Loading...
2001-24463 RESO RESOLUTION NO. 2001-24463 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH THE FIRM OF SKLARCHITECTURE, IN THE AMOUNT OF $97,500, FOR ARCHITECTURAL, ENGINEERING AND INTERIOR DESIGN SERVICES, FOR THE LOBBY AND ENTRANCEW A YS OF THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS AND THE REPLACEMENT OF THE CARPET AT THE MIAMI BEACH CONVENTION CENTER; AND RESCINDING RESOLUTION NO. 2001-24286, DATED MARCH 14,2001. WHEREAS, on October 9, 2000, Request for Proposals (RFP) No. 127-99/00 was issued for Architectural, Engineering and Interior Design services for the Lobby and Entranceways of the Jackie Gleason Theater of the Performing Arts (TOP A) and for the Carpet Replacement at the Miami Beach Convention Center (MBCC); and WHEREAS, on November 16, 2000, porposals were received from four firms; and WHEREAS, an Evaluation Committee met to discuss the proposals and presented a recommendation to the City Manager which ranked the firm of Sklarchitecture as number one; and WHEREAS, the recommendation was presented by the City Manager to the City Commission on March 14,2001, and the City Commission, by Resolution 2001-24286, authorized the Administration to enter negotiations with the number-one ranked firm of Sklarchitecture; and WHEREAS, the City Commission also authorized the Mayor and the City Clerk to execute an Agreement with Sklarchitecture for a not to exceed amount of $75,000; and WHEREAS, during negotiations with the firm, it has become clear to the Administration that the not to exceed amount of $75,000 is insufficient to cover the necessary architectural and engineering services for the project; and WHEREAS, the Administration now recognizes that the selection and determination of carpet quality, colors and styles for the different areas ofMBCC is a more complex process which requires more effort on the part of the Consultant; and WHEREAS, the Administration recommends that the Professional Services Agreement with Sklarchitecture be approved for $97,500; and WHEREAS, the Administration also recommends that Resolution 2001-24286, dated March 14,2001, be rescinded. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission authorize the Mayor and City Clerk to execute a Professional Services Agreement with the firm of Sklarchitecture, in the amount of$97,500, for architectural, engineering and interior design services, for the Lobby and Entranceways of the Jackie Gleason Theater of the Performing Arts and the Replacement of the Carpet at the Miami Beach Convention Center; and rescinds Resolution 2001-24286, dated March 14,2001 PASSED AND ADOPTED THIS 6th day of June ,2001 *d. VI (!(;; - YOR ATTEST: ~J- ftudv-- CITY CLERK F:\WORK\SALL\CHATRAND\MBCCTOPA\SKLARESQ,wPD APPROVED AS TO FORM & LANGUAGE . FOR EXECUTION ~ 1."/" 1. Date CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ~. COMMISSION MEMORANDUM NO. 37&- 0 ( TO: Mayor Neisen O. Kasdin and Members of the City Commission J~rge M, Gonzalez \t>.<:..( /(l?z f City Manager U I) - DATE: June 6, 2001 FROM: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH THE FIRM OF SKLARCHITECTURE, IN THE AMOUNT OF $97,500, FOR ARCHITECTURAL, ENGINEERING AND INTERIOR DESIGN SERVICES, FOR THE LOBBY AND ENTRANCEW AYS OF THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS ($70,000) AND THE REPLACEMENT OF THE CARPET AT THE MIAMI BEACH CONVENTION CENTER ($27,500); AND RESCINDING RESOLUTION NO, 2001-24286, DATED MARCH 14, 2001. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funds are available in the Convention Center Capital Account No. 441.2256.069358 ($70,000) and 441.2289.069358 ($27,500). As of April 30, 2001 there is an available balance of $9,169,563 in the fund, net of a $10,000,000 endowment reserved for the Cultural Arts Council. ANALYSIS: On October 9, 2000, Request for Proposals (RFP) No, 127-99/00 was issued for Architectural, Engineering and Interior Design services for the lobby and entranceways of the Jackie Gleason Theater ofthe Performing Arts (Gleason) and for the carpet replacement at the Miami Beach Convention Center (MBCC). On November 16, 2000, proposals were received from four firms. An Evaluation Committee met to discuss the proposals and presented a recommendation to the City Manager which ranked the firm of Sklar Architecture as number one. The recommendation was presented by the City Manager to the City Commission on March 14, 2001. The City Commission, by Resolution 2001-24286, authorized the Administration to enter negotiations with the number-one ranked firm and also authorized the Mayor and the City Clerk to execute an Agreement with Sklar Architecture for a not to exceed amount of $75,000. AGENDA ITEM C7rx ~ -f; ~O I I DATE Commission Memorandum June 6, 2001 TOPA and MBCC Professional Services Page 2 During negotiations with the firm of Sklar Architecture, it has become clear to the Administration, that the not