Loading...
HomeMy WebLinkAboutAgreement Hargreaves Assoc Inc "00.("- -Z-S-7 <i(q f< r...-"..,.',...,tVl'"-D r\ t~ I.... t:. I C '?m"l i!!i P i) I "'I" i>J I.. n 9 L 'J'_' 'p I H',' \ t... I I Lit u f\i; ,-; I v- ,I) " L_ ClTY OF ~q r,1'-~l BE A CH cJ\r~~"i. L r.~';L NT PRU...;ECTS AGREEMENT BETWEEN CITY OF MIAMI BEACH AND HARGREAVES ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (A / E) SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 39-03/04. FOR THE PLANNING PHASE OF SOUTH POINTE PARK IMPROVEMENT PROJECT FEBRUARY 2005 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT TABLE OF CONTENTS PAGE 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 5 5 5 5 6 6 DESCRIPTION ARTICLE 1 DEFINITIONS 1.1 City 1.2 City Commission 1.3 City Manager 1.4 Proposal Documents 1.5 Consultant 1.6 City's Project Coordinator 1.7 Basic Services 1.8 The Project 1.8.1 The Project Cost 1.8.2 The Project Scope 1.9 Construction Cost 1.9.1 Construction Cost Budget 1.9.2 Statement of Probable Construction Cost 1.10 Force Majeure 1.11 Contract Documents 1.12 Contract Amendment 1.13 Additional Services 1.14 Basic Services 1.15 Schedules 1.16 Scope of Services ARTICLE 2. 2.1 2.2 2.3 2.4 BASIC SERVICES Basic Services Additional Services Responsibility for Claims and Liabilities Time 6 7 7 7 7 ARTICLE 3. THE CITY'S RESPONSffiILITIES 12 ARTICLE 4. ADDITIONAL SERVICES 16 ARTICLE 5. REIMBURSABLE EXPENSES 17 ARTICLE 6. COMPENSATION FOR SERVICES 18 ARTICLE 7. CONSULTANT'S ACCOUNTING RECORDS 20 ARTICLE 8. OWNERSHIP AND USE OF DOCUMENTS 20 ARTICLE 9. TERMINATION OF AGREEMENT 21 ARTICLE 10. INSURANCE 23 ARTICLE 11. INDEMNIFICATION 24 ii SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT ARTICLE 12. VENUE 25 ARTICLE 13. LIMITATION OF LIABILITY 25 ARTICLE 14. MISCELLANEOUS PROVISIONS 26 ARTICLE 15. NOTICE 28 ATTACHED SCHEDULES: SCHEDULE "A" - SCOPE OF SERVICES SCHEDULE"B" - CONSULT ANT COMPENSATION SCHEDULE "C" - HOURLY BILLING RATE SCHEDULE SCHEDULE "D" - PROJECT SCHEDULE 30 31 32 33 iii SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AJE CONTRACT TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULT ANT HARGREAVES ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (AlE) SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. RFQ No. 39-03/04. FOR THE PLANNING PHASE OF THE SOUTH POINTE PARK IMPROVEMENT PROJECT This Agreement made and entered into this ~ day of J M u /#-It '" ' 2005, 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 Hargreaves Associates, Inc. a California corporation, having its principal office at 398 Kansas St, San Francisco, California, 94103 (hereinafter referred to as Consultant). WIT N E SSE T H: 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" Scope of Services, and wishes to engage the Consultant to provide architecture, landscape architecture, and/or 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, landscape architectural, and/or engineering and related professional services relative to the Project, as hereinafter set forth. NOW THEREFORE, City and Consultant, in consideration ofthe mutual covenants and agreements herein contained, agree as follows: 1 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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 governmg 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 REQUEST FOR QUALIFICATIONS No. RFQ No. 39-03/04. to provide architectural, engineering, design, permitting assistance, and construction administration services needed to plan, design, and construct for the South Pointe Park Improvement Project, 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. 1.5 CONSUL T ANT: The "Consultant" IS herein defined as Hargreaves Associates, Inc., a California corporation, having its principal office at 398 Kansas St, San Francisco, California, 94103. 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 2 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT pursuant to this Agreement and the Project shall be subject to prior written approval of the City. The following subconsultants were included in the Consultant's Proposal and are hereby approved by the City for the Project: 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. 1.7 BASIC SERVICES: "Basic Services" shall include the architectural, landscape architectural, and/or engineering and related professional services required to complete the planning phase of the Project, as described in Article 2 herein and in Schedule "A" entitled "Scope of Services," attached hereto. 1.8 THE PROJECT: The "Project" shall mean the City Capital Project named the "South Pointe Park Improvement Project" that has been approved by the City Commission and as described in Schedule "A" entitled "Scope of Services", attached hereto. 1.8.1 THE 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 costs, materials testing services, surveys, contingencies and other miscellaneous costs. 1.8.2 THE PROJECT SCOPE: The "Project Scope" shall mean the description ofthe Project contained in Schedule "A" entitled "Scope of Services", 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 specified by the Consultant and approved by the City, including, at current market rates 3 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT (with a reasonable allowance for overhead and profit), the cost oflabor 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. 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" entitled "Scope of Services", 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. 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; 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, 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. 4 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 1.11 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement. A Modification is defined as a written amendment to this Agreement signed by both parties 1.12 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 ifthey 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. 1.13 ADDITIONAL SERVICES: "Additional Services" shall mean those servIces described in Article 4 herein, which have been duly authorized in writing by the City Manager prior to commencement of same. 1.14 BASIC 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. 1.15 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 5 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AJE CONTRACT 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. 1.16 SCOPE OF SERVICES: "Scope of Services" shall mean the Project Scope as described in Schedule "A" entitled "Scope of Services", attached hereto, together with the Basic Services and any Additional Services approved by the City, as described in Articles 2 and 4, respectively herein. 