HomeMy WebLinkAbout2005-26019 Reso
RESOLUTION NO. 2005-26019
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE
AMENDMENT NO. 3 TO THE AGREEMENT WITH A.R.I.
ARCHITECTS, INC. (D.B.A. SKLARCHITECTURE), IN THE
AMOUNT OF $103,695.50, FOR ADDITIONAL PROFESSIONAL
SERVICES FOR THE MIAMI BEACH CONVENTION CENTER
(CONVENTION CENTER) AND THE JACKIE GLEASON THEATER
OF THE PERFORMING ARTS (TOPA) ADA RENOVATIONS.
WHEREAS, on February 9, 2000, the Mayor and City Commission approved and
authorized the Mayor and City Clerk to execute an Agreement with A.R.I. Architects, Inc.,
d.b.a. SKLARchitecture (Consultant), for the architectural and engineering services
necessary to renovate the Miami Beach Convention Center (Convention Center) and the
Jackie Gleason Theater of the Performing Arts (TOPA) to bring the facilities into
compliance with the requirements of the Americans with Disabilities Act (ADA) (the Project)
(the Agreement); and
WHEREAS, due to changes in the requirements of the ADA, Amendment No.1 to
the Agreement was approved and executed on March 14,2001, to include fourteen (14)
additional restrooms; and
WHEREAS, pursuant to the Agreement, Consultant's construction administration
services for both the Convention Center and TOPA ADA Project were limited to 416 hours
(52 weeks); and
WHEREAS, Amendment No.2 to the Agreement, approved and executed on March
17, 2004, adjusted construction administration services to reflect the anticipated
construction time of 131 weeks; and
WHEREAS, the Convention Center is to continue its operations during the
renovations, and the work has been phased per groups to maintain a certain number of
restrooms in operation; and
WHEREAS, on July 19, 2004, the City exercised its right to terminate its contract
with the contractor on the Convention Center portion of the Project, Cazo Construction
Corporation; and
WHEREAS, a replacement contractor had to be selected through the City's JOC
system; and
WHEREAS, inventory of materials and repair work had to be performed by the
replacement contractor before continuing with the work; and
WHEREAS, work has to be performed around the Convention Center's event
calendar; and
WHEREAS, since the issuance of Amendment No.2, the estimated timeframe for
construction for the Convention Center has increased by 72 weeks (Group B has increased
by 21 weeks, Group C by 25 weeks, and Group 0 by 26 weeks), increasing the overall
estimated construction timeframe for both the Convention Center and TOPA from 131
weeks to 203 weeks; and
WHEREAS, as the estimated construction timeframe has increased, the
Consultant's Construction Administration fee has increased by $84,816; and
WHEREAS, pursuant to the Consultant's Agreement with the City, the intent is to
pay $1,178 per week (8 hours) for construction administration services during construction;
and
WHEREAS, the Consultant has performed Construction Administration services for
Group B; and
WHEREAS, Group B is expected to be completed by November 2005, Group C and
Group 0 are expected to commence in mid October 2005 and in early April 2006,
respectively; and
WHEREAS, the Consultant has agreed that if Group C and Group 0 are completed
in less time than expected, any unused amounts shall be credited back to the City; and
WHEREAS, in addition to performing construction administration services for
Groups B, C, and 0, the Consultant will be performing construction administration services
associated with the door and hardware replacement of 376 doors throughout the
Convention Center included within the Project scope; and
WHEREAS, the Consultant has performed additional services associated with the
replacement of the original contractor for the Convention Center; and
WHEREAS, the Consultant has performed additional services associated with the
re-permitting and re-bidding of the TOPA portion of the Project; and
WHEREAS, the City and Consultant have negotiated the attached Amendment No.
3 to the Agreement, in the amount of $1 03,695.50, to reflect the additional estimated time
frame for construction and the additional professional services referenced above.
NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City
Commission hereby approve and authorize the Mayor and City Clerk to execute
Amendment No.3 to the Agreement with A.R.1. Architects, Inc. (d.b.a. SKLARchitecture),
dated February 9,2000, in the amount of $1 03,695.50, t; a itional professional services
associated with ADA renovations at the Convention n nd TOPA.
