessary to enable them to perform the services required. Nothing in this Agreement shall relieve the Consultant of its prime and sole responsibility for the performance of the work under this Agreement. 15.6 The Consultant, its consultants, agents and employees and sub contractors, shall comply with all applicable Federal, State and County laws, the Charter, related laws and ordinances of the City of Miami Beach, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies as they relate to this Project. 24 15.7 This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered by Consultant, under any circumstances, without the prior written consent of City. 15.8 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. ARTICLE 16. NOTICE 16.1 All written notices given to City by Consultant shall be addressed to: City Manager's Office c/o Assistant City Manager Tim Hemstreet City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 With a copy to: Director Capital Improvements Projects Office City of Miami Beach Miami Beach, Florida 33139 All written notices given to the Consultant from the City shall be addressed to: Timothy Reedy 801 Brickell Ave Miami, FL 33131 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest ~~ CITY CLERK Attest CITY OF MIAMI BEACH CONSULTANT Arquitectonica International Corp. Sig ure/Secretary Signature/Preside t Print Name Print Name APPROVED AS TO FORM 8~ LANGUAGE ELUTION r-'' f' 26 ~ 3 ~1 i Attorney Da SCHEDULE A PURDY AVENUE GARAGE AND RETAIL PROJECT SCOPE OF A/E CONSULTANT SERVICES CONSULTANT: Arauitectonica International Corp. BACKGROUND On December 10, 2008, the Mayor and City Commission approved Resolution No. 2008-26969, approving and authorizing the Mayor and City Clerk to execute an agreement between the City and Scott Robins Companies, Inc., Purdy Partners, LLC., Purdy Partners 1919, LLC., and 1849 Purdy Partners, LLC., for the purpose of purchasing air rights and certain portion of the land for the development of an approximately 458-space parking garage with ground floor retail. SCOPE OF SERVICES The Consultant shall provide the architectural, engineering, master planning, landscape architecture, and surveying, as necessary, for the Project. The work shall include, but not be limited to, conceptual drawing(s), planning, survey, design development, and estimate(s) of probable cost, construction documentation, permitting, bidding /award, and construction administration services for the Project. Proiect Description: The Project includes, approximately 458-space parking garage with ground floor retail. TASK 1 -PLANNING SERVICES Planning Services were completed under separate agreement Sunset Harbor Parking Garage Schedule A TASK 2 -DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of Contract Documents for the Project. Note that Task 2.1, requires that the CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of any available as-built drawings and base maps to be used for development of the contract drawings. Task 2.2, discusses requirements for the preparation of Contract Documents, inclusive of drawings, specifications and front-end documents. Task 2.3, establishes requirements with regard to constructability and value engineering reviews to be performed by others. Task 2.4, establishes requirements for the preparation of opinions of total probable cost by the CONSULTANT. Task 2.5, specifies requirements for review of Contract Documents with jurisdictional permitting agencies prior to finalization. Task 2.6, establishes requirements for developing final (100%) Contract Documents. To facilitate the implementation of a Public Information Program, the CONSULTANT shall provide electronic files of all Project documents, as requested by the CITY The CONSULTANT shall provide the electronic files for the front-end documents, technical specifications, and construction drawings in MS-Word, AutoCAD and Adobe Acrobat file format. Task 2.1 -Verification of Existins~ Conditions: The CONSULTANT shall obtain all available As-Built drawings, perform structural evaluation of the structures, perform a detailed topographic survey of the existing Project site. The survey shall be performed by a Professional Land Surveyor in the State of Florida, and shall meet the minimum technical standards identified in Chapter 61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 2000, or latest version, with a layering system as directed by the CITY. As a minimum, the survey shall address the following: ^ Baseline of survey shall be tied into the right-of-way and sectionalized land monuments. Right-of-way information shall be obtained from available records by the CONSULTANT. ^ The CONSULTANT shall set benchmarks at convenient locations along the site to be used during both the design and construction phases of the project. ^ An Elevation Certificate of the existing buildings. Page 2 of 21 Sunset Harbor Parking Garage Schedule A ^ The CONSULTANT shall locate and identify existing surface improvements / topographic features that are visible within the Project site, including but not limited to, the following: ^ Marking of all property corners, location and details of the existing buildings including overall dimensions and finished floor elevations. ^ Existing valve boxes, water /electrical meter boxes, electrical pull boxes, telephone / cable risers, fences, hydrants, etc. ^ Aboveground and underground utilities invert elevations of accessible underground utilities, wood / concrete utility poles, culverts, guardrails, pavement