Loading...
HomeMy WebLinkAbout2006-26415 Reso RESOLUTION NO. 2006-26415 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 A PROFESSIONAL SERVICES AGREEMENT TO BROWN & BROWN ARCHITECTS INC., IN AN AMOUNT NOT TO EXCEED $661,140, FOR ARCHITECTURAL, ENGINEERING, AND LANDSCAPE ARCHITECTURAL SERVICES FOR THE DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH CENTER, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 26-05/06; WITH FUNDING FROM PREVIOUSLY APPROPRIATED PAY-AS-YOU-GO FUNDS AND MIAMI-DADE COUNTY BOND. WHEREAS, the Scott Rakow Youth Center (SRYC) Renovation Project was initiated by the Mayor and City Commission in 1994 and was a part of the original $15-Million Parks Bond issue; and WHEREAS, the original scope called for the expansion and renovation of the ice rink and other improvements to the SRYC; and WHEREAS, on October 17, 2005, the City retained Brown and Brown Architects, Inc.{an AlE firm on the City's rotational list), with developing a schematic conceptual master plan which would evaluate Code concerns (including ADA and Fire Safety) validate the program and the budget, and propose a phasing plan for construction; and WHEREAS, Brown and Brown has participated in various site meetings to evaluate the existing conditions of the facility and met with the users to review the scope of work which would be necessary to bring the facility into compliance and fulfill the operational and programmatic requirements that the City presented to the community; and WHEREAS, after various meetings with the Parks and Recreation Department, the SRYC Advisory Board, the facility managers, the Property Management Division, the Fire Department, and the Building Department, Brown and Brown proposed an acceptable schematic conceptual master plan and budget which would be phased over an estimated one year of design, and 18 months of construction, while the facility would remain in operation; and WHEREAS, on May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 26-05/06 for Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award, and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center (Project); and WHEREAS, RFQ No. 26-05/06 was issued on May 12, 2006, and the submittals opened on June 27, 2006; and WHEREAS, on July 10,2006, and on July 20,2006, an Evaluation Committee convened to review submittals and interview and rank the submitting AlE firms; and WHEREAS, Brown and Brown Architects was unanimously ranked No.1; followed by MC Harry Associates, Inc. at No.2; and BEA International at No.3; and WHEREAS, on September 6, 2006, the City Commission authorized the Administration to enter into negotiations with the top-ranked firm of Brown and Brown Architects; and WHEREAS, the estimated Project construction cost is $4,290,000; and WHEREAS, the fee negotiated with Brown & Brown Architects, Inc. includes the following services: architectural/engineering and design-construction administration (18 months) fee of $571,140; reimbursable expenses fee of $25,000; boundary and topographic and underground survey of $50,000; and geotechnical testing services fee of $15,000; for a total fee of $661,140. NOW, THEREFORE, BE IT 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 a Professional Services Agreement with Brown & Brown Architects, Inc., in an amount not to exceed $661,140, for architectural, engineering, and landscape architectural services for the design, bid and award, and construction administration services for the renovation and construction of the Scott Rakow Youth Center, pursuant to RFQ No. 26-05/06; with funding from previously appropriated Pay-As-You-Go funds and Miami-Dade County Bond. PASSED AND ADOPTED this 6th APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ T :\AG EN DA \2006\dec0606\Regu la r\S RYC-AE-Brown Resolution Dec0606 .doc .-......---- BROWN rriI711J Pro"'" _., ScolI RoIeow __no! Con... '" lit ,'-.. r ~ c: T~ Brown + BlOWn Archfteett ~ ..Additions tlod RMlovwtJona 7100 $w '" Ave. Sullo 2111 ~.:: _ ''':~,~'' IIIoml A 33173 Doowt "Ph_ I T.... Prine: Rev. Jt An:h. CIortc. , I.JIl>or , T_ - An:h Ardl CAD i , Coot($) , A CoMItue1Ion Docu......... 3O'Jr.~ 24 24 S 4,440.00 Dr....... Oocumerts 8 40 120 40 S 17,00000 k:a1~"'. 2' 8 40 S 6,880.00 .mh . Fire 0MlI. 8 8 $ 1,880.00 . "''''Ina 4 4 S 9-40.00 Board - 4 S 940.00 4 8 4 S 1,30000 COfnmeot. 4 8 4 S 1.30000 COmments 4 8 4 1.30000 ""'"'" 4 8 4 $ 1 300.00 40 24 8 S 8.04000 Ardt-~"I ubot' .. 0 Lsbor Cool as 128 118 56 48 0 0 0 0 0 0 0 0 0 0 , ".320 00 Civil S 25,000.00 end............ , 4 000.00 st_ , 6,000.00 IlEPIiIoc_1caI FIra P_. E $ 40,000.00 I To'" AE 30% OOCUMiONT S 118,320.00 -- $ <<r% Dr.lrWlrg OoelMMnla 8 40 120 80 , 18,300.00 lcatlon& Oocumencs 24 8 16 S <4,690.00 I~~~- 8 .0 40 $ 8 400.00 4 4 $ 9-40.00 4 4 S 940.00 4 8 4 $ 1,300.00 It~B 4 8 . $ 1.300.00 . . . 8 4 S 1 300.00 . 4 8 4 $ II CoNtructloo Budost E_Ol. 40 24 6 S An:__ Lsborlloun "TOUI LlIbor C_ 88 136 192 76 24 0 0 0 0 0 Q 0 0 0 0 $ CIYtI S . S 4, . $ 6,000.00 _....E! S .0.000.00 T_I AE 60% DOCUMENTS S 111.500.00 C . 100% OocUtnrlntl 8 80 12ll 40 S 19.200.00 =onI. 24 6 24 S I 6 40 40 $ 4 4 $ 4 4 $ . Comment. 4 8 4 S COOvnonl. 4 8 4 , 1.300.00 iiIV Crol....... 4 8 - $ 1 300.00 Comme<t. . 8 . $ 1,300.00 .0 2' 8 $ . 'af 16 40 24 S .. r urs . Total labor eo.. ,,,. 198 216 66 32 0 0 0 0 0 0 0 0 0 0 $ $ end. $ '.000.00 $ 8 000.00 IlEP -F1"_~1 , 40,000.00 Toto! AE 100% DOCUMENTS , 121,00000 0 Bidd'..._ _Old Pre-61d ea.""""", - 4 4 $ 1.240.00 _BiddmR_""""". 8 .0 S 5.400.00 A_ RSCClIl1mOI'kllIlOn 8 4 $ '_.00 -- '-- Hours" T.... '--Coot 20 48 4 0 0 0 0 0 0 0 0 0 0 0 0 $ 8 000.00 eMt $ 5,000.00 _ Inla.tlDft $ II - $ IIEP _FI.._ $ Toto! AE Illddi _.....or<l$ E 1..._IoI....ionm_ E .. 4 $ ill Ion MniOiW'8tiOn 156 312 $ 40 160 S 60 320 $ . 4 Pl1a 16 16 S 3,760.00 16 16 $ 3.760.00 -- 16 16 $ 3 760.00 .- 16 16 S 3,760.00 8 24 $ 3.64000 _u..1aor Hours & TOUI '-- COol 35:.! 8801 0 0 0 0 0 0 0 0 0 0 0 0 0 $ 141,2.0,00 CIoII $ 10.000.00 and $ 2.ooo.0Q ~ $ 10.000.00 UEP Flra_ EIact_ $ 250,000.00 I T_AECon____ $ 168,240.00 1WnMn~ Ex....._ t..bof Rat.. Pet Hour ""'.- SubtoCal Labor(T_A,B,C,D U) , 2M,14O.oo OlUI-pock.. "-- $25.000.00 .. ChI! 5 10,000.00 <A<11il_ "'_Iflgll.nd Pr_'liOns' c . - , 30,000.00 . _act 00 IlEP and............ S 150,000.00 5 15.000.00 - _T_AE-. $ 571140,00 Aalmb Eapan-.(P__... and _...~) 5 25.000,00 $125.00 BoUnd.., To~ tJnctMgroundSUrwey 5 SO.OOO,OI) S90,OO _..IcaIT';"';'" $ 115 OClO.OO Prin. A1ch. at Reo<> $110.00 lMdtlca $75.00 Talal 525.000.00 Clarical $SO.OO l'oUfF.. $ 881 1>10.00 BROWN rriI711J Projod T.....,.,.. __ __ eon... ....,-" T C Brown + Brown Archftectt: ~ ..Addition. Md AenoVlll'lton. 7100 Sw " Ave. Sun_ 201 ~_''':~1~- II""" F1, :13113 IDoowt &P'-: T_ Pnnc Reg. Jr An:'" Clorlc. ~ , T.... Ard! Arch An:h CAD Coot(S) A eo.otrudlon Docu_. 