PASSED AND ADOPTED this 19th
2005.
David Dermer
ATTEST:
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~t fM~
CITY CLERK
, /t?/~hf
Date
Robert Parcher
(T:\AGENDA\2005\Oct1905\Consent\SKLARchitecture-RESO-1 O.19.05.doc)
CITY OF MIAMI B'EACH
COMMISSION ITEM SUMMARY
~
Condensed Title:
A resolution of the Mayor and City Commission of the City of Miami Beach, Florida, approving and
authorizing the Mayor and City Clerk to execute Amendment No.3 to the Agreement with A.R.I Architects,
Inc. (d.b.a. SKLARchitecture), in the amount of $1 03,695.50, for additional professional services related to
ADA renovations for the Miami Beach Convention Center (Convention Center) and the Jackie Gleason
Theater of the PerforminQ Arts (TOPA).
Issue:
Shall the City Commission approve resolution to execute Amendment NO.3 to the agreement with
SKLARchitecture for additional services related to ADA renovation for the Convention Center and TOPA?
Item Summary/Recommendation:
In February 2000, an Agreement was executed between the City and SKLARchitecture to renovate the
Convention Center and the TOPA to comply with ADA requirements for a maximum fee of $283,451.
Amendment No.1 to the Agreement was issued in March 2001 to include additional restrooms affected by
a change in ADA regulations. Amendment No.2 to the Agreement was issued in March 2004 to adjust
SKLARchitecture's construction administration (C.A) fee from a base of 52 to 131 wks. to reflect the
anticipated timeframe for construction. Since the Convention Center is to continue its operations during
the renovations, the work has been phased per groups. The estimated timeframe for construction has now
increased by 72 wks. The following have affected and lengthened the estimated time: A contractor
termination for convenience was issued; A replacement contractor had to be selected; Inventory of
materials and repair work had to be performed prior to continuing with the work; Work continues to be
performed around the Convention Center's event calendar. SKLARchitecture's Agreement would be
amended to increase the C.Afee from 131 to 203 wks. The Consultant's fee would be increased as
follows: Group B ($24,738); Group C ($29,450); Group D ($30,628). Group B is expected to be completed
in November 2005 and Group C and D are expected to commence in mid October 2005 and in early April
2006, respectively. Pursuant to SKLARchitecture's Agreement with the City, the intent is to pay $1 ,178 per
week (8 hrs.) for C.A services. In addition, the Consultant will be performing C.A services associated with
the door and hardware replacement of 376 doors. The Consultant has agreed that if Group C and Dare
completed in less time than expected, any unused amounts will be credited back to the City. In addition,
SKLARchitecture has performed additional services associated with the replacement of the original
contractor at the Convention Center and services associated with the re-permitting and re-bidding of the
TOPA project.
The Administration recommends the City Commission approve the resolution to execute Amendment NO.3
to the Agreement with SKLARchitecture.
Adviso Board Recommendation:
The Miami Beach Convention Center Ca
ri124, 2001.
Financial Information:
Source of
Funds:
IF~ Lpl.
Ci Clerk's Office Le islative Trackin
Nury Menicucci, Construction Manager
AGENDA ITEM
DATE
~7A
(l-f9-(})
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
to
COMMISSION MEMORANDUM
From:
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez \. __ /'
City Manager 0 ""0
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AMENDMENT NO.3 TO THE AGREEMENT WITH
A.R.I. ARCHITECTS, INC. (D.B.A. SKLARCHITECTURE), IN THE AMOUNT
OF $103,695.50, FOR ADDITIONAL PROFESSONAL SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER (CONVENTION CENTER) AND
THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS (TOPA)
ADA RENOVATIONS.
Date: October 19, 2005
To:
Subject:
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
AMOUNT AND FUNDING
Total funding in the amount of $ 35,000,000 has been appropriated from Fiscal Year (FY)
96/97 through 03/04, for the Convention Center and Jackie Gleason Theater of the
Performing Arts (TOPA) Capital Projects. Funding for the additional professional services
in the amount of $103,695.50 is available from the Convention Center Development Tax
(CDT) Fund for this work.
