HomeMy WebLinkAboutAmendment No. 3 ARI Architects ·
.f
AMENDMENT NO. 3
TO THE
PROFESSIONAL SERVICES AGREE~NT!. ~' ~?i !,~: ~ ....
BETWEEN
CITY OF MIAMI BEACH C,!~i. ~' I~''~ :~ q: i~C,~'t
AND ~"' ...... :.. i:~i? ~ ~-':: ~! 5
A.R.I. ARCHITECTS, INC. (D.B.A. SKLARCHITECTURE)
DATED FEBRUARY 9, 2000 (THE AGREEMENT);
FOR ADDITIONAL PROFESSIONAL SERVICES
AT THE MIAMI BEACH CONVENTION CENTER AND
THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS
This Amendment No. 3, dated as of ~re~=g(;/=], 2005, to that certain Agreement by
and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws
of the State of Flodda (hereinafter referred to as City), having its principal offices at 1700
Convention Center Ddve, Miami Beach, Florida, 33139, and A.R.I. Architects, Inc. (d.b.a.
SKLARchitecture), a Florida corporation, having its principal office at 2310 Hollywood
Boulevard, Hollywood, Florida 33020 (hereinafter referred to as Consultant).
WHEREAS, the Agreement provided for Consultant to provide design services for
the renovation of certain restrooms and other interior areas at the Miami Beach Convention
Center (Convention Center) and the Jackie Gleason Theater of the Performing Arts
(TOPA); and
WHEREAS, the City desired that certain additional restrooms be renovated in
addition to those originally specified in the odginal Scope of Services; and
WHEREAS, the City and Consultant agreed to execute Amendment No. 1 to the
Agreement on March 14, 2001 to provide for the additional services for this purpose; and
WHEREAS, pursuant to the Agreement, construction administration services for
both the Convention Center and TOPA projects were limited to 416 hours (52 weeks); and
WHEREAS, the City and the Consultant agreed to execute Amendment No. 2 of the
Agreement, on March 17, 2004, in the amount of $93,072, to adjust the Consultant's
Construction Administration fee from a base of 52 weeks to 131 weeks, to reflect* the
anticipated timeframe of construction; and
WHEREAS, the anticipated construction time for the Convention Center has
increased by 72 weeks since Amendment No. 2, and the .overall construction timeframe
has increased from 131 weeks to 203 weeks; and
WHEREAS, the Consultant has also performed additional services associated with
the replacement of the original contractor for the Convention Center, and
WHEREAS, the Consultant has also performed additional services associated with
the re-permitting and re-bidding of the TOPA project; and
lof2
WHEREAS, the City and Consultant hereby agree to execute the foregoing
Amendment No. 3 to the Agreement, in the amount of $103,695.50, to reflect the additional
timeframe for construction and the additional professional services referenced above.
1. ABOVE RECITALS,
The above recitals are true and correct and are incorporated as part of this
Amendment No. 3.
2. MODIFICATIONS.
The Agreement is hereby amended to add Additional Professional Services, as
described in Exhibit 'A", entitled "Scope of Services / Compensation for Additional
Services" attached hereto.
.
OTHER PROVISIONS,
~,11 other provisions of the Agreement are unchanged.
·
4. RATIFICATION
~he City and Consultant ratify the terms of the Agreement, as modified by this
Amendment No. 3.
IN WlTNES WHEREOF, the parties hereto have caused this Amendment No. 3 to
be executed in their names by duly authorized officials as of the date first set forth above.
CITY CLERK
Robert Pai'c'l~'er
-~
ATTEST:
Print Name
I BEACH
David Dermer
CUNSUL-I-ANT
A.R.I ARCHITECTS, INC ,~
(d.b.a. SKLARchitecture)
pB rYesid ent ~/,,,.~--~~,X
Pdnt Name
APPROVED AS TO
FORM & LANGUAGE
(fF:\CAPl~ll~lURY~Convention Center ADA\S-CC.,ADA~,S-CCADA-03\S-COADA-03-b~SKLARchItecture-Amen~'dmFe~.oF~~ . ."
Exhibit "A"
To Amendment No. 3
Scope of Services ! Compensation for Additional Services
SCOPE OF SERVICES
Additional Construction Administration Services
SKLARchitecture (Consultant) agrees to provide additional Construction Administration
services required to complete the Construction Administration Phase of the Miami
Beach Convention Center (Convention Center).
Compensation
1.
The estimated timeframe for construction for the Convention Center has
increased by 72 weeks, increasing the overall estimated construction timeframe
for both the Convention Center and TOPA from 131 weeks to 203 weeks.