limits, headwalls, endwalls, manholes, vaults, mailboxes, driveways, side streets, trees, landscaping, traffic signage and any other noted improvements. Survey shall identify fence material /height, and driveway construction materials. Landscaping materials with a trunk diameter greater than 6 -inches in diameter shall be identified individually. Materials with smaller diameters shall be illustrated in groupings. ^ Survey limits shall include the entire Project site and an additional overlap to encompass all adjoining areas potentially impacted by the Project. ^ Survey Topographic survey /base map shall be prepared in AutoCAD Version 2000 or latest, and submitted on recordable Compact Disk with three (3) signed and sealed copy on 24-inch by 36-inch bond paper. Note that all standards from the DSM shall apply to the development of the survey document. In addition, the CONSULTANT shall submit 3 copies of a preliminary Draft Survey for CITY review and comment. The CONSULTANT shall prepare a final survey submittal package based on addressing any /all comments submitted through this review process, to the satisfaction of the CITY. All CAD mapping shall be performed to a scale of 1:1 in the World Coordinate System. Text size shall be 100 Leroy for a final product at 1=20 units. Upon completion and acceptance of the final survey, the CONSULTANT shall forward same to the following agencies with a request to mark /identify respective utilities on the survey base map. The CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of all existing underground utilities. The CONSULTANT Page 3 of 21 Sunset Harbor Parking Garage Schedule A shall incorporate utility owner markups /edits into its survey base map file. The CONSULTANT shall contact the following entities and request that they each verify locations of their existing improvements in the affected areas: • Florida Power and Light Company • BellSouth • Miami-Dade Water and Sewer Authority • Charter Communications (Atlantic Broadband) • Natural Gas provider • City of Miami Beach Public Works Department • Others as deemed necessary by the CONSULTANT The CONSULTANT shall also request information regarding any future proposed improvements by each agency. To facilitate tracking of the progress made in this work effort, the CONSULTANT shall copy the CITY on all correspondence with each agency. In addition, the CONSULTANT shall keep a readily accessible and properly labeled /collated file of all correspondence and markups provided to it by the various agencies for reference use by the CITY and/or CONSULTANT, during construction. The CONSULTANT shall become familiar with the Project site through frequent site visits, research, and examination of any record drawings, as applicable, and shall notify the CITY of any field, onsite, or off-site conditions not shown or incorrectly shown on record drawings, as may have been reasonably discovered. At the CONSULTANT's request, the CITY shall facilitate the CONSULTANT's access to the Project site and or facilities for investigative purposes. These site visits are part of the CONSULTANT's Basic Services, are considered due diligence, and the CONSULTANT shall receive no additional compensation for such design phase site visits and meetings. Provided that the CONSULTANT has conducted a good faith investigation, the CONSULTANT and CONSULTANT's sub-consultants shall not be responsible or held liable for undiscovered hazardous conditions or materials. Page 4 of 21 Sunset Harbor Parking Garage Schedule A Based on the collected data, the CONSULTANT shall develop detailed design base maps for the project. The maps shall include an overall key map and partial plans scaled at 1-inch equals 20 feet or a scale that better suits the project requirements. CONSULTANT shall illustrate proposed improvements on the site plan and shall prepare final site plan based on the information gathered herein. Copies of base maps shall be distributed to CITY. Deliverables: -Perform work as noted to develop final survey. Deliver three (3) draft and five (5) final signed and sealed surveys to CITY. Schedule: -See Exhibit D -Project Schedule Task 2.2 -Detailed Design: The CONSULTANT shall prepare detailed design documents consisting of architectural, structural, civil, mechanical, electrical, landscape, and irrigation drawings, as applicable. All Contract Documents are to be provided in accordance with the applicable architectural and engineering design standards, and in accordance with the requirements of all applicable state, local and federal regulatory agencies having jurisdiction over the Project. The CONSULTANT shall use CITY standard details as provided by CITY, and as deemed appropriate by CONSULTANT. The CONSULTANT shall provide additional sections that may be required, and are not already provided through the CITY standards, as it deems necessary, to provide CITY with a complete work product. All drawings shall be prepared using AutoCAD Version 2000 software, or latest, with a layering system as approved by CITY. Technical specifications shall be prepared in conformance with Construction Specifications Institute (CSI) formats. The CITY shall furnish the CONSULTANT with standard CITY specification outlines for Divisions 1. Any supplier listings required by specifications shall include a minimum of two (2) named supplier's, and shall meet all applicable CITY and State of Florida procurement codes. Specifications shall be provided to the CITY ,and or CONSULTANT in "Microsoft MS-Word" format. In addition, the CONSULTANT shall