to exceed amount of $75,000 is not sufficient to cover the necessary Architectural and Engineering services for the project. The original proposal from Sklar Architecture, in their response to the RFP, was for $97,500, which was consistent with the other respondents to the RFP, The selection and determination of carpet quality, colors and styles for the different areas of the MBCC is a more complex process which requires more effort on the part of the consultant. Due to this assessment, the Administration recommends that the Agreement with Sklar Architecture be approved for $97,500 and that Resolution 2001-24286, dated March 14,2001, be rescinded. The MBCC Capital Projects Oversight Board met on May 8, 2001 and discussed additional fees for the project. The Board recommended unanimously that the City Commission approve the proposed additional services, The Finance Department reports disbursements of $13,941.174.45 and encumbrances of $1,889,262.29 as of April 30, 2001, from the Convention Center Capital Account Fund Number 441, Therefore, the Administration requests that the Mayor and City Commission authorize the Mayor and City Clerk to execute a Professional Services Agreement, in the amount of $97,500, for the Architecture, Engineering and Interior Design services, for the lobby and entranceways of the Jackie Gleason Theater of the Performing Arts and for the design of the carpet replacement at the Miami Beach Convention Center. , JMGIMD~h T:\AGE~~;;\CONSENT\TOPAMEMO.WPD Attachments / cJool- 2VYC, S CITY OF MIAMI BEACH OFFICE OF THE CITY ATTORNEY MEMORANDUM TO: Robert Parcher City Clerk FROM: Raul J. Aguila & First Assistant City :<\ttorney SUBJECT: Agreement between City of Miami Beach and Sklarchitecture for Professional Architecture, Engineering and Interior Design Services for TOPA Lobby/Entranceways and Carpet Replacement at MBCC DATE: August 16,2001 Pursuant to your request, please note that I have reviewed and recommended that the City Attorney form approve the attached Agreement. As noted, the AlE Consultant, Sklarchitecture, had some minor non-substantive revisions to the Agreement, which were reviewed and approved by the Administration and City Attorney's Office, following consideration of the Agreement by the Mayor and City Commission at their June 6, 2001 meeting. Notwithstanding same, no material provisions of the Agreement have been altered. Accordingly, please forward to the Mayor for his execution. , Should you have any questions or comments regarding the above, please do not hesitate to contact me. RJA\kw F:\ATTO\AGUR\MEMOS\SKLARA&E,RP Attachment AGREEMENT BETWEEN CITY OF MIAMI BEACH AND SKLARCHITECTURE FOR PROFESSIONAL ARCHITECTURAL, ENGINEERING AND INTERIOR DESIGN SERVICES FOR THE LOBBY AND ENTRANCEW A YS OF THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS AND THE REPLACEMENT OF THE CARPET AT THE MIAMI BEACH CONVENTION CENTER JUNE 2001 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 2 1.1 City 2 1.2 City Commission 2 1.3 City Manager 2 1.4 Proposal Documents 2 1.5 Consultant 2 1.6 City's Project Coordinator 3 1.7 Basic Services 3 1.8 The Proj ect 3 1.8.1 The Project Cost 3 1.8.2 The Project Scope 4 1.9 Construction Cost 4 1.9.1 Construction Cost Budget 4 1.9.2 Statement of Probable Construction Cost 4 1.10 Force Majeure 4 1.11 Contractor/Contractors 5 1.12 Contract Documents 5 1.13 Contract for Construction 5 1.14 Construction Documents 5 1.15 Change Order 6 1.16 Additional Services 6 1.17 Work 6 1.18 Services 6 1.19 Base Bid 6 1.20 Schedules 6 1.21 Scope of Services 7 ARTICLE 2. BASIC SERVICES 7 2.5 Planning Services 8 2.6 Design Services 8 2.7 Bidding and Award Services 8 2.8 Construction Phase Services 8 2.9 Additional Services 9 2.10 Responsibility for Claims and Liabilities 9 2.11 Time 9 ARTICLE 3, THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 18 ARTICLE 5. ADDITIONAL SERVICES 19 ARTICLE 6. REIMBURSABLE EXPENSES 20 ARTICLE 7. COMPENSATION FOR SERVICES 21 ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS 23 ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 23 ARTICLE 10. TERMINATION OF AGREEMENT 10.1 Default and Right to Terminate 10.2 Termination for Cause 10.3 Termination for Convenience 10.4 Termination by Consultant 10.5 Implementation of Termination 10.6 Non-Solicitation 24 24 24 25 25 26 26 ARTICLE 11. INSURANCE 27 ARTICLE 12. INDEMNIFICATION 28 ARTICLE 13. VENUE 28 ARTICLE 14. LIMITATION OF LIABILITY 29 ARTICLE 15, MISCELLANEOUS PROVISIONS 29 ARTICLE 16. NOTICE 31 SCHEDULES SCHEDULE "A" - SCOPE OF SERVICES SCHEDULE "B" - CONSULTANT COMPENSATION SCHEDULE "C" - HOURLY BILLING RATE SCHEDULE SCHEDULE "D" - PROJECT SCHEDULE 34 35 36 37 11 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SKLARCHITECTURE FOR PROFESSIONAL ARCHITECTURAL, ENGINEERlNG AND INTERlOR DESIGN SERVICES FOR THE LOBBY AND ENTRANCEW A YS OF THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS AND THE REPLACEMENT OF THE CARPET AT THE MIAMI BEACH CONVENTION CENTER This Agreement made and entered into this & tt. day of JU We ,2001, 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 SKLARCHITECTURE, 141 N, E. 3rd Avenue, 7th Floor, Miami, Florida, 33132 (hereinafterreferred to as Consultant). WIT N E S S Ii: T H: WHEREAS, the City intends to undertake a project within the City of Miami B ch. which is more particularly described in Schedule "A". attached hereto (the Project). to engage the Consultant to provide 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 and interior design services relative to the Project, as hereinafter set forth, including: planning, design, bidding and construction administration services, all as hereinafter stipulated. NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreements 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 a 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 REQUEST FOR PROPOSALS FOR (RFP) No. 127-99/00 issued by the City in contemplation of this Agreement, together with all amendments thereto, if any, and the Consultant's proposal in response thereto (proposal), which is incorporated by reference in this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, this Agreement shall prevail. 2 \.5 CONSULTANT The "Consultant" is herein defined as Ski architecture, 141 N. E. 3rd Avenue, 7th Floor, Miami, Florida, 33132. 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 sub-consultants retained by Consultant pursuant to this Agreement and the Project shall be subject to prior written approval of the City. 1.6 CITY'S PROJECT COORDINATOR The "City's 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. 1.7 BASIC SERVICES "Basic Services" shall include the architectural. engineering and interior design services, as required, for the 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. 1.8 PROJECT The "Project" shall mean that City Capital Project that has been approved by the City Commission and as described in Schedule "A'; attached hereto. 1.8.1 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. 1.8.2 PROJECT SCOPE The "Project Scope" shall mean the description of the Project contained in Schedule "A" attached hereto. 1.9 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 , J 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 no! 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. 1.9.1 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. 1.9.2 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 Probable Construction Cost or detailed cost estimate by the Consultant. 1.10 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; or other causes beyond the parties' control; or by any other such causes which the Consultant and the City decide in writing justify the 4 delay; provided, 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. 1.11 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. 1.12 CONTRACT DOCUMENTS "Contract Documents" shall mean this Agreement; the Agreement between City and Contractor; Conditions of the Contract (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 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. 1.13 CONTRACT FOR CONSTRUCTION "Contract for Construction" shall mean a legally binding agreement with Contractors. 1.14 CONSTRUCTION DOCUMENTS "Construction Documents" shall mean the final plans, specifications, drawings, documents and diagrams submitted by the Consultant pursuant to Article 2.7 and approved by the City. 1,15 CONTRACT AMENDMENT "Contract Amendment" shall mean the written order to the Contractor 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 5 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. 1.16 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. 1.17 WORK "Work" shall mean the work to be performed on the Project by the Contractor, pursuant to the applicable Construction 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. 1.18 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. 1.19 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". 1.20 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 6 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. 1.21 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 5.1 herein respectively. ARTICLE 2, BASIC SERVICES 2.1 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. Consultant shall countersign the Notice to Proceed. 