Pursuant to Amendment No. 3 to the Agreement, the construction fee is
amended to reflect the additional construction time. The total construction
administration fee under the Agreement is therefore increased by an additional
amount of $84,816 (72 weeks). The overall construction administration fee is
therefore increased from $154,318 (131 weeks) to $239,134 (203 weeks).
m
Pursuant to the Consultant's Agreement, the intent is to pay $1,178 per week for
construction administration services during construction. Rate was determined
per the following:
m
· 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 20% = $61,246)
· Pursuant to the Agreement, construction administration was limited to 416
hours (8 hours / week for 52 weeks).
· At this rate, the intent was to pay $1,178 per week ($61,246 / 52
weeks=S1,178)
The agreed upon fee of $1,178~is hereby payable monthly for the entire
construction duration in lieu of either hourly billing or percentage of the work
completed. In no event shall the additional construction administration fee
exceed the amount stipulated in this Amendment No. 3 ($84,816). Refer to Item
No. I above.
Additional Services associated with the replacement of the original contractor at
the Convention Center
Additional services performed by the Consultant included assisting the City in the
preparation of Unilateral Change Order, assisting the City in the Termination for
Convenience, and assisting in the preparation / review of new project cost proposal(s)
through the City's JOC system to complete the Convention Center Project.
lof2
Compensation
1. Pursuant to Amendment No. 3 to the Agreement, the Consultant's.Agreement is
further increased in the amount of $12,462.50 for the above services.
2. The agreed upon fee is payable as a lump sum fee
Additional Services associated with the Re-Permitting and Re-Bidding of the
Jackle Gleason Theater of the Performing Arts (TOPA).
Additional services performed by the Consultant in assisting the City in the re-bidding
process of the TOPA after the Romano Brothers rescinded on its bid. The TOPA was
then successfully awarded to Miami Skyline Construction.
Because of delays associated with the re-bidding of TOPA, the permit expired. The
Consultant provided additional services to re-permit the construction documents under
the new Florida Building Code, prior to, and dudng the re-bidding process described
above.
Compensation
1. Pursuant to Amendment No. 3 to the Agreement, the Consultant's Agreement is
further increased in the amount of $6,417 for the above services.
2. The agreed upon fee is payable as a lump sum fee
SUMMARY
The Consultant's Agreement is to be amended as follows:
Description
Additional Construction Administration services
Additional services associated with change of contractor
Additional services associated with the re-permit / re-bid (TOPA)
Total:
Amount
$ 84,816.00
$ 12,462.50
$ 6,417.00
$103,695.50
At the completion of the project, any unused amounts shall be credited back to the
CITY.
(F:\CAPI~alItJ~IURY~Conven tion Center
A. doc)
ADA~-CCADA\S-CCADA-O3\S-CCADA-03-b\SKLARchltecture-Amendment3-Exhibit
2of2
1;'= 55p
SKLFIRoh ~ T, eoc, ur, e
R~isad S~mnb~r
Revised July 22, 2005
April 10, 2005
Mrs. ~ury MenJcucci
CI~y of Miami I~.ach
170l Meridian Ave. Suite # 201
Miami 13~mch, FL. 33139
Rcf: Addifiorral Comtm~on Administration Servic~ to con~ for CMB - Convention
Cenmr ADA Rtnovafions, dated Febma~ 09. 2000- Group B.
As e re. quit of Contr~tor repl~ & cofum'ucfiofl dchys this IcUtw ;, a rcquesr th~ b~
City increase SKI-AR~hJu~rnure's standinj order m ~ additional project duration for
tho MB~ ADA Renovation Projeot. The intant of' the contract i~ to pay $1.! 78.00 par
woak for Commotion Adminlm'atlo, servi;ea ~ SI(LA Rohit~tum.
As n rramlt. S~ requ~ an Jnm'~n= to MBC~ ADA portion of the
Constntr,~on Administration to ~ Ih. additio~ Con~ duration days which is
e~lmated to be 2 t w~ka for Group B.
MBCC-ADA Project: Group "B"- Additional 21 weoks ~ S !,178.00= $24,738.00
Tho additional f~ for the Consm~ion Admiflislmtion for Group 'B" should then total
---~4,738.00
!
As a r~sult, Sklarehitecmm's contra~ should be armmded and standing order for the projeot
should b~ in~reased by .T0.4,738,00,
SKLARchiuw.,ta~ will cominu~ to provid~ Coa~n~o~ Admluislmion ~vv~ monthly
and b~ pnid monthly a fixed an~ for the duration of ~ proj~t as I~'vlotndy ix~r6xmed
for pmc~ling C,o~on Administration Sctyiccs,
Nora: By accepting tbjs contract iucmna SKLARchi~mrc dogs not waivo any other
inoteasoa M lees or other contractual rights and hereby ms,ryes all dghts.