ANAL YSIS
In 1996, the City retained the Architectural firm of R.J. Heisenbottle Architects, P.A. to
conduct a survey of both TOPA and the Convention Center to identify those areas that
were not in compliance with the provisions of the Americans with Disabilities Act (ADA),
and to prepare an estimate of the costs of the modifications needed to comply with the
ADA. As a result of this study, the City budgeted funds to renovate certain of the
restrooms at the Miami Beach Convention Center (Convention Center) and the Jackie
Gleason Theater of the Performing Arts (TOPA), as well as for the replacement of doors
and door hardware to bring both buildings into compliance with the requirements of the
ADA.
The City issued an RFQ for the design services to undertake this project. On February 9,
2000, an Agreement was executed between the City and A.R.1. Architects, Inc. (d/b/a:
SKLARchitecture) ("Consultant") for professional Architectural and Engineering services to
develop plans, specifications and construction documents for the renovation of the
Convention Center and TOPA to provide ADA-compliant door hardware and to refurbish a
lounge and two lobbies, and certain restrooms in both buildings for a maximum fee of
$283,451 (including $20,000 for reimbursable expenses).
City Commission Memorandum
October 19, 2005
SKLARchitecture Amendment NO.3
Page Two
Between the 1996 study and the present time, ADA regulations were amended. The
amendments required modifications to restrooms that were compliant under the old rules.
In addition, ADA rules were broadened and now apply to employee-only restrooms as well
as those open to the public. On March 14,2001, Amendment No.1 to the Agreement with
the Consultant was issued to include these additional restrooms in the amount of $42,778.
Pursuant to SKLARchitecture's Contract with the City, 20% of SKLARchitecture's total fee
for basic service was set aside for construction administration. In addition, construction
administration services for both Convention Center and TOPA ADA were limited to 416
hours (52 weeks). In order to address additional estimated timeframe for construction,
Amendment No. 2 was issued on March 17, 2004 to adjust SKLARchitecture's
Construction Administration fee from a base of 52 weeks to 131 weeks.
Since the Convention Center is to continue its operations during the restroom renovations,
the work has been phased per groups to maintain a certain number of restrooms in
operation during the construction to minimize impact on scheduled events.
Since the issuance of Amendment No.2, the overall estimated timeframe for construction
for the Convention Center has increased by 72 weeks, increasing the Consultant's
Construction Administration fee as follows:
Description
Group B
Weeks
21
AlE Amount*
$24,738.00
$29,450.00
Group C
25
Group D
26
$30,628.00
Total
72
$84,816.00
Remark
Work expected to be completed by November
2005.
Work expected to commence in mid October
2005 and be completed by March 2006; fee is a
not to exceed amount to be billed as needed.
Work expected to commence in early April 2006
and be completed by September 2006; fee is a
not to exceed amount to be billed as needed.
The Consultant has agreed that if Group C
and D are completed in less time than
expected, because of the learning curve
already learned from the project from the
work already completed, any unused
amounts shall be credited back to the City.
In addition to performing construction administration services for the groups indicated
above, the Consultant will be performing construction administration services associated
with the door and hardware replacement of 376 doors throughout the convention center
which are also included within the project scope.
City Commission Memorandum
October 19, 2005
SKLARchitecture Amendment No.3
Page Three
*
Pursuant to SKLARchitecture's Agreement with the City, the intent is to pay $1,178 per
week for construction administration services during construction. Rate was
determined per the following:
· SKLARchitecture's total fee for the Convention Center and TOPA ADA was
$306,229 ($263,451 per original Agreement plus $42,778 per Amendment No.1)
· Pursuant to the Agreement, 20% of the total fee was set aside for construction
administration services ($306,229 x 200/0 = $61,246)
· Pursuant to the Agreement, construction administration was limited to 416 hours (8
hou rs / week for 52 weeks).
· At this rate, the intent was to pay $1,178 per week ($61,246 / 52 weeks=$1, 178)
The additional 72 weeks increases the overall construction timeframe to 203 weeks. The
following have affected and lengthened the estimated time for construction:
· A contractor termination for convenience was issued for the project on July 19,
2004.