2.2 The Consultant's Basic Services shall consist of five Phases (inclusive of planning, design, bidding/award, construction administration and additional services) as described in attached Schedule A "Scope of Services", 2.3 The Consultant shall coordinate with sub-consultants and other consultants, and conform to all applicable building codes and regulations. Consultant, as it relates to its Services, represents and acknowledges to the City that it is knowledgeable of codes, rules and regulations applicable in the jurisdictions in which the Project is located, including without limitation, local ordinances and codes (City of Miami Beach and Miami-Dade County), Florida Statutes, Administrative rules and regulations, and Federal laws, rules and regulations. The Consultant agrees to comply with 7 all such laws. codes. rules. and regulations now in dl'ect. and as may be amended or adopted at any time during the term of this Agreement. and shall further take into account all known pending changes to the foregoing. of which it should reasonablv be aware. The Consultant shall insel1 the ...... '- ...... "' provisions of all required codes into the Contract Documents. 2.-+ 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. [n 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 it Contract Documents. ? - _.) PLANNING SERVICES: Consultant shall perform Planning Services as noted in attached Schedule "A" entitled "Scope of Services". ~:~d ~E~::::'~:~I~p::"d Sco" of S,~i", ",'"d, ,< ",,,,,,[ O"i,,,l~r Pleglal1'l, the Consultant shall prepare Design Documents as noted in attached Schedule "A" entitled "Scope of Services". The Scope of Services are defined as renovation of the loti. Sheet Auditoriutl.l/D,adl PatlollIcadqtltll tCt'3. lbd\:h:iil.l6 .\0.\ It:4uin::fhclltJ. pailltillg ttIH4 reltoratiofl tl,~ btlildihgi wet'. Lobbv and ntrancewavs of the Jackie Gleason Theater of the Arts and the Replacement of the Carpet at the Miami Beach Convention Center. 2.7 BIDDING AND AWARD SERVICES Consultant shall provide bidding and award services as noted in attached Schedule "A" entitled "Scope of Services". 8 2.8 CONSTRUCTION PHASE SERVICES: Consultant shall furnish Construction Phase Services as noted in attached Schedule "A" entitled "Scope of Services". 2.9 ADDITIONAL SERVICES Consultant shall provide Additional Services as noted in attached Schedule "A" entitled "Scope of Services". 2.10 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 rendered by the City and its employees. 2.11 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: 2.12 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. 2.13 The parties agree that the Consultant's Services during all phases ofthis 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 adjustment to the Project Schedule, made necessary by undue time taken by the City to approve the Consultant's 9 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. 2.14 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 Project Coordinator. it is the intent of this Agreement to allow the Consultant to coordinate the performance of all design and construction work to the extent such coordination by the Consultant is permitted by the Contract Documents 2.15 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. 2.16 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 10 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. 2.17 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 work performed by the Consultant, and the Consultant shall cooperate fully in such review at the City' s request. 2.18 Consultant agrees to certify and warrant all estimates of Construction Cost prepared by Consultant. Said certifications shall be in a form approved by the City. 2.19 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 judgement 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. 2.20 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. 2.21 Consultant agrees to employ and designate in writing. within five (5) calendar days after receiving the Notice to Proceed. a qualified liecl,3ccl experienced 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 of said Project Manager shall not be made without 11 the prior written approval of the City. 2.22 Consultant agrees, within fourteen (14) calendar days ofreceipt 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. 2.23 Consultant herein represents to City that it has expertise in the type of professional services that will be performed 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 all published laws, statutes. 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 judgement to advise City regarding resolution of each such conflict. 2.24 Consultant agrees not to divulge. furnish or make available to any third person. firm or organization, with 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. sub- consultants and sub-contractors to comply with the provisions of this paragraph. 2.25 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 12 identifies the work items, Consultant shall notify the City's Project Coordinator, in writing, in a timely manner, and obtain said Project Coordinator's written consent, before proceeding with the work. The City's Project Coordinator must comply with Contract Amendment processing requirements as outlined in Article 1.15. 