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 discussed in attached Schedule "A" entitled "Scope of Services." The Consultant's Basic Services shall consist of the Services described in attached Schedule "A" entitled "Scope of Services." 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 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 6 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 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 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 Contract Documents. 2.1 BASIC SERVICES: Consultant shall perform all servIces described in Schedule "A" entitled Scope of Services, attached hereto, which include all Planning Services Tasks and one Design Services phase Task, Task 2.1, "Field Verification of Existing Conditions." 2.2 ADDITIONAL SERVICES: Consultant shall provide Additional Services as noted in the attached Schedule "A" entitled "Scope of Services." 2.3 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. 2.4 TIME: It is understood that time is ofthe essence in the completion of 7 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AJE CONTRACT this Project, and in this respect the parties agree as follows: 2.4.1 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. 2.4.2 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 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. 2.4.3 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 Project Coordinator, and others that have been contracted to perform Services and I or Work pertaining to the Project. The Services to be provided by Consultant under this Agreement will be provided under the general direction of the Project Coordinator. 2.4.4 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. 2.4.5 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 8 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 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 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. 2.4.6. 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 Consultant, and the Consultant shall cooperate fully in such review at the City's request. 2.4.7 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. 2.4.8 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 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. 2.4.9 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. 9 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 2.4.10 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. Consultant further agrees to obtain a binding agreement with its Project Manager providing a minimum of six (6) months notice before assuming a different position; said notice may be waived by the City at its discretion. 2.4.11 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 cause-,- 2.4.12 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, 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. 2.4.13 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- 10 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT public information concerning Services to be rendered by Consultant hereunder, and Consultant shall require its employees, agents, sub consultants and subcontractors to comply with the provisions of this paragraph. 2.4.14 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 1.12, 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. 2.4.15 Consultant shall establish, maintain and categorize in accordance with City CIP central filing system, files of documents, letters, reports, prepare and take minutes of every meeting, 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. 2.4.16 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 responsible to the City for any failure in its performance except to the extent that acts or 11 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT omissions by the City or others make such performance impossible. 2.4.17 In the event Consultant is unable to timely complete the Project because of delays resulting from untimely review by City or other govemmental 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. 2.4.18 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 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 1.12 requirements, including but not limited to the following: a) The Scope of Services to be provided and performed by Consultant hereunder; 12 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 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 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, but not limited to, any information provided in the Proposal 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. Work 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 originallevel 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, attached hereto. 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. 13 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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 thereofto 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. 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 14 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 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 authorized to issue a Notice to Proceed, as referenced in Article 2 and attached Schedule "A", entitled "Scope of Services." 15 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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. ADDITIONAL SERVICES 4.1 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 and or lump sum, 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. 4.2 The term "Additional Services" includes services involving the Consultant or any sub consultants 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. 16 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 4.3 Additional Services may consist ofthe following: 4.3.1 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. 4.3.2 Preparing documents for Change Orders, or supplemental Work, initiated at the City's request and outside the scope of the Work specified in Schedule A, Scope of Services. 4.3.3 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. ARTICLE 5. REIMBURSABLE EXPENSES 5.1 Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by the Consultant in the interest of the Project. 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". 5.2 Expenses subject to reimbursement in accordance with the above procedures may include the following: 5.2.1 The cost of testing or investigation of underground utilities, if authorized by the Project Coordinator. 17 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 5.2.2 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 reimbursable. 