· A replacement contractor had to be selected through the City's JOC system.
· A Change of Contractor form had to be filed through the Building Department for the
proper transfer of all applicable permits.
· I nventory of materials and repair work had to be performed by the replacement
contractor before continuing with the work.
· Work has to be performed around the Convention Center's event calendar.
The Consultant assisted the City by providing additional professional services required in
the replacement of the project's contractor and project transition to the new contractor.
Additionally, the Consultant has performed additional services associated with the re-
bidding and re-permitting of the TOPA project. In March 2003, invitation to Bid No. 27-
02/03 was issued for the ADA and interior renovations to TOPA. In April 2003, the Mayor
and City Commission awarded a contract to Romano Brothers Construction Inc. (Romano
Brothers) as the lowest responsive bidder. In May 2003, Romano Brothers informed the
City of its decision not to honor their bid due to an error in their bid pricing. The contract
award to Romano Brothers was rescinded at the City Commission meeting of June 11,
2003, and at the City Commission of December 10, 2003, the City Commission approved
rejection of all bids. The project was re-bid and successfully awarded to Miami Skyline
Construction in February 2004. Because of time delays associated with the re-bidding of
the project, the project's permit expired and the project had to be re-permitted under the
new Florida Building Code. The Consultant assisted the City by providing additional
professional services required to accomplish the above.
In order to address the additional estimated timeframe for construction and additional
services performed by the Consultant, the administration has negotiated, as part of
Amendment No.3, the following additional services:
City Commission Memorandum
October 19, 2005
SKLARchitecture Amendment No.3
Page Four
Description
Additional Construction Administration services
Additional services associated with the change of contractor
Additional services associated with re-permit Ire-bid (TOPA)
Total:
Amount
$ 84,816.00
$ 12,462.50
$ 6,417.00
$103,695.50
ADMINISTRATION RECOMMENDATION
The Administration recommends that the Mayor and City Commission adopt the Resolution
approving and authorizing the Mayor and City Clerk to execute Amendment No.3 to the
Agreement with SKLARchitecture, in the amount of $103,695.50, for additional
professional services associated with ADA renovations at the Convention Center and
TOPA.
JMG ITH I JECH I nm
Attachments
(T:\AGENDA\2005\Oct1905\Consent\SKLARchitecture-Comm MM-10.19.05.doc)
Sep 13 05 12:55p
SKLARchitect.uI"'e
(8S4J 825-6282
p.2
Re"ised September 12,2005
Revised July 22. 2005
April 10, 2005
Mrs. Nury Mcnicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach. FL. 33139
.- Q.. W .;' '-\
-/.;:.\ I . '_...: ~.
~ -~ ~'.'~':':'~.--',: ':
-." . -.-/
.- ,"--,,-,-""'-~
Ref: Additional ConstnJction Administration Services to contract for eMB - Convention
Center ADA Renovations, dated February 09. 2000 - Group B.
Dear Nul')'.
As a result of Contractor replacement & construction delays this letter is a request that the
City increa.cte SKLARcbitecture's standing order to reflect additional project duration for
the MBCe ADA Renovation l~ject. The intent of the contract is to pay $1.178.00 per
week for Construction Administr"cltion services to SKLARchitecture.
As a result, SKLARchitecture requires an increase to MBCC ADA portion of the
Construction Administration to reflect the additional Construction duration days which is
estimated to he 2.' weeks for Group B.
Therefore.. tho additional ~rvices are calculated as follows:
MBce.. ADA Project: Oroup "B'. - Additional 21 weeks @ S 1..118.00 = $24..738.00
The 3dditional fee for the Construction Administration for Group ....B" should then total
=$24..738.00
As a result. Sklarchitecture's contract should be amended and standing order for the project
should be increased by $24.738.00.
SKLARchitecture will continue to provide Corb>truction Administration Services monthly
and be paid monthly a fixed amount for the duration of the project as previously pcrlonned
for preceding Construction Administration Services.