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 City's 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 City's 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. 2.26 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 cle,Ctll'l,Cl,t3 drawing files to the City. at the completion of the Project. 2.27 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. 2.28 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. 13 2.29 The Consultant covenants with the City to furnish its Services hereunder properly, in accordance with the standards of its profession and in conformance with all construction, building and heaIth 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 any 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. I The City shall designate in writing a project coordinator to act as the City's representative with respect to 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, in compliance with Article 1.15 requirements, unless approved by the City Manager and/or City Commission, 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. 14 3.2 The City shall assist Consultant by placing at Consultant's disposal all information 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. including any information provided in the City's Request for Qualifications and backup documentation thereto. 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 work 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 City's 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 cionsent of the City's Project Coordinator. said work shall be demed 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 'Mitten notice thereof to the Consultant. 15 3.6 The City shall furnish required information and services and render approvals and decisions in writing as expeditiously 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 ConsuItant 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. 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). 16 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 authorized to issue a Notice to Proceed as referenced in 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. 17 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 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 1.1 0, the City shall have no obligation to exceed the Construction Cost Budget limitations established herein, and, if such budget is exceeded, the City may, at its sole option and discretion, terminate this Agreement without any further liability to the City. 4.3 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 additional cost to the City, in order to bring the bids within five 18 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 City prior to commencement of same. Such authorization shall contain a description of the Services required; an hourly fee, as provided in Schedule "c" with a "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 the 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 ofthe Construction Phase. 19 5.3.3 Providing such other professional services to the City relative to the Project whicharise fromsubsequent 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 for construction, materials, equipment or services, except as otherwise expressly provided for herein. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by the Consultant and the Consultant's employees and consultants in the interest of the Project. All Reimbursable Expenses pursuant to this Article, in excess of $500, must be authorized in advance by the City. 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 The cost oftesting or investigation of underground utilities, if authorized by the City's Project Coordinator. 6.2.2 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 20 reimbursable. 6.2.3 Expenses for reproduction and the preparation of graphics for community workshops 6.2.4 Fees for all City issued permits shall be paid directly by the City. 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) calendar days of receipt and approval of an acceptable invoice by the City's Project Coordinator. Note that payments shall be made in proportion to the Services 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. 7.2 Additional Services authorized in accord with Article 5 will be compensated using the hourly rates set 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 City's Project Coordinator 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's 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". Request for payment of Reimbursables 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 21 IHIRf'f' ~o 7.6 The City shall pay Consultant within fort~, R"8 ( Consultant's proper statement. 