5.2.3 Expenses for reproduction and the preparation of special graphics for community workshops 5.2.4 Permit fees for all necessary City of Miami Beach agenCIes having jurisdiction over this Project shall be waived by the City. Other permit fees shall be paid by the City. ARTICLE 6. COMPENSATION FOR SERVICES 6.1 This Agreement is a Lump Sum Agreement. The Consultant shall be compensated at a Lump Sum not to exceed fee as listed in Schedule "B" for Basic Services, which for invoicing and tracking purposes, is based on the "Hourly Rate Schedule" presented in Schedule "C". Payments for Basic Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Note that Payments shall be made in proportion to the Services satisfactorily performed 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. 6.2 Additional Services authorized in accord with Article 4 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 6.1 above. All Additional Services must be approved by the Project Coordinator prior to commencement of same, as noted in Article 4. Under no circumstances shall the "Not to Exceed" amount noted in Schedule "B" be exceeded without prior written approval from the Project Coordinator. No markup shall be allowed on subcontracted Additional Services. 18 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AJE CONTRACT 6.3 Reimbursable Expenses, as defined in Article 5, shall be paid up to the "Not to Exceed" amount noted in Schedule "B". Request for payment of Reimbursable Expenses shall be included with the monthly Basic Services payment request noted in Article 6. Proper backup must be submitted with all reimbursable requests. No markup or administrative charges shall be allowed on Reimbursable Expenses. 6.4 The City and the Consultant agree in accordance with the terms and conditions of this Agreement that: 6.4.1 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. 6.4.2 Commencing on October 1, 2004, 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%). 6.5 No retainage shall be made from the Consultant's compensation on account of sums withheld from payments to Contractors. 6.6 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 as per Lump Sum Contract. In the event sub consultant 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 ofthe City is required for Reimbursable Expenses, a 19 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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. 6.7 The City shall pay Consultant within forty-five (45) calendar days from receipt of Consultant's proper statement. 6.8 Final payment of the Consultant upon Project completion must be approved by the Mayor and City Commission. ARTICLE 7. CONSULTANT'S ACCOUNTING RECORDS 7. 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 8. OWNERSHIP AND USE OF DOCUMENTS 8.1 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 ofthis Agreement, or termination or abandonment ofthe Project. 20 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 8.2 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 9. TERMINATION OF AGREEMENT 9.1 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. 9.2 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. 9.2.1 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 (per original contract) 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. 9.2.2 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 6 herein and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 6. 21 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 9.2.3 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. 9.2.4 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. 9.3 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 6. 9.4 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 of a Notice of Termination shall be made in 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. 9.4.1 The Consultant shall have no right to terminate this Agreement for convenience of the Consultant. 22 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 9.5 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. 9.6 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 10 INSURANCE 10.1 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) Pro fes sional 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 23 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 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. 10.2 Consultant must give thirty (30) days prior written notice of cancellation or of substantial modifications in the insurance coverage to the Project Coordinator. 10.3 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. 10.4 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 11. 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 24 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT by the Consultant in the performance of the Agreement. This Article 11, and Consultant's indemnification contained herein, shall survive the termination and expiration of the Agreement. ARTICLE 12. VENUE 12. 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. 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 13. LIMITATION OF LIABILITY 13.1 The City desires to enter into this Agreement only ifin 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. 25 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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 14. MISCELLANEOUS PROVISIONS 14.1 The laws of the State of Florida shall govern this Agreement. 14.2 Equal Opportunity Emplovment 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. 14.3 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 26 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT 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. 14.4 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 liabilityat its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 14.5 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. 14.6 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 10cal, state and national boards, bureaus and agencies as they reI ate to this Project. 14.7 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. 27 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT 14.8 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 15. NOTICE 15. All written notices given to City by Consultant shall be addressed to: City Manager's Office c/o Assistant City Manager Robert Middaugh City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 With a copy to: Jorge Chartrand Capital Improvement Projects Director Capital Improvement Projects Office City of Miami Beach 1701 Meridian Avenue, Suite 201 Miami Beach, Florida 33139 28 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT All written notices given to the Consultant from the City shall be addressed to: Gavin McMillan Hargreaves Associates, Inc. 118 Magazine St Cambridge, MA 02139 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorize officers and principals, attested by their respective witnesses and City Clerk on the ear first hereinabove written. Attest t&J ~Md~ MAYOR CITY CLERK Attest CONSULTANT HARGREAVES ASSOCIATES, INC. ~ ~:~~ APPROVED AS TO FORM & LANGUAGI & FOR EXECUTION .