Nole: By accepting this contract increase SKLARchitecturc does not waive any other
increases in fees Or other contnactual rights and hereby reserves aU rights.
cc: Steve Clark I SMG
ALS/jt
Sep 13 05 12:55p
SKLRRohit.t!oture
(S54J 825-6282
p.3
Revised September" t 2.. 2005
Revised July 22,2005
April 1 O~ 2005
Mrs. Nury Menicucci
City of Miami Beach
1701 Meridian Ave. Suite ff 20)
Miami Beach, FL. 33139
Ref: Additional Construction Administration Services 10 contract for CMB - Convention
Center ADA Renovations. daled February 09.2000. - Group C
Dear Nury.
As a result of Contractor replacement & COnslruction delays this letter is a reqoest that the
City increase SKLARchitecturc's ~tanding order co reflect additional project duration tbr
the MBCe ADA Renovation Project. The intent of the contract is to pay $ J ,.178.00 per
week for Construction Administration services to SKLARchitccturc.
As a Tesult~ SKLARchitccturc requires an increase to MBCC ADA portion of the
Construction Administration to fencet the additional Construction duration days which is
estimated to be 25 weeks for ("JfOUP C.
The additionll.l services are calculated as follows:
MBCC- ADA Project Group "C" - Additional 25 weeks @ $ 1,178.00::; 29ASO,OO
The additil)nal fee for the Construction Administration for ("JfOUP UC~. should then total
'-'$29.450.00
A~ a result, Sklarchiteclure"s contract should be amended and standing order tor the project
should be increased by $ 29.450.00.
SKLARchitecture will continue to provide Construction Administrdtion Services monthly
and be paid monthly a fixed amount for the duration of the project a.<; previously perfonned
for preceding ConstruClion Administration Services.
Note: By accepting this contract jncrease SKLARchitccturc docs not waive any other
incrca~es in f~ or other contractual rightS and hereby reserves all rights.
Ad L. Sklar. A~ N
Principal
cc: Steve Clark / SMG
ALS~t
Sep 13 05 12:56p
SKLARehiteetuI"'e
(854J 825-6282
p.4
Rt..~i~ed September J 3, 2005
Revised July 22., 2005
April 10, 2005
Mrs. N ury Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
Rc(: Additional CO~1ructjon Admini~-tration Services to contract for CM.B - Convention
Center ADA ~enovatioos, dated February 09., 2000. - Group D
Dear Nury.,
As a result of Contractor replacement &: construction delays this letter is a re<Juest that the
City increase SKLARchitecture"s slnnding order to rencct additjonal project duration fOf
the MBCe ADA Renovation Projcct. The intent of tbe contract is to pay $1, J 78.00 per
week for Construction Admini:;lration services to SKLARchitecturc.
As a result, SKLARchitccture requires an incrc3.~ to M'BCC ADA portion of the
Construction Administration to reflect the additional Con~ction duration days which is
estimated to be 26 weeks fOf Group D.
The additional services are calculated as follows:
MBCC- ADA Project: Group &&D" - Additiol'lc.\1 26 weeks @ S I, 178.00 ~., 30,628.00
The additional fee for the C()n~truction Administration for Group "D" should then totu.l
=$30,628.00
As a result. Sklarchitccturc's contract should be amended and ~"tanding order for the project
should be increa.qed by S 30,628,00.
SKLARchitecture will continue to provide Construction Admin;sttation. Services monthly
and be paid montbly a fixed amount for the duration of the project :as previously performed
for preceding Construction Administration Services.
Note: By llCCepting this contract increase SKl.ARchit~ure docs not waive any other
increases in fees or other contractual rights and hereby reserves all righto;.
Ari L. Sklar, AlA, N ·
Principal
cc: Steve Clark I SMG
ALS/jt
Revised October 12, 2005
Revised March 301h, 2005
SKLARchitecture
Mrs. Nury Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach~ FL. 33139
Re: Consulting Services Required for the Unilateral Change Order to the Miami Beach
Convention Center Project.
Dear Nury.
This is a proposal for the additional services per article 2.9.11 of our contract, for Special
Architectural consultant services to prepare the (recommendation to remove Cazo Construction)
Unilateral Change Order. The following are additional services that have been performed.