use the same software in all project related work. The CONSULTANT shall utilize base front-end documents provided by the CITY. The CONSULTANT shall edit accordingly to result in a project specific document. Any requirements for Supplementary General Conditions shall be subject to review and acceptance by the CITY. Page 5 of 21 Sunset Harbor Parking Garage Schedule A The CONSULTANT shall attend monthly Design Progress Meetings with CITY and/or CMR staff, as applicable. CONSULTANT shall provide, and maintain a design progress schedule in Microsoft Project Planner. CONSULTANT shall update the schedule and review Project status at each progress meeting. Should the CITY determine that the CONSULTANT has fallen behind schedule; the CONSULTANT shall provide a recovery schedule that shall accelerate work to get back on schedule. The CONSULTANT shall submit monthly invoice requests for its services, accompanied by an updated design progress schedule, as requested by the CITY. Invoices shall be prepared in a format as provided by the CITY. For purposes of this Scope of Services, the following will be considered the minimum effort to be provided by the CONSULTANT for establishing detail design milestone submittals. Note that CITY review procedures, and CONSULTANT'S responsibilities associated with such, are discussed under Task 2.3: • The 50% design completion stage milestone shall consist of the completed survey, work products of the previously outlined Tasks, with all proposed improvements identified in approved BODR, illustrated in plan and elevation views, at a scale of 1-inch equals 20 feet, and with applicable sections and details. In addition, the CONSULTANT shall include draft technical specifications and a draft schedule of prices bid (bid form) identifying the items to be bid by the prospective contractors with the submittal. Also, this submittal shall include the CONSULTANT'S "Budget" level opinion of probable cost as defined by the American Association of Cost Engineers. The CONSULTANT shall submit the 50% design to the Historical Preservation Board (HPB) for full design approval. Comments from the HPB and/or Planning Department shall be incorporated into the 90% design submittal. Prior to the preparation of the 50% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon its existing as-built /existing conditions verification efforts and review comments received, as noted in Task 2.3 below. • The 100% design completion stage milestone shall consist of a final construction document set including the front-end documents (general and supplemental Page 6 of 21 Sunset Harbor Parking Garage Schedule A conditions), technical specifications and construction drawings for all work proposed to be completed. The CONSULTANT shall include detailed construction sequencing restrictions, and special conditions for the CITY'S review with this submittal. Prior to the preparation of the 100% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon review comments received, as noted in Task 2.3, below. In addition, the CONSULTANT shall provide its "Definitive" level opinion of probable cost as defined by the American Association of Cost Engineers with this submittal. Documents shall also include all constructability and design review comments, City of Miami Beach Building Department permitting pre-approval comments as may be provided by the C ITY and/or jurisdictional review agency. Deliverables: -Furnish sets of design documents as requested by the CITY pursuant to Article 6 of the Agreement. - Prepare and update project invoices and schedule tracking spreadsheets, on a monthly basis. - Attend progress meetings with CITY staff, HPB, and CMR firm, as applicable. Schedule: -See Exhibit D -Project Schedule - Note: The above 50% and 100% design documents completions shown in calendar days are contingent upon CITY's reviews occurring within the timeframe allowed for final completions of each task. Task 2.2.1 - Geotechnical Evaluation: See Task 6.4 Task 2.3 - Desi~tn / Constructabilitv Review: To verify that the CONSULTANT is in compliance with the required BODR and CITY's requirements, the CITY and CMR shall perform reviews of all Project design documents, including cost estimates, at the 50 and 100% design completion stage submittals. Note that the 100% design completion stage submittal will incorporate the pre-approval review comments from the Building Dept. and will be used to procure permits from jurisdictional review agencies, and/or may be utilized to obtain pricing. Page 7 of 21 Sunset Harbor Parking Garage Schedule A The purpose of these reviews shall be to verify that the documents are consistent with the design intent. These documents shall be furnished as bound 8-1/2-inch by 11-inch technical specifications and full-size (24-inch by 36-inch) and half size (11-inch by 17-inch) scaled drawings as requested by the CITY and as noted in the Task 2.2 deliverables. The CMR and applicable CITY staff shall perform reviews on these documents and provide written comments (in "Excel" spreadsheet format) back to the CONSULTANT within the timeframes specified in Project Schedule -Exhibit D. Following receipt of comments by the CONSULTANT, a meeting may be scheduled between the CITY, the CONSULTANT and CMR, to discuss the requirements, intent and review of the comments. The CONSULTANT shall prepare a written memorandum to address how each comment was resolved. Such written memorandum shall be prepared and submitted to CITY for review /approval, within ten (10) working days after