Principal
SKLRRo~eoture
(954]
~ES-E292
1=.3
Revised September 12, 2005
gc~J J~d~ 22, 2O05
April 10, 200S
Mrs. Nm7 Menicucci
City of'Miami Bea~
1 ?01 Meridian Ave. Suite ~ 20]
Miami Beach, FL. 33139
Rot': Additional Construction Administration Sc~'v~ces Io contrnct t'or CMB - Convention
Center ADA Renovati~, daled February 0~, 2000. - Group C
Dear Nury.
As a result of Cmmnctor replacement & construction delays this Icttet is a nXlUeSt that the
City inea'eme SICLAPo:hi~'s .,~mdins order to rofle~t additional project duration ['or
the MBCC ADA Renovation Project. Tho intent of tl~0 contract is to pay $1,178.00 per
week for Construction Administration .,~,rvic~ to SKLARdgtecture.
As a result, SKLARcbi~ requires aa increase Io M~CC ADA portion of the
~ Administration to reflect the add;tlonal Co~mm~on duration days which is
estimated to be 25 weeks for Group C.
The addi~ionnl services are calculated as follows:
MBCC- ADA Projcct: Comup "C"- Additional 2~ weeks (~ $ ], 178.00 = 29,450.00
The nddidmud fee for the Construction Administrmion for Group "C" should then total
As a result. Sklamhitectum's contract should be .amended and standing order for the project
should be increased by $ 29,450.00.
SKI,ARchitecture will ~ntinue to provide Comtmction Administr-~on Ser~ces monthly
and be paid mortthly a Fomd amotmt ~or the durMion of the project as previously per~tmed
for preceding Construction Administration Service~
Note: By aeeepting ~is contra~t itoh'ease SKLAR~ture does not wa~ a~y other
im~mses in lees or other contractual fiSbts end I~-eby reserves all rights.
CC: Steve Cl~rk / SMG
!
13 05 1::'~ SE;p
SKLRRoht~eoture
Revised Sep~nber 13, 7.005
Revised July 22, 2005
April 10, 2005
Mrs. ~iury Mmicuc~i
City of'Miami B~ach
1701 Meridian Ava Suite # 20t
Miami Beach, FL.. 33130
Ret:.: ' Additional Consmm'tioa Adminigtrat/on S~'vioas to oontmot for CMB - Convention
Cemtm' ADA R. anovntioos, da~ed Fcbrtm~ 09, 2000. - Ca'oup D
Dear Nury,
As n result of' Contractor replnoenmnt & consuuctkm delays this letter is a n~lueSt that the
City increase SKLARchitecture's standing order to reflect additional project duration
thc MBCC ADA Renovation Proj~t. The intent of'fig contract is to pay $1,178.00 l~r
wcck leer Construct;on Administration sea'vices to SKE.AR~hitectur¢.
As a r~ult, SKLARchitoctum r~luir~ an in, reda ~o MBCC ADA porti°n of'
C. onstruction Administration t~ mfl~:t th~ additional Com~tmlion dur~on day~ whioh
estimated to b~ 26 w~oks for Group D.
T'he additional sm*vices am calculated m~ follows:
MBCC- ADA Project: Group "D"- Additional 26 weelts (~ $1,178.00 -- 30,628.00
The additional fee for the Cea;ruction Administrmion 'tm- Group "D" should then toted
=-$30,628.00
As a result, Sklarchitcctute's c, ontt~t should be amended.and grandee order for the project
should be increased by $ 30,628.00.
S~itecture wifl continue to provide Construction Administration Services monlbly
and be paid montbly at fixed araount for the duration of'the project as previously perl'onned
for preceding Cormlruction Administration Services.
Note: By accepting this contract increase SKLAR~hitecture does not waive any other
increases in fees or other contractual riBhts and hereby reserves all rights.
Art L. Sklar, AIA, N~K~B
Principal
CC: Stero Clark / SMG
ALS/jr
Revised October 12, 2005
Revised March 30~', 2005
Mrs. Nury Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
SKLARchitecture
Consulting Services Rcauired for the Unilateral Chan~ge order to the Miami Beach
'C3mvention Center Project.
Dear Nury,
This is a proposal for the additional services per article 2.9.11 of our contract, for Special
Architectural consultant scrviccs to prepare the (nmommendation to remove C, azo 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 information, delays documentation, and cost calculations for monies
expended & contract balance to remain.
4. Prepare paperwork, back-up & letters as required for City of Miami Beach to initiate
Unilateral Change Order.