7.7 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 sub-consultants 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 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 23 for the specific purpose intended will be without liability to Consultant. ARTICLE 10. TERMINATION OF AGREEMENT 1 0.1 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 in sub-section 10.3 without further liability to the City. I 0.2 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 (2) performs same in bad faith; or (3) unreasonably delays the performance of the Services. upon notice to the Consultant, in writing, seven (7) days prior to termination. In the case of termination by the City for cause, the Consultant shall be 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 perfonned by the Consultant and accepted by the City prior to receipt ofa Notice of Termination. shall be made in accordance with 24 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 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 writingfourteen (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 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 ofa Notice of Termination shall be made in 25 accordance with Article 7 herein. In the case of termination by Consultant for cause, the City shall be granted a thirty (30) day cure period after receipt of written notice from the Consultant. 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience of the Consultant. 10.5 IMPLEMENTATION OF TERMINATION In the event of termination, either for cause or for convenience, the Consultant, upon receipt ofthe 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 City, 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. 10.6 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 26 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) Architects and Engineers Professional Liability Insurance in the amount ofPive Hundred Thousand ($500,000.00) Dollars per occurrence. Consultant shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance Policy. (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 City Manager. 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. 27 ARTICLE 12. INDEMNIFICATION 12.1 In consideration of a separate and specific consideration of $1 0.00 and other good and valuable consideration the receipt of which is hereby acknowledged, the Consultant hereby agrees to indemnify. defend and hold the City and its employees. agents and authorized representatives harmless with respect to any and all costs. claims. damages and liability which may arise out of the performance of this Agreement as a result of any negligent acts. errors or omission of the Consultant, or the Consultant's subconsultants. or any other person or entity under the direction or control of Consultant. The Consultant shall pay all claims and losses arising out of Consultant's negligent acts. errors or omissions and shall defend all suits. in the name of the City, its employees, agents and authorized representatives when applicable. including appellate proceedings. and shall pay all costs, judgments and attorneys' fees which may issue thereon. 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. 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 Citv's liabilitv for anv cause of action for money damages due to an alleged breach bv 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 tenns 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 28 to a maximum amount of the fee for Services agreed upon under the terms ofthe 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 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 shall govern this Agreement. ::::::::;:i~::::'::.~::~~:':::~:';':~:'~~':~'~ii':;U-- CUll'en! a3 eftLe: elate 0[t111:3 .l\~Ie"ll1cfit. ., 15.3 EQUAL OPPORTUNITY EMPLOYMENT AND SDBE 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 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. 29 15.4 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes). a person or atliliate 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 Consultant's debarment. 15.5 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person. other than a bona tide 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 tide 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. 15.6 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. 15.7 The Consultant, its consultants, agents and employees and sub-consultants, shall comply 30 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. 15.8 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. 15.9 This document incorporates and includes all pnor 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: Jorge E. Chartrand, Capital Projects Coordinator City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 and when necessary to the Office of the City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 31 All written notices given to the Consultant from the City shall be addressed to: TlllgllSh, PI ineiplll SKLARchitecture, 141 N.E. 3rd Avenue, 7th Floor, Miami, FL, 33132, Attn: Ari Sklar, AlA, President All notices mailed to either party shall be deeme-d to be sufficiently transmitted if sent by certified mail, return receipt requested. 