~.. A .JlS ~(Y .....-- 29 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI AND HARGREAVES ASSOCIATES SCOPE OF AlE CONSULTANT SERVICES 30 SCHEDULE A CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT SCOPE OF AlE CONSULTANT SERVICES CONSULTANT: HARGREAVES ASSOCIATES Program Background The City of Miami Beach (CITY) has developed its multi-million dollar, multi-year "Planned Progress" Capital Improvement Program to rebuild the City's existing roads, infrastructure, utilities, parks and facilities, and to build new capital projects where they are needed. The Program will dramatically improve the quality of life of the City's residents and complement the enormous amount of private reinvestment that has taken place in the City. One of the projects included in the "Planned Progress" program is the South Pointe Park Improvement Project. Project Background Since the City's Parks Bond Master Plan was issued n 1995, there have been various efforts to consider and plan improvements to South Pointe Park. Because of ongoing dramatic land use and demographic changes in the immediate area around the Park, the planning of these improvements has been delayed. The recent agreement between the City and the private landowner adjacent to the park provides for a transfer of approximately two additional acres to the Park. Now that the final configuration of the Park has been determined, and that the final development of the land surrounding the Park has been determined, this is an optimal point to begin designing the final South Pointe Park Improvement Project. In addition, the successful 2004 County G.O. Bond referendum added another $5 million dollars to the Park Project resulting in a total Project budget of $10.2 million dollars. Of this, the Target Construction Budget is approximately $8 million. The City has undertaken a competitive consultant selection process that has resulted in the selection of Hargreaves Associates as the CONSULTANT which will provide the necessary services outlined in this Scope of Services. At this time the Scope of Services for the Planning of the South Pointe Park Improvement Project includes the following: Provide the planning, urban design, architecture, landscape architecture, and engineering services required to identify and plan comprehensive improvements to the City of Miami Beach's South Pointe Park. Anticipated improvements include landscaping, irrigation, recreational areas, walkways, rest rooms, signage, support structures, parking, lighting, seawall improvements, bay walk, water features, natural/historic/maritime information interpretive features, and concession areas and appropriate accessory park commercial uses and any other Park elements or public facilities determined to be required or desired by the City during the planning process. The CONSULTANT will collaborate with an artist to identify opportunities to place passive and interactive art elements that will be a significant component of the Project. In identifying optimal Park improvements, the CONSULTANT will consider improvements described in the 1995 "City of Miami Beach Parks Master Plan" and those identified in community workshops previously held by the City on the Project. The professional services provider will also undertake original planning and design analysis and hold additional community workshops to identify all potential improvements and determine those to be implemented. An optimal master plan of improvements shall be identified in a Basis of Design Report (BOOR). It is required that this BOOR will be completed by July 28, 2005 to enable the City to potentially take advantage of the City's agreement with the adjacent property developer to design and construct the planned improvements at the cost of said improvements with no mark up. The Park boundary shall include any or all of a substantial portion of the adjacent "Alaska parcel" property, consisting of approximately 2 .:t acres and the unifying Washington Avenue Extension that connects the park to the Alaska Parcel that is being contemplated for addition to the Park as will be ultimately determined by the City. The scope of the Park improvements may include any of the above-identified improvements on this additional Park area. Required professional services will include any urban design services needed to successfully integrate this additional park area into the existing Park, to establish optimal pedestrian connections both within the Park and between the Park and the surrounding area, and to design Park improvements in a manner that creates an optimal relationship between said improvements and the surrounding urban fabric including built structures, open space, view corridors, roadways, and pedestrian ways. At this time, the Scope of Services for the Project is limited to the Planning Phase (Task 1), one sub-task of the Design Phase (Task 2.1), and Reimbursable Expenses (Task 6) as identified below. However, the CITY may at it's option within 60 days of the completion of the Basis of Design Report, accept the CONSULTANT'S fee to extend the Scope of Services to include the following: · detailed design services, . bidding and award services · construction administration services. Refer to Schedule B. TASK 1 -PLANNING SERVICES The purpose of this Task is to develop a concept plan that meets the City's functional requirements, addresses community input, and stays within established schedule and cost parameters. The planning phase of the Project will include the following major tasks: (1) Project Kick -Off Meeting; (2) Visioning Session to clarify project goals and confirm Project Budget; (3) Site Reconnaissance Visit and Development of Design Concept Alternatives; (4) two Community Design Workshops to provide residents the opportunity to participate in the planning process; and (5) the preparation and presentation of a Basis of Design Report (BODR) for approval by the Mayor and City Commission. A final Basis of Design Report shall then be prepared summarizing the accepted design concept, budget level cost estimate and implementation schedule as noted in Task 1.8. To facilitate the implementation of a Public Information Program, CONSULTANT shall provide electronic files of all project documents, as requested by CITY. Task 1.1 - Proiect Kick-Off Meetina: CONSULTANT shall meet with CITY to review existing planning documents and receive copies of available reference documents. CITY shall provide general specific information regarding procedures and direction. Based on this meeting CONSULTANT will schedule a reconnaissance visit of the Project site(s). Del iverables: . Attend Project kick-off meeting. Schedule: . Within 7 calendar days of Task 1 - Planning Phase Notice-to- Proceed. Task 1.2 - Proiect Site