30% Doc_ Al-SuiJI Verification 24 24 $ .,44000 . ~ Dtawtnat. Documents 8 .00 120 40 $ 11,00000 83O'lr. fic8Uons Ooctmenta 24 8 40 $ 5,88000 ISlAnd-Uo R.vktw wUh BuiId.lrn'Zonino Fire 8 8 $ 1,88000 Crolm M8OIi~ 4 . $ 9.00 00 Desion Roylaw Iloatt1 4 4 $ 94000 I 8 Crolmunlv Desion MI . Common, . 8 . $ , ,300 00 I 8 'Zonina Fire DeDI. Commenls . 8 . $ 1,30000 I 8 CM 0 RisI< Conolruclatlll comrnoro. 4 8 4 $ 1 300 00 I 0 ROYlowlloortl~ . 8 4 $ 1,30000 COnItNction BlduII Estimate .00 24 8 $ 8,040.00 """'__~r 110... a T_ ~Cool 88 128 118 58 ... 0 0 0 0 0 0 0 0 0 0 $ ",320 00 Chil $ 25,000 00 ~lna_I"""""n S 4,000 00 -... S 8,000.00 IIEPI_....FI.._E_ S 40,00000 I T_AE_DOCUIlENT$ $ 119,32000 B I~ Docu_. 8O'll.1loc:umonts ~o 80% Dr Doc........ 8 40 120 60 S 1830000 . 60% Soeaficalionl Oc:xu1'lenll 24 8 16 $ .,68000 B 'Z"""", Rra ~ Revlow p~ 8 40 40 $ 8,400.00 lComm ...-.. 4 . $ 940.00 IDeslon Ravi_ Boord . . $ 9-40.00 I t. Comm MI . Common. . 8 . S 1,300.00 Ilnoorncrate Bkb'ZoNno Fire Oed, Commenll . 8 . S 1,30000 I 8 CM 0 Rillll Conoln.<:IIIIllI Common. . 8 4 $ 1,300.00 I 8 R....... eo.d Cor'rwnens 4 8 4 $ 1,30000 Constnxtion BudoM Elfimale 40 24 8 8,04000 """'_ LHor 110..." TOUI Lobo< eoot 88 136 '92 18 2. 0 0 0 0 0 0 Q 0 0 0 $ 46,500 00 CMI $ 26,000 00 and S .,000.00 StNctural $ 8,000 00 IIEP Fire __ EIodrtcoI $ 40,000.00 T_ AE _ DOCUIlENTS $ '21 500.00 C c:.on.tNcUon OocUfMrQ.. 100% Documents l~eI. 100% DocumenI. 8 80 '20 .00 S 19,20000 IComdeIe tClO% SoeciIlC81tona Oocumenla 2. 8 24 $ 5,080 00 BIdQIZoni~ Fire ""'" Revlow_ 8 40 40 $ 8 400 00 Communitv OMan Meeclno 4 . $ 9.00 00 Revlow Board 4 . $ 9.00 00 I to 0-. MIa. Comm..... . 8 4 $ 1 300 00 IncomoraI8 Bkb'Zonino FIf. 08d. CornrntfU . 8 4 $ 1,300 00 I to CM 0 R.... Conoln.<:IIIIllty Com..-. 4 8 4 $ 1 300.00 I 0 Revlow Boord COmm.... 4 8 4 $ 1,30000 ConoIndion B_ E"_. 40 24 8 $ 8,040.00 Final __ Aooroval 18 40 2. S 6.20000 -"~_"T_~CooI 11M 198 216 58 32 0 0 0 0 0 0 0 0 0 0 S 58,000.00 CI"n S 15,000.00 Lond-=-a _1rrioaIlaft $ 4,000.00 -... $ 8,000 00 IIEP'_FII9_~1 S .00,000 00 ToUI AE lOO!1. DOCUIIENTS S 121,00000 0 B_na__ ~ Cod.ence 4 4 4 $ 1240.00 - ......... 8 40 $ 5,400.00 A__ion 8 4 $ 1,440.00 _.... ~ 110... a T.... ~CooI 20 ... 4 0 0 0 0 0 0 0 0 0 0 0 0 S 8.080 00 Chit $ 5,00000 Lend......... _1-...... $ 1,00000 -- S 2,00000 IIEP _FI.._ $ 5,00000 T_AE B___ S 21 oeo 00 E eon___nl7ll_ Pre-ConIIn.JCtion CorIerence . 4 S 9.0000 GononlI Conolruction ___ 158 312 S 53 820.00 Conolruction M..._ 40 180 $ 22,800 00 51. v.... 80 320 $ 45.200 00 St.tlo!Unial t ion 4_ 18 18 $ 3,16000 PI.ncI1Iist._ 18 16 $ 3,780.00 Punc:I1IislVoril_t_ionl4_1 16 18 $ 3,780.00 FtnoI Aoorovo/ -ion ._ 16 18 S 3,76000 ........ CIooaouI 8 2. S 3,640.00 -"~Houra" ToloI ~CooI 362 884 0 0 0 0 0 0 0 0 Q 0 0 0 0 S 1412.00.00 Ci"y S 10000.00 -- $ 2,000.00 -... $ 10,00000 IIEP _.... FI.. _ EIodrtcoI S 25,000.00 TOUI AE ConotnIc:aorl Ad__ $ 188,24000 _E_ lAbor RIf.. Per How """'--... a_ ~(T- A,B,C,DK) S -,14O.1lO O\A""-pacl<sl E__ 125.000 00 PmcJAI<h. "'_ $125.00 eM! S eo,OOOJlO (AddiI__i_and Pr_....1 II - S ",000.00 I~Jr._oeI S7500 IIEP $ 11O,llOO.00 CAOO 000raI0t 86500 --- S I5.QOQ,1IO Pm. MEP [~ "'_ $125.00 SubT_AE_ S I71t4O.1lO BeciMocIl .- $11000 RoI....~(P__ondAdcl_~) $ 21,000.00 CtvIVStn.ld. E .- $125.00 Iloundooy T__ Undorv......""......., $ 1O,llOO,00 Jr.E AI $80.00 __ T-.... S 15,llOO.1lO Pm. M:I1. '" Rae<> $110.00 $76.00 TOlaI $25,000.00 CIoricaJ $50.00 T_ Foe S ..114O.1lO COMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, awarding a professional services agreement to Brown & Brown Architects Inc., in an amount not to exceed $661,140, for architectural, engineering, and landscape architectural services for the, design, bid and award, and construction administration services for the renovation and construction of the Scott Rakow Youth Center, from the reviousl a ro riated Pa -as-You-Go fund and Miami-Dade Coun Bond. Ke Intended Outcome Su orted: Ensure well designed quality capital projects. Issue: Should the City Commission accept the City Manager's recommendation to award a contract for architectural, engineering, and landscape architecture services for the design, bid and award, and construction administration services for the renovation and construction of the Scott Rakow Youth Center in a not to exceed amount of $661,140, to the firm of Brown & Brown Architects Inc.? Item Summa IRecommendation: The Scott Rakow Youth Center (SRYC) Renovation Project (the "Project") was initiated by the Mayor and City Commission in 1994 and was a part of the original $15 Million Parks Bond issue. The original scope called for the expansion and renovation of the ice rink and other improvements to the SRYC. After the default of IBLA Contractors from the Project, the City subsequently finished the new Ice Rink and achieved a Certificate of Occupancy under F&L Construction on 4-4-2006. On October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an NE firm on the City's rotational list) with developing a schematic conceptual master plan which would evaluate code concerns, including ADA and Fire Safety, validate the program and the budget and propose a phasing plan for construction. Brown and Brown participated in various site meetings to evaluate the existing conditions of the facility and met with the users to review the scope of work which would be necessary to bring the facility into compliance and fulfill the operational and programmatic requirements that the City presented to the community. After various meetings with the Parks and Recreation Department, the SRYC Advisory Board, the Facility Managers, the Property Management Division, the Fire Department, and the Building Department, Brown and Brown proposed an acceptable schematic conceptual master plan and budget which would be phased over an estimated one year of design and eighteen months of construction, while the facility would remain in operation. On May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) 26-05/06 Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award, and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center Project. On September 6, 2006, the City Commission authorized the Administration to enter into negotiations with the top-ranked firm of Brown and Brown Architects. The City Administration negotiated an agreement and recommends approval of the attached Resolution awarding a professional services agreement to Brown & Brown Architects Inc., in an amount not to exceed $661,140, for architectural, engineering, and landscape architectural services for the design, bid and award, and construction administration services for the renovation and construction of the Scott Rakow Youth Center, with reviousl a ro riated fundin . Advisory Board Recommendation: IN/A Financial Information: 08 1 2 Total Amount $581,140 $80,000 $661,140 Account Pay-as Y ou-Go-Fund 302-2513. Miami-Dade County Bond mdc-2513 Approved Financial 1m act Summa Ci Clerk's Office Le islative Trackin Graciela Escalante R.A., Senior Capital Projects Coordinator Sign-Offs: Department Assistant City Manager Director JECh T T:\AGENDA\2006\dec0606\Regular\SRYC-AE-Services r wn-Summary Dec0606,doc City Manager ~ ~ MIAMIBEACH AGENDA ITEM DATE ~7B / ,).