32 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 to by their respective witnesses and City Clerk on the day and year first above written. Attest: MAYOR fikr p~ CITY CLERK I Witness CONSULTANT Signature Print Name k~l~('~ Print Name and Title Witness Signature /' /" ,I 2~ ,- ~ Signature J J~e ~I~ ~f) ~CX ewpv(1~~ Print Name and Title Print Name NfMw~AllO FORM a LANGUAGE a FOR EXECUTION ~. 5Jl'3h/ << Date 33 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SKLARCHITECTURE SCOPE OF SERVICES Jackie Gleason Theater ofthe Performing Arts Interior Design Services to enhance the Lobby and Entrance ways of the Jackie Gleason Theater of the Performing Arts (TOPA) which will include wall coverings, carpet, ceiling treatment, lighting and furnishings. Renovation of two existing concession bars (wet bars); two existing coffee bars which will be renovated and become more permanent; two bars which will be added in the front lobby; one bar which will be added in the center lobby; and two new bars (not wet) which will be added at a position not yet determined. One concierge desk with cabinet space will be added; and one novelty display counter with storage and display counter will be added. Additional lighting such as chandelier or fiber optic lighting will be added to the main lobby. An area dedicated to the history of memorabilia and to contain items related to the history of the Theater will also be studied and provided if the budget allows. Design at the George Abbot Box Office a new built-in brochure rack with storage, wall mounted display cases with specialty lighting, and glass entrance doors to separate from Main Lobby. Renovation of the existing wet bar in the Jackie Gleason Founders Room, adding glass doors to separate from the Main Lobby and adding specialty lighting such as neon or fiber optic lighting. Two new bars will replace the existing bars at the Second Level in the Center Lobby. There will be four additional bars (not wet) at locations to be determined if budget allows. Additional lighting will also be provided budget permitting. At the Third Level, there will be four additional bars (not wet) at locations to be determined if budget allows. Additional lighting will also be provided budget permitting. All engineering modifications required to complete the changes described above are included in the Agreement. Miami Beach Convention Center Complete replacement of carpeting in the building which will include materials selection, specification and observation of installations. Different carpet patterns and colors will be designed for the different areas and rooms. 34 SCHEDULE B PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SKLARCHITECTURE CONSULTANT COMPENSATION Fee Schedule: Jackie Gleason Theater of the Performing Arts Interior Design Services Reimbursables Sub-total $72,000 $ 1. 000 $73,000 Payment Schedule Preliminary Design Design Completion Sixty Percent (60%) Construction Documents Ninety Percent (90%) Construction Documents One Hundred Percent (100%) Construction Documents Bidding and Permitting Construction Observation and Administration Sub-total $11,520 $11,520 $11,520 $11 ,520 $11,520 $ 4,600 $10.800 $73,000 Construction with contingency is budgeted at $650,000. Additional Services, as described in Section 2.9, will be billed in accordance with the hourly rates in Schedule "C". Any Additional Services shall be approved in advance by written authorization from the City Manager or the City Commission as applicable. Miami Beach Convention Center Carpet Replacement - Design and Construction Documents Reimbursables Sub-total $24,000 $ 500 $24,500 Payment Schedule Selection of Carpet Design Completion of Documents and Placement of Purchase Order Installation Observation and Completion Reimbursables (as required) Sub.total $10,000 $10,000 $ 4,000 $ 500 $24,500 Carpet Replacement is budgeted at $1,069,900. Total fee for the services will be $97,500 35 SCHEDULE C PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SKLARCHlTECTURE HOURLY BILLING RATE SCHEDULE SKLARCHlTECTURE Principal Interior Designer/Coordinator Project Manager Job Captain Cadd Operator Clerical $130.00 per hour $ 95.00 per hour $ 80.00 per hour $ 65.00 per hour $ 55.00 per hour $ 35.00 per hour COVENANT ENGINEERING Principal Project Engineer Draftsperson $ 95.00 $ 80.00 $ 50.00 per hour per hour per hour 36 SCHEDULE D PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SKLARCHITECTURE ESTIMATED PROJECT SCHEDULE JACKIE GLEASON THEATER OF THE PERFORMING ARTS INTERIORS Task Description: Calendar days after Notice to Proceed Phase I Research and Preliminary Design 60 Days Phase II Design Completion 60 Days Phase III Construction Documents 30% 30 days 60% 30 days 90% 60 days 100% 30 days Phase IV&i~~~ir:J Selec~ion 150 Days Phase V Construction Administration ~ ~ G:o .)G-:Days fSV-l~ Total 480 Days 37