Reconnaissance Visit: CONSULTANT shall attend a reconnaissance site visit. The site visit will be attended by CONSULTANT and CITY staff. The intent of this task is to facilitate CONSULTANT's understanding of the project needs. Based on the results of the site visit, CONSULTANT shall prepare 3 possible design strategies that are responsive to the project program, budget and schedule. The CITY has performed certain planning efforts that identified potential locations and types of improvements anticipated. These efforts are summarized in the RFQ. Deliverables: - Attend reconnaissance project site visit. Schedule: . Within 14 calendar days of completion of Task 1.1 services. Task 1.3 - Attend "Visioning" Session and Development of Concept Alternatives: After conducting the Project site visit and developing design concept alternatives and cost estimates, CONSUL T ANT shall attend a half-day "Visioning" session to be scheduled with representatives of the CITY. The purpose of the "Visioning" session shall be to clarify Project goals to prepare for the Community Design Workshops. Issues to be discussed shall include the proposed alternatives, budget and schedule. The CITY may also arrange meetings with Collaborative working Groups and utility companies/agencies and the CONSULTANT shall attend and minute the meetings. The CONSULTANT shall assemble a minimum of three graphic images identifying alternative Project design concepts. At least two of the images shall present proposed improvements possible under current budget limitations. The other image shall reflect additional levels of potential improvements that may be possible should additional funding become available. In addition, CONSULTANT shall prepare preliminary "budget" level cost estimates (+30%, -15% as defined by the American Association of Cost Engineers) for each alternative treatment indicating opinions of probable cost. Estimates shall present costs by category types (Le. paving, lighting, landscaping, etc.) and shall be prepared in a Microsoft Excel Spreadsheet format. Deliverables: - Attend "Visioning" session with representatives from CITY. - Develop three alternative design concepts. - Develop "budget" level cost estimates for each concept. Schedule - Within 30 calendar days of Task 1.2 completion. Task 1.4 - Review Meetina Prior to Community Desian Workshops: CONSULTANT shall meet with applicable CITY Staff to ensure that any and all concerns regarding Project scope, schedule and cost parameters are addressed prior to scheduling the Community Design Workshops. CONSULTANT shall prepare and distribute meeting minutes, accordingly. Deliverables: - Meet with representatives of CITY during Tasks 1.1 through 1.3 work. Schedule - Through completion of Task 1.1 through 1.3 work. Task 1.5 - Community Desian Workshops: Design workshops provide an opportunity for City residents to participate in the planning process for projects in their respective neighborhoods. To this end, a series of two (2) community workshops shall be conducted. CITY will schedule, find locations for, and notify residents of all such meetings. CONSULTANT shall prepare all materials for presentation at each workshop. At a minimum these shall include "full size" graphics, a summary of cost estimates, workshop agendas, and requisite handouts of each. CONSULTANT shall prepare draft meeting minutes and forward them to the CITY who shall finalize and distribute accordingly. Each workshop is intended to address specific design issues as follows: Task 1.5.1 Community Design Workshop No. 1 - The first workshop is intended to provide community residents with a review of the proposed Project scope, budget and schedule and create a consensus plan with community concurrence. CONSULTANT shall prepare full size presentation graphics illustrating the Site Analysis Maps and Design Concept Alternatives developed under Tasks 1.2 and 1.3. As previously noted, the alternatives shall present proposed improvements possible under current budget limitations. In addition, graphics shall be prepared presenting a summary of probable costs for the various improvements and the workshop agenda. "Budget" level cost estimates shall be +30%, -15% as defined by the American Association of Cost Engineers. Based on this data, CONSULTANT shall present the preliminary planning information to attendees. CITY Staff will also attend these meetings, and assist CONSULTANT with responses to resident questions, as applicable. CONSULTANT shall note reasonable design revision requests from residents for review and incorporation into the proposed plan. Due to the fixed nature of Project funding, budget limits must be adhered to. CONSULTANT shall be prepared to discuss budgets and the various impacts of resident requested revisions on such, accordingly. Deliverables: - Prepare materials, attend and conduct Community Design Workshop NO.1 Schedule: - Within 30 calendar days after completion of Task 1.3 Task 1.5.2 Community Design Workshop No.2 - The second workshop is intended to present community residents with the selected design concept, budget and schedule based on the input received during Workshop No. 1. CONSULTANT shall prepare full size presentation graphics illustrating the selected design concept, along with a summary of probable costs for the improvements and the workshop agenda. The selected design concept shall be presented and shall illustrate proposed improvements possible under current budget limitations. "Budget" level cost estimates shall be +30%, - 15% as defined by the American Association of Cost Engineers. Based on this data, CONSULTANT shall present the information to attendees. CITY Staff will also attend these meetings, and assist CONSULTANT with responses to resident questions, as applicable. CONSULTANT shall note that the design concepts presented during this meeting are considered "near final" and CITY will consider only minor design revision requests from residents for review and incorporation into the proposed plan. Deliverables: - Prepare materials, attend and conduct Community Design Workshop NO.2 Schedule - Within 30 calendar days of Community Design Workshop No.1 Task 1.6 - Basis of Desio" Report (DRAFT): CONSULTANT shall prepare a draft Basis of Design Report (BOOR) presenting the results of the Community Design Workshops and final design concept plan. The BOOR will include a summary of findings and a Site Plan illustrating all proposed improvements, inclusive of demolition, utilities, buildings, lighting and landscape. Where required, CONSULTANT shall perform a study to determine the most desirable routing for proposed underground improvements. The BOOR shall include sufficient detail in plans, sections, notes and key descriptions to facilitate review by the various CITY permitting and planning