the review session. The responses shall be in the spreadsheet format provided to the CONSULTANT. In addition, the CONSULTANT shall revise its documents to address all review comments accordingly, to the satisfaction of the CITY. In addition, the CITY and CMR shall perform constructability reviews of the design documents relative to value, construction sequencing /schedule, and bid format. These reviews shall be based upon 50 and 100% design submittals received from the CONSULTANT and shall be conducted concurrently with the 60 and 100% design reviews. These constructability review meetings shall be held with the CONSULTANT, CITY, and CMR representatives to discuss review comments, as required. A detailed review of CONSULTANT's proposed construction sequencing restrictions will be performed by CITY and CMR at the 50 and 100 % completion stages. The CONSULTANT shall note that the CITY and CMR's review of the Contract Documents does not relieve the CONSULTANT from its responsibility to the CITY with regard to the quality of its contract documents. Deliverables: - Attend meetings with the CITY and/or CMR staff, as applicable, to review and discuss design constructability and value comments. Page 8 of 21 Sunset Harbor Parking Garage Schedule A - Prepare written responses to comments made during reviews. Schedule: - Complete concurrently with Design Schedule Task 2.4 -Cost Opinions: The CONSULTANT shall prepare opinions of probable construction costs for the 50 and 100 percent design completion stage submittal. The accuracy of the cost estimate associated with the 50 percent completion stage shall be +30% to -15% "Budget" Level as defined by the American Association of Cost Engineers. The accuracy of the cost estimate associated with the 100 percent completion stage submittals shall be a +15% to -5% "Definitive" Level Estimates as defined by the American Association of Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with the template supplied by CITY. All estimates shall be furnished bound in 8-1/2-inch by 11-inch size. The CONSULTANT shall advise the CITY immediately when the Project cost estimate exceeds the budget established by the CITY. Based upon the CONSULTANT's cost estimate, the CITY will advise the CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid items to satisfy existing budgetary and fiscal constraints. In this effort, the CONSULTANT may be required to attend a series of meetings and develop alternative cost savings options for CITY consideration, if the estimates show that the projected project cost will exceed the target budget. The CONSULTANT shall revise the contract documents to reflect necessary revisions to meet budget parameters at no additional cost accordingly. Deliverables: -Prepare opinions of probable costs at the 50 and 100% completion stage. Page 9 of 21 Sunset Harbor Parking Garage Schedule A - Attend meetings with the CITY and CMR staff to review and discuss cost estimates. This Task includes development of any required cost savings alternatives, and implementation /revision of documents to address such items, as necessary to meet established budget parameters. Schedule: -Complete concurrently with Design Schedule. Task 2.5 -Community Design Review Meeting The CONSULTANT shall attend and participate in one final Community Design Review Meeting (CDRM) to review the design progress and concept. The CITY shall schedule, find location for, and notify residents of said meeting. The CONSULTANT shall prepare draft meeting minutes and forward them to the CITY and CMR, who shall review, provide comments and distribute, accordingly. The CONSULTANT shall prepare for, attend and present its documents at this meeting. Meeting shall be scheduled at the 100% design completion stages. Note that presentation format shall consist of a brief Power Point presentation to review Project status, plus review of actual full size plans for the project. The CONSULTANT shall provide sufficient staff at the meeting to address concerns by residents at two (2) plan stations. It is anticipated that the CONSULTANT will attend one Pre-CDRM meeting with CITY staff to review the proposed format of the presentation.. Task 2.6 -Document Revisions: Based upon the input provided by the residents at the CDRM, the CONSULTANT shall incorporate necessary contract document revisions, as approved by the CITY. Task 2.7 -Permitting Reviews: The CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project. The CITY shall pay all permit fees. The CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. The CONSULTANT shall respond to comments by such authorities within ten working days of receipt of comments unless a different time is agreed to by CITY. It is the intent of this scope of services that the CONSULTANT be the responsible party for formally transmitting and receiving permits to and from the respective jurisdictional Page 10 of 21 Sunset Harbor Parking Garage Schedule A authorities. However, since the CITY will track and monitor progress on the preparation and review of permits and subsequent requests for information, the CONSULTANT shall copy the CITY on all permit related correspondence. This includes CONSULTANT generated minutes from meetings held with related parties. It is recognized by CITY that the time period required for obtaining permits is beyond the control of the CONSULTANT, except with regard to issues concerning the permittability of the proposed design and the CONSULTANT's ability to respond to permitting agency requests for information in