-v, -tl b ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez, City Manager '\ ~ December 6, 2006. ~ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AWARDING A PROFESSIONAL SERVICES AGREEMENT TO BROWN & BROWN ARCHITECTS INC., IN AN AMOUNT NOT TO EXCEED $661,140, FOR ARCHITECTURAL, ENGINEERING, AND LANDSCAPE ARCHITECTURAL SERVICES FOR THE DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH CENTER, FROM THE PREVIOUSLY APPROPRIATED PAY-AS-YOU-GO- FUND AND MIAMI-DADE COUNTY BOND. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING Funding is available from the previously appropriated funding for the Scott Rakow Youth Center Project in the Pay-as-You-Go Capital Fund 302-2513 and Miami-Dade County Bond. ANAL YSIS The Scott Rakow Youth Center (SRYC) Renovation Project (the "Project") was initiated by the Mayor and City Commission in 1994 and was a part of the original $15-Million Parks Bond issue. The original scope called for the expansion and renovation of the ice rink and other improvements to the SRYC. The following is a chronology of the work at the Scott Rakow Youth Center: · On June 19, 1996, the Mayor and City Commission approved the Master Plan for the improvements to the City's Parks and Recreation facilities of which the Scott Rakow Youth Center (Project) was a component. · On July 16, 1996, an Agreement was executed with The Corradino Group for design, bidding and construction administration for the Project. · On April 9, 2001, a Notice to proceed was given to International Builders. · On April 24, 2001, construction began on Phase I of the project. · On July 21, 2003, International Builders was certified in default of the contract. Commission Memorandum-SRYC AE Resolution December 6, 2006 Page 2 0'5 · On October 10, 2003, the permit was changed to F&L Construction, who was tasked to complete Phase I and achieve a Temporary Certificate of Occupancy (TCO) for the project. · On January 9, 2004, a TCO was achieved on the project. · On April 4, 2006, a Certificate of Occupancy was achieved on the Project for Phase I. · On October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an AlE firm on the City's rotational list), with developing a schematic conceptual master plan for which they would evaluate code concerns, including ADA and Fire Safety, validate the program and the budget and propose a phasing plan for construction, Brown and Brown have participated in various site meetings to evaluate the existing conditions of the facility and met with the users to review the scope of work which would be necessary to bring the facility into compliance and fulfill the operational and programmatic requirements that the City presented to the community. After various meetings with the Parks and Recreation Department, the SRYC Advisory Board, the Facility Managers, the Property Management Division, the Fire Department, and the Building Department, Brown and Brown proposed an acceptable schematic conceptual master plan and budget which would be phased over an estimated one year of design and 18 months of construction, while the facility would remain in operation. · On May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) 26-05/06 Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award, and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. The purpose of this RFQ was to obtain qualifications from professional consulting firms to provide Architectural and Engineering Services for the planning, design, bid and award and construction administration services for the renovation and construction of the Scott Rakow Youth Center Phase II Project. · RFQ No. 26-05/06 was issued on May 12, 2006 and the submittals opened on June 27, 2006. A pre-RFQ proposal meeting was held on June 1, 2006. · On July 10, 2006, and on July 20, 2006, an evaluation committee convened to review submittals and interview and rank the candidate AlE firms, Brown and Brown Architects was unanimously ranked No.1, followed by MC Harry Associates, Inc, at No.2, and BEA International at No, 3. · On September 6, 2006, the City Commission authorized the Administration to enter into negotiations with the top-ranked firm of Brown and Brown Architects. SCOPE OF SERVICES The scope of work for the renovation of the existing facility consists of the following components: expand the existing parking lot by 44 parking spaces and provide a bus drop- off area which separates vehicular and pedestrian traffic; provide ADA accessible walkways from the handicapped parking to the main entrance and to the new outdoor playground area; convert the old ice rink into a multi-purpose room; renovate the existing entry plaza; construct a new entry addition with security counter and lobby and a new handicapped accessible elevator; provide first floor renovations, including a new snack bar, new ADA accessible bathrooms; new fitness center; new lighting, flooring and ceiling treatments; second floor renovations including new classrooms, new music room, new reading room, storage room, and renovated Parks Department staff office areas, The renovations will Commission Memorandum-SRYC AE Resolution December 6, 2006 Page 3 of 6 include a new fire sprinkler system, and central fire alarm system for the entire facility, as well as upgrading existing HVAC systems for the new design loads, In addition, new offices for the pool manager and the golf starter, a new trash collection area, and a new Zamboni drainage pit for the new ice rink will be provided. The City has received a proposal from Arthur Hills, Steve Forest and Associates (AHSFA) to provide a conceptual design of the Par 3 Golf Course. This proposal includes the preparation of an overall schematic plan of the golf course and improvements for each hole including tee shape and orientation, fairway and green bunker design in plan, green design