Our fee~ for thee Reimburaable Exuen.~u are eatimatezl aa follow:
Calculated from above with hourly rates per schedule "C" of the contract:
Principal Architect- 20 Hrs. (~1 $145.00
Technical Support- ] 4 Hrs. (~ $ 60.00
Clerical Support/Administration - 7 Hrs. (~ $ 45.00
Total Fee
2,900.00
840.00
,, 3,] .o0
4,055.00
~' D~ign
Urb~
Envirmzmen~s
2310 Holl~u,ood Flied.
Should you have any questions please contact us at your earliest convenience.
Sincerely, j. .
Ari Sklar, Al^, N~ARB
President
Florida 33020
Tel: 954.925.9292
Fax 954.9Z5.6292
rnail~$1dm'chiz~:l.com
ALS/it.
¥,w~.~klan:kitecl.cum
AA 0002849
lB 0000894
NCARB CERTIFIED
Ari Sklar, A.I.A.
Oscar Sklar, A.I.A.
September 10, 2005
Mrs. Nhry Menicucci
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
SKI-ARchitecture
Re:
Addition~ Consulting Services Reauire~d for the ~e,~ination of Cmo Construction o,
the Miami Beach Conven;ion Ce__nte__r Project, ' --~
Dear Nury,
This is a request for the additional services per a~ticle 2.9.1 ] of our contract, for Special
Architectural consulting services during the termination of Cazo Construction.
The following ar~ additional services that have been performed.
1. Coordination & Meetings with C~ 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 d6¢umentation, and cost oalculations in negotiations
with Cazo Construction.
4. Prepare paperwork, as required for City of Miami Beach to assist with legal termination
issues.
Our time fees and expended for the ~rvt~ above wer~ m follow-,
Calculated from above with hourly rotes per schedule "C" of the contract:
Principal Architect -24 Hrs. (~ $145.00
Technical Support- 10 Hrs. (~ $ 60.00
Clerical Support / Administration - I0 Hrs. ~ $ 45.00
Total F~
3,480.00
600.00
450.00
4,530.00
Should you have any questions please contact us at your earliest convenience.
President
ARCHITECTURE
Commercial
Archi~ectue
Cenmbing
2.110 Hall~. u,'ood Bk.d.
Holtyg'ood
FIorMa 33020
Tel: 954.923.9292
Fa~ ~4.92~.6292
ALS/~t.
AA 0002049
I! 0000894
NCA RIll CERTIFIED
Ari Sklar, A.I.A.
Oscar Skla~, A. LA.
Revised October 12, 2005
April 01, 20O5
Mrs. Nury Menicucci
City of.Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
Suite # 1000
SKLARchitecture
Via; Fax & Mail
Re: Additional Services to Contract Dat_~_ Febr-~w 9~, 2000 for the Mi__nm/ Beach
Convention Center ADA'& Restwoms project for $.O.C. Contract to Alpin~
..Construction,.
ARCHJTECTURE
Dear Nury:
This is a request for additional services to assist the City in selecting and educating n 2nd
contractor for the ADA project for the Convention Center. Cazo Construction was
terminated for convenience and as result A.R.I, Architects, Inc., dba SKLARehiteeture
spent considerable time on additional services to bring the new contractor on board. The
following are additional services that have been performed:
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. Coordimation with City stnff.
6. Review & recommend remedial work.
7. Review Alpine cost proposals. 231o t~tb.,,,ooa st~a.
8. Review proposed schedule of values and oflaer paperwork ~ required for Alpine
Construction to mobilize on pwject.
.Our time for these Addition, al 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
contm~or concerns.
B) ~fEP Engineer- $.O.C "Bid" Assistance
8 Hours = 8 Hrs. MEP Engineer
Work Description:
Site visit, Contractor coordination, Site / projects stares meeting.
AA 0002~49
IB 0000894
NCARB CERTIFIED
Ari $1dar, A.I.A.
Osca~ Sklar, A. LA.
Additional Fees as, follo.ws:
Principal ArchiteCt 15.5 Hrs. (~ $145.00 $ 2,247.50
T~hnical Support 14.5 Hrs. {~ $ 60.00 $ 870.00
MEP Proposal / Fee - 8 Hrs. {~ $ 95.00 $
Total Fee $ 3,877.50
Should you have any questions please contact us at your earliest convenience.
Pres/dent
SKLARchitecture
ALS/it.