a timely manner. At the time of scope preparation, the following governmental authorities that have or may have jurisdiction over Project have been identified: ^ United States Environmental Protection Agency ^ U.S. Army Corps of Engineers ^ Florida Department of Transportation ^ Florida Department of Environmental Protection ^ South Florida Water Management District ^ Miami-Dade Water and Sewer Authority ^ Miami-Dade Department of Public Works ^ Miami-Dade Department of Health and Rehabilitative Services ^ Miami-Dade Department of Environmental Resource Management ^ The City of Miami Beach Building Department ^ The City of Miami Beach Planning Department ^ The City of Miami Beach Historic Preservation Board • The City of Miami Beach Public Works Department ^ The City of Miami Beach Fire Department Page 11 of 21 Sunset Harbor Parking Garage Schedule A Note that the CITY's failure to identify governmental authorities that have jurisdiction over Project at this time does not relieve the CONSULTANT from the responsibility to procure all requisite permits. Deliverables: - Correspond with jurisdictional authorities to establish permitting requirements. - Revise documents and respond to permitting inquiries as required. - Attend meetings with the CITY, CMR, and permitting agency staff, as required, to review, discuss and finalize permit procurement Schedule: - Complete concurrently with the design schedule Task 2.8 -The CONSULTANTS QA/QC of Design Documents: The CONSULTANT shall establish and maintain an in-house Quality Assurance /Quality Control (QA/QC) program designed to verify and ensure the quality, clarity, completeness, constructability and bid ability of its contract documents. To this end, the CONSULTANT shall provide the CITY and CMR with a written narrative detailing its QA/QC program tasks and how it is to be implemented over the course of this Project. The CITY, at its discretion, may require that the CONSULTANT attend meetings to review the status and present results of its QA/QC efforts. TASK 3 -BIDDING AND AWARD SERVICES The Tasks below address the level of service to be performed by the CONSULTANT. The CONSULTANT's services shall include, but not be limited to, the following: • Review /Assist the CITY in the preparation of Request for Qualifications (RFQ) for a Construction Manager at Risk Firm (CMR) to provide Pre-construction services. • Review /evaluate bids received in response to the RFQ solicitation • Participate in negotiation meetings with the selected CMR • Review CMR's cost proposal(s) /Guaranteed Maximum Price (GMP) Page 12 of 21 Sunset Harbor Parking Garage Schedule A Task 3.1 -Construction Contract Document Review: The CONSULTANT shall assist the CITY in the bidding and award of the construction contract. The CONSULTANT shall advise and evaluate bids and the GMP Amendment(s) as required in the CMR's Pre-Construction Services Agreement, Agreement attached as Exhibit E incorporated herein by reference. The contract documents prepared by the CONSULTANT shall be transmitted to the CITY's Risk Management, Legal and Procurement Departments for verification of appropriate insurance, form and bonding capacity requirements. The CONSULTANT shall assist the CITY in this process by providing three copies of each Construction Contract Document and participating in meetings, submissions, resubmissions and discussions with these departments, as necessary. The CONSULTANT shall respond to CITY comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by the CITY. The CONSULTANT's compensation includes meeting with these departments. Task 3.2 - Bid Document Delivery: The CONSULTANT shall provide the CITY with reproducible, sets of contract documents, including digital plot files, as required, for the preparation of Request for Qualifications (RFQ) for a Construction Manager at Risk Firm (CMR) to provide Pre-construction services. The CONSULTANT shall provide CITY and CMR with reproducible, camera ready, sets of permit approved Construction Documents, as required, for subcontract bid document delivery. These documents shall include responses to all comments obtained during permit reviews and shall incorporate all corrections required by the permitting agencies. Task 3.3 -Pre-Bid Conference: The CITY shall conduct one pre-bid conference for the CMR selection. CMR shall conduct one or more pre-bid conferences for subcontractor selection. CONSULTANT shall attend the pre-bid conference for CMR selection. CONSULTANT shall review bids and advise the CITY accordingly. Task 3.4 -Addenda Issuance: The CONSULTANT shall provide, through CITY, timely responses to all inquiries received by the CITY from prospective bidders. These responses shall be prepared as written addenda, with the format for such addenda as provided to the CONSULTANT by CITY. These queries and responses shall be documented and a record of each shall be transmitted to the CITY on a same day basis. The CONSULTANT shall prepare necessary addenda as requested by CITY. Page 13 of 21 Sunset Harbor Parking Garage Schedule A Task 3.5 -CMR Bid Evaluation and Bid Openin~t: CITY will forward Bids received pursuant to CMR selection to the CONSULTANT, who in turn shall evaluate bids for completeness and full responsiveness and shall make a formal written recommendation to the CITY regarding the award of the contract. Non-technical bid requirements shall be evaluated by others Task 3.5.1 -Sub-contractor(s) Bid Evaluation and Bid Opening: Bids shall be evaluated by the CMR who shall make a recommendation