improvements in plan, fairway patterns and such items as ponds to provide strategic and aesthetic qualities and other related improvements. AHSFA will also evaluate the drainage requirements of the site and make the appropriate recommendations, This study will provide the City with a cost for the renovation of the Par 3 Golf Course. The conceptual design will be presented to the residents as part of an on-going dialogue regarding the use of the golf course and its relation to the Youth Center. In addition, AHSFA will coordinate their work with the planned improvements for the SRYC included in Brown & Brown's scope of work. The City has met with the residents of the SRYC community and is attempting to reach an appropriate compromise that could satisfy both stakeholder groups' concerns regarding the location of on-site parking and the playfield and the impact these improvements may have on the Par 3 golf course and the neighborhood. A Tentative Phasing Schedule and Estimated construction costs were developed as follows: Phase 1-A: Entry Addition, Entry Renovations, Elevator & Entry Plaza: $1,400,000 Phase 1-8: Convert Old Ice Rink into Multi-Purpose Room, and First and Second Floor Restrooms: $800,000 Phase 2: Second Floor Renovations: $900,000 Phase 3: First Floor Renovations: $280,000 Phase 4: New Parking, Accessible walks and Repaving existing Parking: $300,000 Phase 5: New Play area and Golf Starter Office: $150,000 Phase 6: New Pool Manager's Office, Zamboni Pit & Trash Collection Area: $70,000 $390,000 $4,290,000 Construction Contingency: Estimated Construction Costs: Commission Memorandum-SRYC AE Resolution December 6, 2006 Page 4 of 5 The architectural fee negotiated with Brown & Brown Architects Inc. includes the following services: Architectural/Engineering Fee: Design-Construction Administration (18 months): $571,140 Reimbursable Expenses: $25,000 Boundary and Topographic and Underground Survey: $50,000 Geotechnical Testing Services: $15,000 Total Fee: CONSULTANT TASKS $661,140 Brown & Brown will be tasked with the following duties and responsibilities: Task 1 - Design Services Task 2 - Bid and Award Services Task 3 - Construction Administration Services Task 4 - Additional Services Task 5 - Reimbursable Services Task 1 - Desion Services: The Purpose of this Task is to establish requirements for preparation of the contract documents for the Project based on the approved master plan for the renovations to the Scott Rakow Youth Center. The Project will be phased in 5 or more phases to be better defined after a thorough review of the existing conditions and the parameters established by the Fire Department and Building Department. The City's intent is for Brown & Brown and its Sub-Consultant's is to phase the project based on practical construction limitations as well as integrate the Structural, Mechanical and Life Safety systems which comprise each phase to achieve Completion on a phase by phase basis and Final Certification upon the successful completion of all phases. It will be the responsibility of the AlE firm to work out these issues with the Agencies having Jurisdiction, since the facility will be in operation while under construction. Note that the selected firm will be required to perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings. These tasks include, but may not be limited to, surveying, utility verification, and listing encroachments in the Right of Way using formats established for the City's Right of Way Infrastructure Improvement Program. In addition, Brown & Brown will follow the City standards for the preparation of contract documents, inclusive of drawings, specifications and front end documents, and cost estimates. Review submittals will be prepared at the 60% and 100% for City staff review and permitting completion stages. Contract documents will be subject to constructability and value engineering reviews to be performed by others. The selected firm will attend and participate in Community and/or user groups Design Review Meetings (CDRM) to present and discuss the design progress and concept at different stages during the design; and will work with the City to adjust 1 revise project scope as may be deemed necessary to meet established budgets as the design evolves through the stages of completion. The selected firm will also be responsible for reviewing and receiving approvals of its construction documents from all jurisdictional permitting agencies and boards prior to finalization. To facilitate the implementation of a Public Information Program, the selected firm will provide electronic files of all project documents, as directed by the City. City in-house Departments shall be required to respond, in writing, to all review comments. Presentation formats will be as directed by the City. Note that the selected firm shall establish and maintain an in house Quality Assurance / Quality Control (QAlQC) program designed to verify and ensure the quality, clarity, completeness, constructability and bid potential of its contract documents. Commission Memorandum-SRYC AE Resolution December 6, 2006 Page 5 of 5 Task 2 - Bid and Award Services: The City is contracting with a CM for pre-construction services for this Project. The CONSULTANT shall assist, advise and evaluate bids and the GMP Amendment(s) as required in the Pre-Construction Services Agreement, attached as Schedule E incorporated herein by reference. City shall transmit permit approved contract documents prepared by the CONSULTANT to the City's Risk Management and Procurement Departments for verification of appropriate insurance and bonding capacity requirements for each Project prior to bid. Various departments within City (Risk Management, Procurement and the City Attorney's Office) have non- technical review responsibility for the Construction Contract Documents. CONSULTANT shall assist City in this process by providing three copies of Construction Documents, participating in meetings, submissions, resubmissions and discussions with these departments. CONSULTANT shall respond to City comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by City. CONSULTANT's compensation includes meeting with these departments as requested by the City's Representative. CONSULTANT shall provide City and CM with reproducible, camera ready, sets of permit approved Construction Documents. The CM shall conduct one or more pre-bid conferences. CONSULTANT shall attend the pre-bid conference and bid opening for each phase of this Project and review, and advise the City accordingly. The Consultant shall review the GMP proposals submitted