1. Coordination & Meetings with CIP & URS to determine necessity & format of
documentation of Unilateral Change Order.
2, Coordination with City of Miami Beach, Building Officials to obtain information about
change of contractor.
3. Review project infonnation, delays documentation, and cost calculations for mon ies
expended & contract balance to remain.
4. Prepare paperwork, back-up & letters as required for City of Miami Beach to initiate
Unilateral Change Order.
Our fees for these Reim bursabJe Exoenses are estimated as follow:
Calculated from above with hourly rates per schedule "C" of the contract:
Principal Architect - 20 Hrs. @ $ 145.00
Technical Support - 14 Hrs. @ $ 60.00
Clerical Support / Administration - 7 Hrs. @ $ 45.00
Total Fee
$ 2~900.00
$ 840.00
$ 3]5.00
$ 4~055.00
Should you have any questions please contact us at your earliest convenience.
Sincerely,
c-
--
A LS/jt.
[I]
ARCHITECTURE
Comm~n:ia!
& Rc!5rd.:ntw!
]nritrior
Architecture
& DC5ign
Urball
(\l'1LOWlC lOti
ArchitecUlml
Design of
Childrell's
E n.t,j romn e7lCs
DCl'dupment
COil HI It i7\g
2310 Hollywood Rlt,cl.
Holt1wood
Florida 33020
Tel: 954.925.9292
Fax 954.925.6292
,,>mctll':
Illll i/@sk/(m:111[rcl.col1\
~t;l::"llSI;c;
U.U'fl'. sk/cl'r!:hil':CI..:rnn
AA 0002849
16 0000894
NCARB CERTIFIED
Ari Sklar, A.I.A.
Oscar Sklar, A.I.A.
September 10, 2005
SKLARchitecture
Mrs. Nury Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach! FL. 33139
Re: Additional Consulting Services Reauired for the termination of Cazo Construction on
the Miami Beach Convention Center Proiect.
Dear Nury,
This is a request for the additional services per article 2.9.1] of our contract, for Special
Architectural consulting services during the termination of Cazo Construction,
The following are additional services that have been performed.
1. Coordination & Meetings with CIP to review legal documents in the termination of Cazo
Construction.
2, Coordination with City of Miami Beach, Building Officials to assist with change of
contractor.
3. Review project information, delays documentation, and cost calculations in negotiations
with Cazo Construction.
4. Prepare paperwork, as required for City of Miami Beach to assist with legal tennination
issues.
Our time fees and expended for the services above were as follows
Calculated from above with hourly rates per schedule "c" of the contract:
Principal Architect - 24 Hrs. @ $ 145.00
Technical Support - 10 Hrs. @ $ 60.00
Clerical Support / Administration - 10 Hrs. @ $ 45.00
Total Fee
$ 3,480.00
$ 600.00
$ 450.00
$ 4,530.00
Should you have any questions please contact us at your earliest convenience.
.........
ALS/jt.
[l]
ARCHITECTURE
Comml!TCicd
& R~$iJC:T1rj,"
I Ill~nor
Architecture
& DcsiRJI
Urb.ln
R.:not'ilC ion
Arch it(!(."tl4ml
D~~ iKn of
ChiIJTl!n'.~
Em,ironme7lt.'
D~\idopm(:nt
Comltlting
2310 Holl)\l.'ood Blt:d.
Ho/iy",,'ood
FlariJu 33020
Tel: 954.925.9292
Fax 954.925.6292
~.rr.'1I1:
III II I !@sklllTdu:c":.culII
w'/;I1Y!Tl,
'\l'IH'.,.' k/im:h it!!, I. COItI
AA 0002849
/8 0000894
NeARB CERTIFIED
Ari Sklar, A.l.A.
Oscar Sklar, A. I.A.
Revised October 12,2005
April 01, 2005
SKLARchitecture
1. Bid meetings with Alpine Construction.
2. Review project status & update project information and drawings and distribute to
Alpine Contractors.