divisions discussed in Task 1.7. The draft BOOR shall also include discussions and graphiCS illustrating: · A Project implementation plan, inclusive of demolition, utilities, buildings, landscape, lighting and landscape construction with a discussion of expected impacts to the facility operations. · A detailed description of all proposed improvements. · A "budget" level cost estimate prepared in conformance with format approved by CITY. Estimates shall be provided for both current phase and future (unfunded) improvements. Based upon CONSULTANT's cost estimate, CITY shall advise CONSULTANT if portions of the Project need to be deleted, phased and/or bid as alternate bid items to satisfy existing fiscal constraints. CONSULTANT shall revise BOOR to reflect such issues accordingly. · A schedule for implementing the Project itemized phase by phase (design, bid, award, and construction) including critical issues and the time period allowed for resolving each issue. The schedule shall be prepared in "Primavera Project Planner, Version 3.0" format, SureTrak, or other format specified and provided to the CITY. . Discussion regarding permitting authorities having jurisdiction over Projects and provide a list of permits typically retained by the City, as Owner, and/or the Contractor. Unique and/or special permitting requirements shall be identified as well as permitting fees. Oeliverables: - Prepare 25 copies of the draft BOOR. Schedule: . Within 45 calendar days from completion of Community Design Workshop NO.2. Task 1.7 - Review of BOOR with CITY Divisions: CONSULTANT shall meet to present and review the draft BOOR with the following review agencies: . City of Miami Beach Departments, to include representatives of the Fire, Police, Planning, Parking, Building Department, Parks Department, Public Works. . City of Miami Beach Planning Review Board if necessary . City of Miami Beach Design Review Board . City of Miami Beach City Commission CITY shall attend review meetings and assist CONSULTANT, as practicable, in obtaining approvals from noted review agencies by participating in negotiations with such authorities. CONSULTANT retains final responsibility for obtaining approval of all required applications, and for making agency required revisions to obtain necessary approvals. It is recognized by CITY that the various agency's review time and assessments based on interpretation are beyond the control of CONSULTANT, except for issues concerning the acceptability of the proposed design concepts and Consultant's ability to respond to review agency comments. CONSULTANT shall address and respond to comments received from the various reviews in writing, and implement requested revisions into the draft BOOR, as directed by CITY, within fourteen (14) calendar days of receipt of comments, unless agreed to otherwise with CITY. CONSULTANT shall draft meeting minutes and forward them to CITY, who shall finalize and distribute accordingly. Deliverables: . Attend BOOR review meetings with noted committees. - Prepare draft meeting notes. - Address comments and revise BOOR accordingly. Schedule: - Within 30 calendar days of draft BODR completion. Task 1.8 . Final Basis of Desion Report: CONSULTANT shall prepare a final BODR based on comments and revisions implemented during the reviews with the various CITY Divisions. The final BOOR will serve as the basis for development of detailed design documents as discussed in Task 2. Deliverables: . Prepare 25 copies of a final BODR. Schedule: - Within 30 calendar days after completion of reviews noted in Task 1.7. TASK 2 -DESIGN SERVICES The purpose of this Task is to prepare of contract documents for the Project. Only one sub. task of this Task, Task 2.1 . Field Verification of Existing Conditions, is included in this Scope of Services. Task 2.1 requires that CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps as required to successfully complete the Planning Phase. To facilitate the implementation of a Public Information Program, CONSULTANT shall provide electronic files of all Project documents, as requested by CITY. Task 2.1 . Field Verification of Existino Conditions: CONSULTANT shall perform a detailed topographic survey of the existing Project areas to be impacted by construction activities under the scope of this Project. The survey shall be performed by a Certified 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 AutoCAO Version 14 format with a layering system as approved by CITY. As a minimum, the survey shall address the following: . Topographic survey shall consist of establishing a baseline with 100-foot stations, and identify sectionalized land corners. Baseline of survey shall be tied into the sectionalized land monuments. . CONSULTANT shall set benchmarks at convenient locations within the Project site to be used during both the design and construction phases of the Project. At a minimum, permanent benchmarks shall be set at corners of the Project site. CONSULTANT shall tie-in at least two existing County benchmarks. The benchmarks shall be derived from existing government benchmarks and be carried into the proposed system using Second Order, Class II procedures. A full listing of benchmark locations shall accompany the survey data. . CONSULTANT shall locate and identify all the existing surface improvements ; topographic features that are visible within the Project site, such as the following: ~ Existing valve boxes, water; electrical meter boxes, electrical pull boxes, telephone; cable risers, fences, hydrants, roof drains, 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, landscaping plant materials and driveway construction materials. Landscaping materials with a trunk diameter greater than 6 - inches in diameter shall be identified. ~ All buildings including overall dimensions and finished floor elevations. . Survey limits shall include the entire Project site and an additional overlap of 10 feet on either side of the property line. . Topographic survey; base map shall be prepared in AutoCAD version 14.0 and submitted on a 3.5-inch diskette or CD with one copy on 24-inch by 36-inch bond paper to the CITY. 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. . Indicate geometry of perimeter private property plats (inclusive of fences, landscaping and driveways). Upon completion of the survey, CONSULTANT shall forward the same to the following agencies with a request to mark ; identify their respective utilities on the survey base map. CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of all underground utilities. CONSULTANT shall incorporate utility owner markups; edits into its survey base map file. 