by the CM and advise the City and make recommendation for award. Task 3 - Construction Administration Services: Brown & Brown shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at the pre-construction conference, attendance at weekly construction meetings for a period of 18 months, responding to Contractor requests for information 1 clarification, responding and evaluating Contractor requests for change orders I contract amendments, review of shop drawings, review of record drawings, review and processing of contractor applications for payment, specialty site visits, project closeout reviews including substantial and final punch list development and project certification, warranty administration. The City will provide day-to-day construction administration and observation service on the Project. Task 4 - Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance of the Work, they will be requested by the City and negotiated in accordance with contract requirements, and awarded according to the City's procurement process. Task 5 - Reimbursable Services: The City may reimburse additional expenses such as reproduction costs. CONCLUSION The Administration recommends approval of the attached Resolution awarding a professional services agreement to Brown & Brown Architects Inc., in an amount not to exceed $661,140, for architectural, engineering, and landscape architectural services for the, design, bid and award, and construction administration services for the renovation and construction of the Scott Rakow Youth Center, from the previously appropriated Pay-As-You-Go fund and Miami-Dade County Bond. Attachments: AlE Agreement. AlE Proposal Spreadsheet. Schematic Master Plan Documents T:\AGENDA \2006\dec0606\ReguJar\SRYC-AE-Services Brown -Memo-Dec-0606.doc " , I I! ,~ ; L ! .;1 i ~" "'..--r"'....".."'.. / ./."'./..,,... , \, " '. .........A-.... ""1 ,...--............. .) , ,~,,,,,_.! l.y....'."'_....-,r,4r~ ''', / \ > ) t /! It"''''t~~ / \ ~ . I! 'p ~ \ :: I r{ i f t f pl ~ 1 . ,.~/ j H i.'~\~,,!~J~'~'^. j^t ~.~ -l r.. ri l j ! ~ U-k:.; J ! b A ~ ~ ~ : I .! r r ! fl r ! j J !il J ~ t ! 1 ~ fJ i " H H I B II dB r r l f f eaIU'\ilG>e88~e8 I.LAA jlj ~ ~ I ]tl it 11 ~ R rr~ 1)!~ i i ~ ~ I L l~ "I J.. M .r1i " ir~tiH p ~~ I~ b ~~ I f ~ifft),h tf~! HI j! ~ I IU! iu'r: I! i!;! j!h! . . ..... /". '; \ (:;--\., \iJ "(. II i. I; e~~ $ i ~ I ZI....Olll.1 >- ~Q'~l :> ,~~.1 I o if' n. 0::: .. ::::; co ~1,1l1 ~ ~! ~ ~~ u ~ r/,/'~"'h"" ", (' . ",...<'''::,.. ~:~~~r,,::~');1,~~; , , , o : z,,' <z 0:0 ~~. "0 Uz xX" ~g~ co>... ~~s "'~.. l5J:~I~ ~8~ . UfI)i! ~ .......-. ~...............'"\...""~ )/ .... '-~~ ](;. ffi /....... ..." .,~J' \[)J \._' . ..............A"'. i 'i ! c [7 l~ ~ / :1 )",\1'\&1: vJ1-& I~ 1..111,.1:.."" ~ ..... ~ ,ffffflWlfmfiUnffflfmnmf / ~~lfll tzUdU!U frifJ~~l : IS!iplflll!l'l\l~ DIU Itrdt,itlf I f!f1ili IrP,lfi i;ly ~ i I r I, t; ij ~ 1m I mr H ! I~ If !l~ Pi' f jf r r I ~i '< Ii :r,1I 3Jq (J)!i -1'1 :r," oil ~! ::tJt ~; ~l' it fit Ii Il (j) ( Z J -1 I ~ !CO", .~8~ 1 r;1~o t::~~ .~~~ !2~e ';::l:lSn !mxX i~~ !~;;l :~:o :"'~ , 0 ! 0 . '" ; ;I:l' ! Z ~ ::It: II- l! c. ! t ~ ~ "/if !;f!( ...j H...JI!;e....!; 'lr'i~ !h. Hil~f II ql' ~lii~J hlll' pi 'l .(II~i'" "~:ll (II ~i~ liH!Ulii Uni I Jlltf f {'Pf" hi Ii if Jll l"l r ~:; . ~ ! Io-1: 1 r ... 1 f · ",- I. If I 9 l~i i I J H l p:~o . S~:J h,,~ 't .".~ \:'''1; z~l! a~e "co ~~:t ,~~ .!~ oJ:: z> "'z " 11 '" " % " . ~ ,,// Iii- li-" 0 / I, / ~i \ / " \ \ \ \. ~ C') ~ (:j ;n Cl ~ ~ ~ /' / \ , , , ./ \ ! /' \ / '03 ), " ;/ '- /' " /' , /' ',0./ /~i" / , /' '- /' '- / '- '- " '. , I I ! ~i. ~~ /' ,. / ,I /' / '- ( (j) z '- lWH 1fj ~, I Illi~ ~i U1 II~M tlUS!! ."IDII..Q .tl"'IS.ill~e fIlliHffflffffffffffffffi ffUUHlldlflrlfJ:mUi, I"rfrff B r .!u.U i Illillil l'!! I~! I ~ ~ / / , ! / ! , \ ,;..";"'~ . \. , ~~ ~! \ . \ ~ ~ ~\ 1b~ ~~ t ~ecf ~ ~f ,. Plll'i~ (..~..tJ.!:e".& ! ~ i..lllil&tliifhlll. s flu.Hl)-{qi: ~HI I zll~llhh~llPI I Z I · !.dl"f1h Ie f (f H"i (iiff 1 ~ I ~ ~i' . ~ i f ii i AGREEMENT BETWEEN CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE RENOVATION OF THE SCOTT RAKOW YOUTH CENTER DECEMBER 2006 Scott Rakow Youth Center Phase 2 TABLE OF CONTENTS DESCRIPTION ARTICLE 1 DEFINITIONS 1 .1 City 1.2 City Commission 1.3 City Manager 1.4 Proposal Documents 1.5 Consultant 1,6 City Project Coordinator 1,8 Basic Services 1 .9 The Project 1.9,1 The Project Cost 1.9.2 The Project Scope 1 . 1 0 Construction Cost 1.10,1 Construction Cost Budget 1.10.2 Statement of Probable Construction Cost 1.11 Force Majeure 1.12 Contractor 1.13 Contract Documents 1.14 Contract for Construction 1.15 Construction Documents 1.16 Contract Amendment 1.17 Additional Services 1,18 Work 1.19 Services 1,20 Base Bid 1.21 Schedules 1.22 Scope of Services ARTICLE 2. 2.1 2.2 2.3 2.4 2.5 2.6 BASIC SERVICES Design Services Bidding and Award Services Construction Phase Services Additional Services Responsibility for Claims and Liabilities Time ARTICLE 3. THE CITY'S RESPONSIBILITIES ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST ARTICLE 5. ADDITIONAL SERVICES ARTICLE 6. REIMBURSABLE EXPENSES 11 Novembe r 8, 2006 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 5 6 6 7 8 8 11 14 15 16 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 ARTICLE 7. COMPENSATION FOR SERVICES 16 ARTICLE 8. CONSUL TANT'S ACCOUNTING RECORDS 18 ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 18 ARTICLE 10. TERMINATION OF AGREEMENT 19 10.1 Termination for lack of Funds 19 10.2 . Termination for Cause 19 10.3 Termination for Convenience 20 10.4 Termination by Consultant 20 10.5 Implementation of Termination 20 10.6 Non-Solicitation 21 ARTICLE 11. INSURANCE 21 ARTICLE 12. INDEMNIFICATION 22 ARTICLE 13. VENUE 22 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. MISCELLANEOUS PROVISIONS 23 ARTICLE 16. NOTICE 25 SCHEDULES: SCHEDULE A SCHEDULE B SCHEDULE C SCHEDULE D SCHEDULE E SCHEDULE F SCHEDULE G SCHEDULE H SCOPE OF SERVICES CONSULTANT COMPENSATION HOURLY BILLING RATE PROJECT SCHEDULE PRE-CONSTRUCTION SERVICES AGREEMENT GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT INSURANCE AND SWORN AFFIDAVITS BEST VALUE AMENDMENT 27 28 29 30 31 32 33 34 1lI Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT BROWN & BROWN ARCHITECTS INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (AlE) SERVICES FOR THE RENOVATION OF THE SCOTT RAKOW YOUTH CENTER This Agreement made and entered into this _ day of _December_, 2006, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and BROWN AND BROWN ARCHITECTS., a Florida corporation having its principal office at 7100 SW 99 Avenue, Miami, Florida 33173 (hereinafter