3. Prepare & explain Specifications for Alpine.
4. Walk site with Alpine.
5. Coordination with City staff.
6. Review & recommend remedial work.
7. Review Alpine cost proposals. 2J 1 0 HullyU'ood Blvd.
8. Review proposed schedule of values and other paperwork as required for Alpine
Construction to mobilize on project.
Mrs. NUl)' Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach~ FL. 33139
Suite # 1000
Via: Fax & Mail
Re: Additional Services to Contract Dated February 9th~ 2000 for the Miami Beach
Convention Center ADA' & Restrooms project for l.a.C. Contract to Aloine
Construction.
Dear Nury:
This is a request for additional services to assist the City in selecting and educating a 2nd
contractor for the ADA project for the Convention Center. Cazo Construction \-vas
terminated for convenience and as result A.R.I. Architects, Inc., dba SKLARchitecture
spent considerable time on additional services to bring the new contractor on board. The
following are additional services that have been performed:
Our time for these Additional Services are as follow:
A) Special Services:
15.5 Hours = 5 visits to MBCC and 14.5 Hours Technical Support
Work Description:
Field visits, job site meetings, paperwork / estimates review with new Alpine Project
Manager, Coordination & meetings with our engineering consultants~ review
contractor concerns.
B) MEP Engineer - J.O.C "Bid" Assistance
8 Hours = 8 Hrs. MEP Engineer
Work Description:
Site visits, Contractor coordination, Site / projects status meeting.
[JJ
ARCHITECTURE
CommL'rcial
& Residential
Intt..>rioT
A n:/Litccture
& Design
Urkm
Rl!IlCil.'tlIIOn
AT',~iter:ll{'rCJ.l
Desixn of
Ch ilel TCll'~
Em'rronmi.'nrs
Dr:wllllmlent
Comll./tmg
Holl:yu:ood
Florida 33020
Tel: 954925.9292
FilX 954.925.6292
"11"';/;
Bllli! (]i..- "[ar.: h ill'';UOHl
I,~'!:U~IT~'.
tHe'll'. ~};./(I,.,h IIc::[. clIm
AA 0002849
JB 0000894
NeARB CERTIFIED
Ari Sklar, A.l.A.
Oscar Sklar, A.I.A.
Additional Fees as follo\vs:
Principal Architect 15..5 Hrs. @ $ 145.00 ,$ 2,247.50
Technical Support 14.5 Hrs. @ $ 60.00 $ 870.00
MEP Proposal I Fee - 8 Hrs. @ $ 95.00 $ 760.00
Total Fee $ 3,877.50
Should you have any questions please contact us at your earliest convenience.
c-
Sincerely,. /'
Ari~~ .
President
ALS/jt.
SKLARchitecture
[JJ
SKLARchitecture
m
. March ] 5, 2004
REGEl VE D
Mrs. Nury Menicucci
Capital Projects Department
City of Miami Beach
1 701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
tJOS MAR 31 PM 12= 23
,CIT~_ OF iil (.t'11 :.:EACH
C l, P ,II · ,.. ,..: ; ;- :. r;.,' \ 'T
. ,,",\ ". .. " .. ,. Iii... i1
i~R:.r.j;~C~ i S
Re: Additional Services to Contract Dated June 6th, 200) for Jackie Gleason Theater - ADA
& Interior Renovations for Re-Bid I Miami Skyline.
Dear Nury,
As requested by the City, SKLARchitecture has provided additional services to assist the
City in selecting a Contractor for the ADA and Interiors project for the Jackie Gleason
Theater. The project was Re-Bid and successfully awarded to Miami Skyline Construction.
A.R.I. Architects, Inc., dba SKLARchitecture has spent considerable time on additional
services to facilitate this Bid process & award. Your Department has confirmed that this is
compensable time. The following are additional services that have been perfonned:
Additional Services:
) . Review & revise project information, summary of work, etc. and distribute to
procurement for Bidders.