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 . BellSouth . Charter Communications . Natural Gas Utility . Miami-Dade Public Works Department . Miami-Dade Water and Sewer Authority . Others as deemed necessary by the City Based on the collected data, CONSULTANT shall develop base plans showing the existing conditions of the Project site which will be used both in the Planning Phase covered by this Agreement and, if applicable, in the subsequent design phases of the Project (as may be negotiated, if at all, in a future agreement between CITY and CONSULTANT for design and construction phase services). The site plans shall include an overall key map and partial plans scaled at 1-inch equals 20 feet. CONSULTANT shall illustrate proposed improvements on the site plans based on available planning documents provided by CITY. A subsequent review shall be scheduled with CITY staff to determine locations where additional field verifications, via "Soft-Dig" underground identification services, may be implemented. As a minimum, a $5,000 underground improvements verification budget allowance shall be included under this Scope of Services. Unused amounts in this allowance shall be credited back to the CITY upon completion of the Services contemplated in this Agreement. CONSULTANT shall prepare final site plans based on the information gathered herein. Copies of base maps shall be distributed to CITY. Deliverables: . Perform forensic work as noted to develop final base maps. Deliver five (5) sets of site plans to the CITY. Schedule: - Task shall be performed concurrently with Task 1and will be completed within 90 working days of the issuance of Notice to Proceed for Task 1 which will include authorization to proceed with this Task. TASK 6 - REIMBURSABLES Task 6.1 - Reproduction Services: CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by CITY. An allowance of $6,150 has been allocated to this project. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.2 - Travel and Subsistence: Not Allowed. Task 6.3 - Survevina: CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a topographical survey of the project limits which meets the requirements of sub-task 2.1. CONSULTANT's compensation shall be a reimbursement of actual costs. CONSULTANT shall solicit no fewer than 3 proposals from properly licensed and qualified surveyors, recommend the desired firm, and receive approval from the CITY prior to engaging the surveyor. CITY will pay for actual survey cost. Task 6.4 - Geotechnical Evaluation CONSULTANT and CITY shall jointly determine if any geotechnical evaluations need to be undertaken to properly complete the Project Planning Phase. If such evaluations are required, CONSULTANT will identify the kind and quantity of evaluations needed and assist the CITY in obtaining said evaluations. No allowance for the cost of any said evaluations is included in the CONSULTANT COMPENSATION portion of this AGREEMENT. If it is determined that the best method of obtaining any required evaluations is to have the CONSULTANT procure them, CITY and CONSULTANT will negotiate the required additional Reimburseable Expenses and amend this AGREEMENT as required. Task 6.5 - Underaround Utility Verification: CONSULTANT shall employ the services of an underground utility location service in an effort to better identify existing underground conditions where work is to be performed. Actual locations shall be as directed by CONSULTANT. Cost shall be limited to a $5,000 not-to-exceed amount. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.9 - Desian Sub Consultants: CONSUL TANT 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. A not-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 Drawina Reauirements 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, landscaping, existing site improvements and buildings, fencing, lighting, overhead and underground utilities, and dimensions of buildings, pavement areas, fencing, etc. 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. Buildina Drawinas All buildings to be renovated or constructed shall be detailed in the Project drawings in sufficient detail to clearly and thoroughly depict the intended improvements or modifications. SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT SCHEDULE B PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HARGREAVES ASSOCIATES ITEMIZED SCHEDULE OF COMPENSATION 31 SCHEDULE B CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT ITEMIZED SCHEDULE OF COMPENSATION I f L.\r,'W,C SeRVICeS o Z :.l ~ TASK DESCRIPTION J., P~9J~CT KICK-OFF MEETING 1.1.1 Attend kick off meeting with City 1.1.2 Review reference material from City C9H. VISIT & DEVELOPMENT OF PLANNING CIES 1.2.1 Visit site with City Review with City possible planning strategies Undertake site analysis - physical feature conditon U.~de~ake user survey - 24hrweekday & 24hr we~kend day 13. MSJClNINC' SESSION Ilc. DEVElOPMENTOFCONC;EPTS Research & review reference material unavailable from City Prepare material for session 1.3.2 Attend half.day session with City Attend meeting with Collaborative group Minute agreed scope, schedule & cost goals Facilitate design subconsultant charratte Meet with Utility Companies/Agencies 1.3.3 Development of (3) three design concept alternatives 1.3.4 Develop budget level cost estimate for each alternative K5:~~INCPRIORTOCO~~UNITY~E51(jN Attend meetings with City and review (3) concept alternatives & costs Minute agreed scope, schedule & cost goals for workshops Build working model to scale Refi~e workshop presentation materials J;$ COMMUNITYPES1GN WORKSHOPS 1.5.1 Conduct Workshop #1 - (3) options for discussion Minute issues from workshop Attend meeting with regulatory agencies Refine design based on results Modify working model to scale Refine workshop presentation materials 1.5.2 Conduct Workshop #2. prefered option for discussion Minute issues from workshop R~~~edesign based ~n results i.iH . eA$ISOF DESIGNREPQRT (draft) Prepare analysis plans Prepare concept plans Show demolition, utilities Show building/structures Show landscape, lighting Prepare phasing plans Prepare text & graphics Prepare schedule & estimate & phasing Prepare permitting strategy Facilitate design subconsultant review & input .'~~~AI~A$I~eb):bESICN REPORT (Draft) \IIltl-l('l"("( ';:7 PIVISIQNS (1) Mtg. W / Planning, Parking, Building. Parks, Works, Fire Police (1) Mtg. W / Design Review Board (1) Mtg. W/ City Commission Minute issues from meeting Agree on changes to report and if additional meetings are ~~~~.ired t...m: ;eA$tSOf'OESIGNREPdIlT (final) Make changes to report Final review of report kaflreaves associates -.... -.... ti w ti"'< ti"'< !;( Zu. Zu. WQ. ....w wO~ ~~u I- U 1..Ju. 1..Ju. -tiu cii -< Vi~ OwZ ~Z~ 0 11'11- 0:::0::0:: lI'Iu 11'1 (:;11'1 (:;11'1 0. cO. 0.