referred to as Consultant). WIT N E SSE T H: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in this Agreement and the attached Schedule "A", and wishes to engage the Consultant to provide architecture and landscape architecture, engineering services for the Project at the agreed fees as set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of architectural and interior design, landscape architectural, engineering and related professional services relative to the Project, as hereinafter set forth; and WHEREAS, the City intends to contract with KVC Contractors, Inc., (CM) for construction management at risk services to provide pre-construction services for the Project (Pre-Construction Services Agreement), ending up in the execution of a Guaranteed Maximum Price Contract for Construction for each phase of the Project (the Contract for Construction may also be referred to herein as the GMP Amendment). NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreements herein contained, agree as follows: Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 ARTICLE 1. DEFINITIONS 1.1 CITY: The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized designees, including the Project Coordinator and shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. 1.4 PROPOSAL DOCUMENTS: (Intentionally Omitted) 1.5 CONSULTANT: The "Consultant" is herein defined as Brown and Brown Architects, a Florida corporation having its principal offices at 7100 SW 99 Avenue, Miami, Florida, 33173. When the term "Consultant" is used in this Agreement it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. Any subconsultants retained by Consultant pursuant to this Agreement and the Project shall be subject to prior written approval of the City. The following subconsultants are hereby approved by the City for the Project: Electrical Engineer: CSA Group Mechanical Engineer: Hufsey-Nicolaides-Garcia-Suarez Associates Inc. Structural Engineer: CSA Group Civil Engineer: CSA Group Landscape Architect: Laura Llerena & Associates 1.6 PROJECT COORDINATOR: The "Project Coordinator" shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project, except as otherwise provided herein. 1.8 BASIC SERVICES: "Basic Services" shall include the architectural and interior design, landscape architectural, and/or engineering and related professional services relative to the Project, as hereinafter set forth, including: planning, design, bidding/award, and construction administration for the Project, as described in Article 2 herein and in Schedule "A" entitled "Scope of Services" attached hereto. 1.9 PROJECT: The "Project" shall mean the City Capital Project that has been approved by the City Commission and as described in Schedule "A" attached hereto. 1.9.1 PROJECT COST: The "Project Cost", as established by the City, shall mean the total cost of the Project to the City including: Construction Cost, professional compensation, land cost, if any, 2 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 financing cost, materials testing services, surveys, contingencies and other miscellaneous costs. 1.9.2 PROJECT SCOPE: The "Project Scope" shall mean the description of the Project contained in Schedule A attached hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" for the Project shall mean the sum which is the total cost or estimated cost to the City of all elements of the Project designed or specified by the Consultant and approved by the City, including, at current market rates (with a reasonable allowance for overhead and profit), the cost of labor and materials and any equipment which has been designed, specified, selected or specifically provided for by the Consultant and approved by the City, and including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of construction cost for rehabilitation of historic buildings, and not including the compensation of the Consultant and any subconsultants, the cost of land, rights-of-way, surveys, testing, or other reimbursable expenses. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsible bidder or proposer for any and all of such Work. 1.10.1 CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean an amount budgeted by the City for Construction Cost, as specified in the Project Scope in Schedule "A" attached hereto. 1.1 0.2 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean a forecast of Construction Cost prepared by the Consultant, as defined in attached Schedule "A" entitled "Scope of Services", for the guidance of the City. For Work which bids or proposals have not been let, the Construction Cost shall be the same as the latest Statement of Probable Construction Cost. The City shall have the right to verify the Statement of Probable Construction Cost or detailed cost estimate by the Consultant. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations, enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties' control; or by any other such causes which the Consultant and the City decide in writing justify the delay; provided, however, that market conditions, labor conditions, construction industry price trends and similar matters which normally impact on the bidding process shall not be considered a Force Majeure. 1.12 CONTRACTOR 1 CONTRACTORS: "Contractor" or "Contractors" shall mean those persons or entities responsible for performing the Work or providing the materials, supplies and equipment identified in the Bid and Construction Documents for the Project. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement; the Pre- Construction Services Agreement between the City and KVC Construction Company (Contractor), 3 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 dated December_ ,2006; the Contractor may also be referenced herein, or in the contract documents as "the Construction Manager (CM)", as defined in Section 1.23 ; the Agreement between City and Contractor; Contract for Construction; Conditions of the Contract for Construction (General, Supplementary, and other Conditions); Construction Documents; and addenda issued prior to execution of the Contract for Construction. A modification is one of the following: (1) written amendment to this Agreement or the Contract for Construction signed by both parties; (2) an approved Change Order; (3) a Construction Change Directive; or (4) a written order for a minor change in the Work issued by the Consultant. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean a legally binding agreement with Contractors. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, specifications, drawings, documents and diagrams submitted by the Consultant pursuant to Article 2.2 and Schedule "A" attached hereto. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean the written order to the Consultant approved by the City, as specified in this Agreement, and signed by the City's duly authorized representative, authorizing a change in the Project or the method and manner of performance thereof, or an adjustment in the fees and/or completion dates, as applicable. Contract Amendments shall be approved by the City Commission, if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less in amount (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager shall retain the right to seek and obtain concurrence of the City Commission for the approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services described in Article 5 herein, which have been duly authorized in writing by the City Manager prior to commencement of same. 1 .18 WORK: "Work" shall mean the work to be performed on the Project by the Contractor, pursuant to the applicable Documents. whether completed or partially completed, and includes labor and materials, equipment, and services provided, or to be provided, by the Contractor to fulfill its obligations. 1.19 SERVICES: "Services" shall mean the services to be performed on the Project by the Consultant pursuant to this Agreement, whether completed or partially completed, and includes other labor and materials, equipment and services provided, or to be provided, by Consultant to fulfill its obligations herein. 1.20 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant and approved by the City as being within the Construction Cost 4 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 Budget pursuant to the Statement of Probable Construction Cost provided by Consultant. "Base Bid" shall not include "Additive Alternates" or "Deductive Alternates". 1.21 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Scope of Services. Schedule B- Consultant Compensation: The schedule of compensation to the Consultant for Basic Services, and for Reimbursable Expenses, as defined, plus any Additional Services, as submitted by the Consultant and approved by the City. Schedule C - Hourly Billing Rate Schedule: The schedule of Hourly Compensation Rates to the Consultant as submitted by the Consultant and approved by the City. Schedule D - Project Schedule. Schedule E - Pre-Construction Services Agreement with KVC Contractors, Inc. Schedule F - General Conditions of the Construction Contract. Schedule G -Insurance and Sworn Affidavits. Schedule H - Best Value Amendment. 1.22 SCOPE OF SERVICES: "Scope of Services" shall mean the Project Scope as described in Schedule "A", together with the Basic Services and any Additional Services approved by the City, as described in Articles 2 and 5, respectively herein. 1.23 Construction Manager (CM): "Construction Manager" or "CM" is herein defined as KVC Contractors Inc., a Florida Corporation whose address is 9499 NE 2ND Avenue, Suite 205, Miami Florida, 33126, The City has contracted with the CM pursuant to that certain Pre-Construction Services Agreement, dated December 2006, and attached as Schedule "E" hereto to provide construction management at risk services to the City, culminating in the execution, of a Guaranteed Maximum Price(GMP) Contract for Construction. ARTICLE 2. BASIC SERVICES The Consultant shall provide Basic Services for the Project as set forth hereafter. The Services for this Project will be performed by the Consultant upon receipt of a written Notice to Proceed issued by the City Manager, or his designee, and Consultant shall countersign the Notice to Proceed. A separate Notice to Proceed shall be reauired for commencement of each Task. as defined in attached Schedule "A" entitled "Scope of Services". The Consultant's Basic Services shall consist of five Tasks (inclusive of design, bidding/award, construction administration and additional services) as described in attached Schedule A "Scope of Services, and including, without limitation, any and all of CONSULTANT's responsibilities and 5 Scott Rakow Youth Center Phase 2 Novembe r 8. 2006 obligations, as set forth in the attached Pre-Construction Services Agreement (Schedule E) and the General Conditions of the Construction Contract (Schedule F). The Consultant shall coordinate with subconsultants and other consultants, and conform to all applicable building codes and regulations. Consultant, as it relates to its Services, represents and warrants to the City that it is knowledgeable of codes, rules and regulations applicable in the jurisdictions in which the Project is located, including, local ordinances and codes (City of Miami Beach and Miami-Dade County), Florida Statutes, Administrative rules and regulations including, Federal laws, rules and regulations. The Consultant agrees to comply with all such laws, codes, rules, and regulations now in effect, and as may be amended or adopted at any time, and shall further take into account all known pending changes to the foregoing, of which it should reasonably be aware. The Consultant shall insert the provisions of all required laws, codes rules and regulations into the Contract Documents. The Consultant expressly agrees that all of its duties, services and responsibilities under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of projects of this nature in South Florida. In addition, Consultant represents that it is experienced and fully qualified to perform the Services contemplated by this Agreement, and that it is properly licensed pursuant to the applicable laws, rules and regulations to perform such Services. Consultant warrants that it shall be responsible for the technical accuracy of its work, including without limitation the Design Documents contemplated in section 2.1 below and the attached Schedule "A". 2.1 DESIGN SERVICES: Consultant shall prepare Design Documents, as noted in attached Schedule "A" (Task 1) entitled "Scope of Services". 2.2 BIDDING AND AWARD SERVICES: Consultant shall provide bidding and award services as noted in attached Schedule "A" (Task 2) entitled "Scope of Services". 2.3 CONSTRUCTION ADMINISTRATION SERVICES: Consultant shall furnish construction administration services as noted in attached Schedule "A" (Task 3) entitled "Scope of Services". 2.4 ADDITIONAL SERVICES: If required and so approved by the City, Consultant shall provide Additional Services as noted in 6 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 attached Schedule "A" (Task 4) entitled "Scope of Services". 