to the CITY regarding the acceptance and award of bids to qualified responsive and responsible subcontractors. Copies of sub- contractors bids will be provided to CONSULTANT for review and comment, as applicable. This scope of services includes no allowance for the CONSULTANT's time to assist the CITY in the event of a bid protest. To the proportionate extent the CONSULTANT's services are required in the event of a bid protest, due to a direct action or lack thereof by the CONSULTANT, the CONSULTANT shall participate in such activities at no additional cost to the CITY. Task 3.6 -Guaranteed Maximum Price (GMP) Construction Contract Award: The CONSULTANT shall provide sets of Construction Contract Documents for execution by CITY and CMR within five (5) calendar days of request by the CITY pursuant to Article 6 of the Agreement. Task 3.7 - As- Bid Contract Documents: After GMP contract award and prior to the preconstruction conference, the CONSULTANT shall prepare As-Bid construction contract documents, which incorporate the following items: ^ CMR's submittals, including but not limited to, bid proposal, insurance, licenses, etc. ^ Amend /modify front-end documents and / or technical specifications to incorporate changes made via contract addenda. ^ Revise construction documents to include modifications /revisions incorporated via contract addenda as well as the previously incorporated permit review comments. Page 14 of 21 Sunset Harbor Parking Garage Schedule A The CONSULTANT shall prepare As-Bid Construction Documents and reproduce sets, as requested, for distribution to CITY within ten (10) calendar days after City Commission approval / contract execution. Deliverables- -Attend and participate in Pre-bid conferences and bid openings. - Respond to questions from prospective bidders and prepare Addenda for distribution by others. - Prepare recommendation of award letter. - Prepare As-Bid Contract Documents, reproduce sets and forward to CITY. Schedule: -See Exhibit D -Project Schedule TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks related to the construction administration of the Project. These tasks shall be performed for the duration of the construction of the Project. The CONSULTANT shall follow uniform procedures and guidelines for managing the interface between the CITY, CMR, and CONSULTANT staffs. The CITY shall provide the CONSULTANT with sample management manuals, as required. CONSULTANT's compensation is based upon a construction period of approximately 8 months. Task 4.1 -Pre-Construction Conferences: The CONSULTANT shall attend one pre- construction conference for the Project. The CONSULTANT shall prepare and distribute meeting minutes to all attendees and other appropriate parties. At this meeting, it is anticipated that the CITY will issue a Limited Notice to Proceed. A final Notice to Proceed shall be issued upon receipt and approval of a construction schedule, schedule of values, submittal schedule and procurement of all applicable construction permits from the CMR. Deliverables: - Attend and participate in one pre-construction conference for the project and prepare meeting minutes. Page 15 of 21 Sunset Harbor Parking Garage Schedule A Schedule: - As scheduled by CITY after receipt of Task 4, Notice to Proceed. Task 4.2 - Bi-Weekly Construction Meetinas: The CONSULTANT shall attend bi-weekly construction meetings with the CMR and applicable CITY representatives, as required. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. In addition, the CONSULTANT shall review the CMR furnished two-week look ahead work schedule to allow for proper coordination of necessary work efforts. These meetings shall also serve as a forum for discussion of construction issues, potential changes /conflicts and any other applicable matters. The meetings may include site visits to visually observe /address construction related concerns. The site visits shall be separate and distinct from the "Specialty Site Visits" discussed under Task 4.6. The CONSULTANT shall prepare and distribute meeting minutes to all attendees and other appropriate parties. Deliverables: -Attend and participate in Bi-weekly construction progress meetings, as required, and prepare meeting minutes. Schedule: - Bi-Weekly throughout the project duration. Task 4.3 - Reauests for Information /Contract Document Clarification (RFIs /CDCs): The CONSULTANT shall receive, log and process all RFIs /CDCs. Whenever an RFI involves the interpretation of design issues or design intent, the CONSULTANT shalt prepare a written response within the timeframe specified in the construction contract and return it to the CMR. The CONSULTANT shall distribute and update the RFI log at each progress meeting. In addition, the CONSULTANT may be requested by the CITY to prepare and forward CDCs should certain items within the contract documents require clarification. Deliverables: - Respond to those RFI's that involve design interpretations and return to CMR and CITY's office. Prepare RFI log and distribute at meetings. - Issue CDCs as required. Schedule: - Ongoing throughout project construction duration. Page 16 of 21 Sunset Harbor Parking Garage Schedule A Task 4.4 - Requests for Chances to Construction Cost and/or Schedule: The CONSULTANT shall receive, log, evaluate all requests for project cost and/or schedule changes from the CMR, and report such, to the CITY at progress meeting. The CONSULTANT shall distribute and update the Change Order log at each progress meeting. Changes may be the result of