2. Reorganize Specifications for Bidders.
3. Miscellaneous coordination with City staff.
4. Field and respond to Bid questions / RFl's.
5. Re-Bid meetings with Bidders on site.
6. Investigate references of Miami Skyline.
7. Prepare schedule of values or other paperwork. as required for Miami Skyline selection.
8. Clerical Support.
ARCHITECTURE
Commercial
& Residential
Interior
Architecture
(/ Design
Urban
Renovation
ATChiteCtIlral
Design of
Children's
Environments
Dewlopment
Consulting
Our time for tbese Additional Services are as follows: (See attacbed Invoice)
Calculated from above services with hourly rates plus escalation per schedule "e" of the23 10 Holl,wood Blvd.
contract:
Principal Arcbitect - 11.5 Hn. @ S 145.00
Project Manager - 2 fin. @ S 100.00
Technical Support - 35 Bn. @ S 60.00
Clerical SUDPOrt I Adm. - 10 Bn. (in S 45.00
Total Fee
S 1,667.50
S 200.00
S 2,100.00
S 450.00
S 4,417.50
Should you have any questions please contact us at your earliest convenience.
Sincerely, .'
AriS~
President
ALS/jt.
s:roPf\ ADA - D1c.L - 03/5 2.U->S /
H 0 ll,wood
Florida 33020
Tel: 954.925.9292
Far 954.925.6292
t.ma,/:
mail@sklarchittcr.com
WEIlS/TE:
t.l14"". sklarchirecr.com
AA 0002849
18 0000894
NCAR8 CERTIFIED
Ari Sklar, A.l.A.
Oscar Sklar, A.I.A,
March 17,2004
RECEi VE 0
SKLARchitecture
Mrs. Nury Menicucci
Capital Projects Department
City of Miami Beach
] 70 I Meridian Ave. Suite # 201
Miami Beach, FL. 33139
7aps MAR 31 PH 12: 23
[IJ
CITY OF Mti~.F~~ :~'Lf~CH
CAPnAi. !.,.'.:: . :,,'~cNr
P E 0 .~h": C . r s
Re: Additional Services to Contract Dated June 6th. 2001 for Jackie Gleason Theater-
ADA & Interior Renovations for Re-pennitting.
Dear Nury,
ARCHITECTURE
Commercial
& Residential
As requested by the City, SKLARchitecture has provided additional services to "Re-pennit"
the ADA & Interiors project for the Jackie Gleason Theater. The Project had to be re-
pennitted for the Florida Building Code prior to & during the Bid process that was awarded
to Miami Skyline Construction. A.R.I. Architects, Inc., dba SKLARchitecture has spent
considerable time on additional services to facilitate this Re-pennitting process. Your
Department has confirmed that this is compensable time. The following are additional
services that have been perfonned:
Interior
Architecture
& Drsign
Additional Services:
I. Review & revise drawings and Coordination with technical staff.
2. Drawing Revisions.
3. Reorganize drawings for Permit.
4. Miscellaneous coordination with City staff I CIP.
5. Re-pennit meetings with Phil Azan & plan Reviewers.
6. Document printing & application preparation.
7. Clerical/Support.
Urban
Renovation
Architecuaal
Des ign of
Children's
Environments
Detltlopm~nt
Consulting
Our time for these Additional Services are as follows: (See attached Invoice)
Calculated from above services with hourly rates plus escalation per schedule "C" of the
contract: 2 J 1 0 Holl.,wood Blvd.
Principal Architect - 7.5 Hrs. @ S 145.00
Technical Support - 12 Hn. @ $ 60.00
Clerical SUDoort I Adm. - 4.25 Hrs. (i2 $ 45.00
Total Fee
$ 1,087.50
S 720.00
$ 191.25
S 1,998.75
H oll}Ulood
Florida 33020
Ttl: 954.925.9292
Should you have any questions please contact us at your earliest convenience.
Fax 954.925.6292
Sin=~ /
--:?5
Ari Sklar, AI~
President
l,,"ail:
mail@Jlclarchjtrct.com
WEBSITE
""''Uf. slclarc h ilta. com
ALS/jt.
AA 0002849
18 0000894
NCAR8 CERTIFIED
S-fl)PA A-DA--D4-d - D3J1dDD5//
Ari Sklar, A.l.A.
Oscar Sklar, A.I.A.