Loading...
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.