unforeseen conditions, interferences identified by the CMR during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents or additional improvements requested by the CITY or CONSULTANT after approval of the GMP Amendment(s) by the City Commission. Regardless of the source, the CONSULTANT shall evaluate the merit of the request, as well as the impact of the change in terms of project cost and schedule. CONSULTANT shall review claims and / or change order requests with CITY. No legal claims assistance is included under this Task. Deliverables: -Perform independent review of request for cost increase and/or time extension. - Coordinate and participate in meetings, as required, with the CITY and CMR to resolve and/or negotiate the equitable resolution of request. - Prepare and execute change order documentation (AIA form) - Prepare and update change order log and distribute at progress meetings. Schedule: -Ongoing throughout project construction duration. Task 4.5 - Processinc of Shop Drawincs: The CONSULTANT will receive, log and distribute shop drawings, as appropriate, for their review. The CONSULTANT shall have 14 calendar days or the number of calendar days specified in the construction contract, (whichever is lesser) from the date of receipt in its office, to review and return shop drawings to CMR and CITY's office. Deliverables: -Review Shop Drawings and return them to CMR and CITY. - Prepare and update shop drawing log and distribute at progress meetings. Page 17 of 21 Sunset Harbor Parking Garage Schedule A Schedule: -Ongoing throughout project construction duration. Task 4.6 -Field Observation Services: The CONSULTANT shall provide specialty site visits by various design disciplines (civil, structural, mechanical, electrical, plumbing, landscaping, etc...) on an as requested basis. For the purposes of this scope of services, it is assumed that specialty site visits are included in the Scope or Services, and will be provided by the CONSULTANT as required by the Project. Specialty site visits are assumed to include one or more of the CONSULTANTs Team attendance, as may be requested by the CITY, to review, discuss, resolve field conditions and issues at the job site. Attendance shall be as requested, although a minimum of 24 hour notice will be provided when possible. In cases where conditions require immediate action, the CONSULTANT shall make itself available in the field, as soon as possible, to review /respond to necessary issues. Deliverables: -Provide specialty site visits as required. Schedule: -Ongoing throughout project construction duration. Task 4.7 - Proiect Closeout: Upon receiving notice from the CMR advising the CONSULTANT that a Project is substantially complete, the CONSULTANT, in conjunction with appropriate CITY staff, shall conduct an overview of the Project. The overview shall include development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The CONSULTANT shall develop the Substantial Completion Punch list. The list shall be forwarded to the CMR for corrective action. CONSULTANT shall forward copy of said list to the CITY. For the purposes of this Task, Substantial Completion shall be deemed to be the stage in the construction of the Project where the Project can be utilized for the purposes for which it was intended, and where minor items may not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use. Upon notification from the CMR that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY staff, shall perform a final review of the finished Project. Based on successful completion of all outstanding work items by the CMR, the CONSULTANT shall assist in closing out the construction contract. This shall include, but not limited to, preparation of record drawings based on markups forwarded by CMR and certification of record drawings to the various affected permitting authorities. This certification shall be based on the CONSULTANT having received and reviewed all applicable test data, daily Page 18 of 21 Sunset Harbor Parking Garage Schedule A observation reports, record drawing markups, submittals, change orders, and performed final walk through of the completed work during substantial and final completion punch list walk through(s). Deliverables:- Attend field meetings to review substantial and final completion and assist in development of the applicable "punch lists". Schedule: - At the Substantial and Final completion of the project. TASK 5 -ADDITIONAL SERVICES No additional services are envisioned at this time. However, if such services are required during the performance of the Work such as work related to structural testing and evaluation, structural engineering /forensic engineering, environmental evaluation, environmental engineering, they shall be requested by CITY and negotiated in accordance with contract requirements. Note that a separate Notice to Proceed is required prior to performance of any Work not expressly required by this Scope of Services. If CONSULTANT proceeds without proper authorization, it does so at its own risk. TASK 6 - REIMBURSABLES Task 6.1 -Reproduction Services: The CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by the CITY. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Refer to Schedule 6. Task 6.2 -Travel and Subsistence: Not allowed. Task 6.3 - Surveyin~: The CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a topographical survey within the project limits to meet the intent of the approved project Scope outlined in Task 1 -Planning Services and Task 2 -Design Page 19 of 21 Sunset Harbor Parking Garage Schedule A Services. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Refer to Schedule B. Task 6.4 - Geotechnical Evaluation: The CONSULTANT shall contract the services of a professionally licensed geotechnical firm to perform boring /test excavations as necessary to adequately define the soil characteristics for the purposes of design. Actual boring /test excavations shall be as directed by CONSULTANT. Unused amounts shall be credited back to the CITY at the completion of the project. Refer to Schedule B. Task 6.5 -Underground Utility Verification: CONSULTANT shall employ the services of an underground utility location service, upon approval by the CITY, in an effort to better identify existing underground conditions where work is to be performed. Soft-Dig underground identification services may be implemented. Actual locations shall be as directed by CONSULTANT. Unused amounts shall be credited back to the CITY at the completion of the project. Refer to Schedule B. Task 6.6 -Design Sub Consultants: CONSULTANT shall arrange for and coordinate the efforts of design sub consultant expertise as such expertise is needed and determined by the evolution of the project program requirements and/or site conditions. Anot-to-exceed fee amount of all such design sub consultant costs is included in Schedule B, to be drawn upon as needed. CONSULTANT'S compensation shall be a reimbursement of actual costs for design sub-consultants. Minimum Drawing Requirements The composite set of drawings to be produced shall contain sufficient information and detail to clearly define all proposed improvements in terms of quantity, quality and location. All drawings and details shall be to a scale sufficient to be legible. The CONSULTANT shall propose a drawing list to be reviewed and approved by the CITY. Site Plans Existing Conditions -Site Survey - to include property lines, sidewalks, pavement areas, landscaping, existing site improvements, buildings, dimensions of buildings, fencing, lighting, overhead and underground utilities, etc. Page 20 of 21 Sunset Harbor Parking Garage Schedule A Demolition -Clearly depict existing conditions to be demolished or modified. Proposed Improvements -Clearly depict all new design elements including sidewalks, pavement areas, landscaping, buildings, recreational courts and fields, fencing lighting, utility modifications, replacements, and additions, etc. Enlarged Site plans -Where necessary to clearly define Project requirements, provide enlarged site plans for specific areas of improvement. Building Drawings All buildings to be demolished, renovated or constructed shall be detailed in the Project drawings in sufficient detail to clearly and thoroughly depict the intended improvements or modifications and shall at a minimum include drawings form all involved disciplines: Architectural, Civil, Structural, Mechanical, Electrical, Plumbing, and Landscape Architecture. Drawings shall be organized by building and by discipline. Page 21 of 21 SCHEDULE B: PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH & STANDARD A & E AGREEMENTS CONSULTANT COMPENSATION Please refer to attached schedule and see below Schedule of Payments: Schedule of Payments Retail (28%) Garage (72%) Planning Services * n/a n/a**** Design Services-* $65,861.60 $169,358.40 Bidding and Award Services $7,317.80 $18,817.20 Construction Administration ** $24,393.60 $62,726.40 Reimbursable Allowance*** $18,589.20 $47,801.80 Historic Preservation Board /Design Review Board (if required) n/a n/a**** Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis. It is anticipated that construction duration will be 15 months, therefore, once construction starts Consultant will be paid $7,620.00 (Retail $2,032.80/Garage $5,486.40) for 12 months. In the event that, through no fault of the Consultant, construction administration services are required to be extended, which extension shall be at the sole discretion of the City, the Consultant agrees to extent said services for $7,260.00 (Retail $2,032.80/Garage $5,486.40) per month for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City of Miami Beach and must be approved in advance by the Project Coordinator. Unused portions will not be paid to the Consultant. Note****: Completed under separate agreement 2s SCHEDULE C PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH 8~ STANDARD A 8< E AGREEMENTS HOURLY BILLING RATE SCHEDULE Classification Principal /Architect of Record Principal MEP Engineer of Record Project Manager Senior ArchitectlEngineer Engineer /Architect Hourly Billing Rate (FY 2008) Leper hour $~~ per hour $~QQ per hour $i~ per hour $(sb•yvper hour Staff Engineer Designer Civil Engineer CADD Operator Clerical $tlo.ovper hour $1~S:mper hour $~ZS:ooper hour $1~6.Op per hour $~ ~ per hour 29 SCHEDULE D PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH 8~ STANDARD A ~ E AGREEMENTS SEE ATTACHED PROJECT SCHEDULE 30 SCHEDULE E PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH 8~ STANDARD A & E AGREEMENTS See attached General Conditions of the Construction Contract 31 SCHEDULE F PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH 8 STANDARD A 8~ E AGREEMENTS See Attached Insurance and other Sworn Affidavits. 32 SCHEDULE G PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH & STANDARD A ~ E AGREEMENTS Best Value Amendment The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. F:\PURC\$ALL\OLGA\A & E Agreement -Boiler Plate\A E Agreement -Standard Boiler Plate.doc 33