<'" '" 11'1 :::!;Q. < < I- 11'1 o U -' g I- 0:: w 0..... VI VI -'< <:t 1-0. o I- .... < ~ '" w .... U -,VI <'" 1-::1 00 I-:t 4 4 8 8 8 24 16 56 $6,880 8 8 16 8 8 16 8 24 32 8 8 16 24 56 $5,640 8 8 24 16 56 $5,800 4 4 8 $1,080 8 8 16 $2,160 1 1 $95 16 16 32 $4,320 4 4 8 $1,080 8 32 16 40 40 136 $16,840 16 8 16 16 56 $43,455 6 6 6 18 $3,570 1 1 $95 1 32 32 65 $5,615 4 40 40 40 124 $15,100 $24,380 4 8 8 8 28 $4,060 1 1 $95 4 4 8 $1,080 4 24 16 40 40 124 $14,140 1 8 16 25 $2,135 16 16 16 48 $5,520 4 8 8 20 $3,460 1 1 $95 4 24 16 24 24 92 $11 $42,005 1 16 16 33 $2,895 1 16 16 34 $3,220 1 16 16 33 $2,895 1 16 16 33 $2,895 1 16 16 33 $2,895 4 16 16 36 $3,420 32 16 40 40 50 178 $16,740 8 8 8 8 32 $3,680 4 4 8 $1,080 4 16 16 36 $5,620 8 16 16 40 $4,120 $49,460 4 4 8 $1,080 4 4 8 $1,080 4 4 4 12 $2,380 2 2 $190 2 2 $865 $5,595 8 32 32 72 $6,840 2 2 8 8 20 $2,360 $9,200 12/22/2004 SCHEDULE B CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT ITEMIZED SCHEDULE OF COMPENSATION 2 DESIGN SERVICES o Z ,.. '" < .... TASK DESCRIPTION 2.1 FIELD VERIFICATION OF EXISTINGCONDITlOJIIS Set requirements & hire surveyor Survey Review draft survey Revise draft survey with Utility Companies/Agencies input Review with City need for "soft dig" subsurface investigation "Soft dig" if necessary Complete sealed survey 6 OTHER DIRECT COSTS 6.1 REPRODUCTION SERVICES 6.3 SURVEYING ALLOWANCE 6.5 UNDERGROUND UTILITY VERIFICATION ALLOWANCE SUBCONSULTANT ALLOWANCE -local landscape architect SUBCONSULTANT ALLOWANCE - architect SUBCONSULTANT ALLOWANCE - civil engineer SUBCONSULTANT ALLOWANCE. marine engineer SUBCONSULTANT ALLOWANCE - environmental/ecologist SUBCONSULTANT ALLOWANCE -lighting designer SUBCONSULTANT ALLOWANCE - playground designer TOTAL HOURS TOTAL FEE ESTIMATE Houriy Ratcs hargreaves associates ~ --~ tJ UJ tJ"'< tJ"'< ~ UJC1. ~UJ UJO~ UJ\)- .... V -tJu -<u ci:i: OUJZ OZZ VlU 0 &:~~ g:<ii: VI '" VI 0 ~C1. < < Zu. \)u. v;~ ~VI Zu. \)u. -< ~t;; o ~ < ~ '" UJ ~ U .... V! o U ~ < b .... "" ... 0:.-... ",,,, ~< <X ....0:.- o .... ~V! <"" ....:::1 00 ....X 2 2 $350 0 $0 2 5 7 $825 1 1 $175 $175 0 $0 1 $175 $1,700 $6,150 $60,000 $5,000 $71,150 46 380 104 651 488 $14,950 $66,500 $11 ,960 $61,845 $36,600 $325 $175 $115 $95 $75 12/22/2004 $17,000 $15,000 $5,000 $5,000 $8,000 $8,000 $5,000 $63,000 o $0 $60 50 1719 $328,505 $328,505 $2,500 $194,355 $50 SCHEDULE B CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT SCHEDULE OF COMPENSATION - FUTURE AMENDMENT OPTION Project Budget Construction Bid Cost Construction Continguency Escalation Contingency Planning & Design Consultant Services Topa survey Soft Dig Allowance Geotechnicalf Studies Allowance Project Total Budget Planning & Design Consultant Services Planning for $8M to $12M budget Design for $8.4M budget Bidding & Award for $8.4M budget Construction Administration for $8.4M budget Total Consultant Planning & Design Services Total Consultant Contract Total Consultant's Consultant's Design Planning Contract Contract Amendment Value as Option * $8,000,000 $800,000 10% $160,000 2% $1,070,000 13% $60,000 $5,000 $105,000 $10,200,000 $60,000 $5,000 $105,()()() $263,505 $538,995 $21,400 $246,100- 25% 50% 2% 23% $263,505 $538,995 ___~___ $21,400 _~_~____$246,loo $1,070,000 100% $328,505 $911,495 Topo surveY~ . . Soft Dig Allowance- r Geotechnicall Studies Planning & Design /' Allowance Consultant Services --_______~~ Escalation Contingency________ Construction _____ Continguency Construction Bid Cost * Option is valid up until 60 days after completion of Basis of Design Report harpaves associates 12/22/2004 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE AlE CONTRACT SCHEDULE C PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HARGREAVES ASSOCIATES HOURLY BILLING RATE SCHEDULE 32 SCH EDU LE C CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT HOURLY BILLING RATE SCHEDULE Classification Hourly Billing Rate Principal I Design Director $325.00 per hour Principal I Project Manager $175.00 per hour Sr. Landscape Architect $115.00 per hour Associate $95.00 per hour Design Staff I $75.00 per hour Design Staff II $60.00 per hour Clerical $50.00 per hour harare_yes associates 12/22/2004 SOUTH POINTE PARK IMPROVEMENT PROJECT PLANNING PHASE NE CONTRACT SCHEDULE D PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HARGREAVES ASSOCIATES PROJECT SCHEDULE 33 SCHEDULE D CITY OF MIAMI BEACH, FLORIDA SOUTH POINTE PARK IMPROVEMENT PROJECT PROJECT SCHEDULE 1.1 PROJECT KICK.QFF MEETING 1.1.1 Attend kick off meeting with City 1.1.2 Review reference material from City 1.2 SITERECON. VISIT & DE\iElOPM.ENTOFPlANNINGSTRATEGIES 1.2.1 Visit site with City Review with City possible planning strategies Undertake site analysis - physical feature conditon Undertake user survey - 24hr weekday & 24hr weekend day 1.3 "VISIONING" SESSION &OEVElOPMENTOFCONCEPTS Research & review reference material unavailable from City Prepare material for session 1.3.2 Attend half-day session with City Attend meeting with Collaborative group Minute agreed scope, schedule & cost goals Facilitate design subconsultant charratte Meet with Utility Companies/Agencies 1.3.3 Development of (3) three design concept alternatives 1.3.4 Develop budget level cost estimate for each alternative 1.4 REVIEW MEETING PRIOR TO COMMUNITY DESIGNWORK$HOP$ Attend meetings with City & review (3) concept alternatives & costs Minute agreed scope, schedule & cost goals for workshops Build working model to scale Refine workshop presentation materials COMMUNITY DESIGN WORKSHO",S 1.5.1 Conduct Workshop #1 - (3) options for Minute issues from workshop Attend meeting with regulatory agencies Refine design based on results Modify working model to scale Refine workshop presentation materials 1.5.2 Conduct Workshop #2 - prefered option for discussion Minute issues from workshop Refine design based on results 1.6 BASIS OF DESIGN REPORT (draft) Prepare analysis plans Prepare concept plans Show demolition, utilities Show building/structures Show landscape, lighting Prepare phasing plans Prepare text & graphics Prepare schedule & estimate & phasing Prepare permitting strategy Facilitate design subconsultant review & input Make changes to report 1.7 flE\llEWOFBA51S OF DESIC;NflEPOflT (Draft) WITH CITY (1) Mtg. W / Planning, Parking, Building, Parks. Works, Fire & Police (1) Mtg. W/ Design Review Board (1) Mtg. W/ City Commission Minute issues from meeting Agree on changes to report and if additional are required 1.8 BAStS OF DESIGN REPOflT(final) Make changes to report Final review of report I 2.1 FIELD VERIFICATION OF EXISTING CONDITIONS Set requirements & hire surveyor Survey Review draft survey Revise draft survey with Utility Companies/Agencies input Review with City need for "50ft dig" subsurface investigation "Soft dig" if necessary Complete sealed survey * Schedule assumes notice to proceed early January 2005 hargreaves associates . trip 3 . .~ . trip 6 . 21st June trip 7 . 28th June trip 8 12/22/2004