Loading...
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.),.