· March 15, 2004
Mrs. Nury Menicucci
Capital Projects Depamnent
City of Miami Beach
1701 Meridian Ave. Suite # 201
Mifuni Bench. FL. 331'39
RECEIVED
2 05 HAR 3.1 PH 12:23
SKLARchitecture
Re: Add'_,tiom! .__qerv_ ices to Contract 13~t~ June 6.~, 2001 for Jackie Gleason Theater_-ADA
& Interior Renovations for Re-Bid / Miami Skyline.
As requested by the City, SKLARchite~ture has provided additiorml services to assist the
City in selecting a Contr~tor for the ADA and Interiors project for the Jnckie Oieason
Theat~. The project was Re-Bid and successfully awarded to Miami Skyline Construction.
A.R.I. Architects, In~., dba SFd.,AR~hitecture has spent considerable time on. additionni
services to facilitaw this Bid process & award. Your Depamnent has confmned that this is
compensable time. The following are additional services that have been performed:
Additional Services:
1. Review & revise project information, summary of work, etc. and distribute to
procurement for Bidders.
2. Reorganins Specifications for Bidders.
3. Miscell~us coordination with City staff.
4. Field and respond to Bid questions / RFI's.
5. Re-Bid meetings with Bidders on site.
6. lnvestiga~ references of Miami Skyline.
7. Prepare schedule ofvalues or other pnperwork as required for Miami Skyline selection.
8. Clerical Support.
ARCHITECTURE
InG, rlm'
Udm
A, dfl~m~nl
,Our time [or these Additional_Serviem are as. ~ollows: (See attached Invoice)
Calculated from abov~ services with hourly rates plus escn]~on per schedule "C' of the
conWact.'
Principal Architect- ILS Hrs, ~ S 14S.00 S 1,667.S0
Project Manana'- 2 Hrs. ~} S 100.00 S 200.00
Technleni Support - 35 Hrs. (~ $ 60.00 $ 2,100.00
Clerical SupPort / Adm. - 10 Hrs. ~& S 4S.00 S 450_00
Total Fee S 4,41'/.54)
Should you have any questions please contact us at your earliest convenience.
Florid..33020
Tel: 954.925.9292
Fax 954.925.6292
m,t iiOddi~rchit f~t.mm
Sincerely,
President
WEf~/TE
AA 0002849
lB O00O094
biCAtS CERTIFIED
Afl 5klar, A.I.A.
C~car Sklar, A.I.A.
4
March 17, 2004
Mm Nury Menicucci
Capital Projects Depamnent
City of Miami Beach
1701 Meridian Ave. Suite # 201
Miami Beach, FL. 33139
RECEIVED
HAR 31 PH I2:23
CITY OF HIAF',i bEACH
CAPi'~'Ai.; ,,'-"'~.;-
P P,O J E C'[ S
SKLARchitecture
Re: Additional S~.vi~ to Conenct Dated June 6~'. 2001 for Jnckie Gleason Theater -
.
ADA & In~ri0r Renovations for Re-_tmmittin_m
Dem' Nury,
As requested by thg City, SKLARchitecture has pru--vided ndditional services to 'Re-permit"
the ADA & Interiors project for the Jackie Gieason Thealer. The Project had to be re-
permitt~i for the Florida Building Code prior to & during thc Bid process that was awarded
.to Miami Skyline Construction. A.R.I. Architects, Inc., dba SKLARchit~mre has spent
considerable time on ~klitional services to facilitate this ~itting process. Your
Dopm~ent has confirmed that this is compensable time. The following are additional
services that have been performed:
Addltimml Services:
1. Review & revis~ drawings and Coordination with technical staff.
2. Drawinlt Revisions.
3. Rcorganize drawings for Permit.
4. Miscellaneous coordination with City staff/CIP.
5. Rcqeetmit meetings with Phil Ann & plan Reviewers.
6. Document printing & application pwparation.
7. Clerical / Support.
ARCH/TECTURE
C.~~
Our time for these Add,hi S~~ ar~ as lobs: (See attached Invoice)
Calculated from above services with hourly rates plus escalation per schedule "C' of' the
corRractc 2~ lO Hollywood Bf~d.
Prineipoi Arehiteet- 73 Hrs. (~} $14S.00 $ l,O~7.qo
Technical Support- 12 Hrs. ~ S 60.00 S 720.00
Cbrksd SUDDOFt / Adm.- 4.25 HFL ~ $..,45,00 S .191~5
Total Fee S
Ft~ld. ~$OZO
Tel: 954.92.$.9292
Fax 954.925.6292
~il:
md~Os&l~ch~cr, com
Should you havc any questions please contact us at your earliest convenience.
Ari Sklar, AL4:, ARB
President
At t.
AA 0002849
lB OOO0894
NC. ARB CEItTIFIED
Afl Skla.r, A.I.A.
Oscar SkLar, Al.),.