2.5 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Approval by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, specifications or other documents and services; nor shall such approval be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, specifications or other documents prepared by the Consultant, its employees, subcontractors, agents and consultants. However, the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City and its employees. 2.6 TIME: It is understood that time is of the essence in the completion of this Project, and in this respect the parties agree as follows: 2.6.1 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement and the orderly progress of the Work. 2.6.2 The parties agree that the Consultant's Services during all phases of this Project will be performed in a manner that shall conform with the approved Project Schedule, which is attached to this Agreement as Schedule liD". The Consultant may submit requests for an adjustment to the Project Schedule, made necessary by undue time taken by the City to approve the Consultant's submissions, andlor excessive time taken by the City to approve the Services or parts of the Services. The City shall not unreasonably refuse to approve such adjustment(s) to the Project Schedule if the request is made in a timely manner and is fully justified. 2.6.3 In providing the Services described in this Agreement, the Consultant shall use its best efforts to maintain, on behalf of the City, a constructive, professional, cooperative working relationship with the CM and/or the Contractor(s), and others that have been contracted to perform Services and / or Work pertaining to the Project. While the Services to be provided by Consultant under this Agreement will be provided under the general direction of the City's Program Coordinator, it is the intent of this Agreement to allow the Consultant to coordinate the performance of all design and construction administration to the extent such coordination by the Consultant is permitted by the contracts for the design and construction administration. 2.6.4 It is further the intent of this Agreement that the Consultant shall perform its duties under 7 Scott Rakow Youth Center Phase 2 Novembe r 8. 2006 this Agreement in a competent, timely and professional manner and that it shall be responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 2.6.5 Whenever during the term of this Agreement, others are required to verify, review, or consider any work performed by Consultant, including but not limited to the design professionals, Contractors, and other consultants retained by the City, the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable public projects; or which are inconsistent with applicable laws, codes, ordinances, and regulations; or which are inconsistent with standards or decisions provided in writing by the City's Project Coordinator. Consultant will use reasonable care and skill in accordance with and consistent with customary professional standards in responding to items identified as discrepancies, errors and omissions by others. Consultant shall receive comments from reviewers via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be construed to mean as soon as possible under the circumstances, taking into account the requirements of the Project Schedule. 2.6.6 The City shall have the right at any time, and in its sole and absolute discretion, to submit for review to consulting engineers or consulting architects or other consultants, engaged by the City at its own expense for that purpose, any or all parts of the services performed by the Consultant, and the Consultant shall cooperate fully in such review at the City's request. 2.6.7 Consultant agrees to certify and warrant all estimates of Construction Cost prepared by Consultant. Said certifications shall be in a form and manner as approved by the City's Project Coordinator. 2.6.8 Consultant represents to City that all evaluations of the City's Project Budget, Consultant generated Statement of Probable Construction Cost, and detailed estimates represent Consultant's best judgment as a design professional familiar with the construction industry. Consultant cannot and does not guarantee that bids or negotiated prices will not vary from any estimate of Construction Cost or evaluation prepared or agreed to by Consultant. 2.6.9 Consultant agrees that, when the Services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certification of authorization, or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services, 8 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 2.6.10 Consultant agrees to employ and designate in writing, within five (5) calendar days after receiving its initial Notice to Proceed, a qualified licensed professional to serve as the Consultant's project manager (herein after referred to as "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of Services to be provided and performed under this Agreement. The person selected by Consultant to serve as Project Manager shall be subject to approval and acceptance by City. Replacement (including reassignment) of said Project Manager shall not be made without the prior written approval of the City, 2.6.11 Consultant agrees, within fourteen (14) calendar days of receipt of written notice to do such from City, to promptly remove and replace Project Manager, or any other personnel employed or retained by Consultant, or any subconsultant or subcontractors engaged by Consultant, which request may be made by City with or without stating its cause. 2.6.12 Consultant herein represents to City that it has expertise in the type of professional services that will be performed and pursuant to this Agreement. Consultant agrees that all Services to be provided by Consultant pursuant to this Agreement shall be subject to City's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with applicable published laws, statutes, ordinances, codes, rules, regulations and requirements of any governmental agencies having jurisdiction over the Project or the Services to be performed by Consultant hereunder. In the event of any conflicts in these requirements, Consultant shall notify City of such conflict and utilize its best professional judgment to advise City regarding resolution of each such conflict. 2.6.13 Consultant agrees not to divulge, furnish or make available to any third person, firm or organization, without City's prior written consent, or unless incident to the proper performance of Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning Services to be rendered by Consultant hereunder, and Consultant shall require its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. 2.6.14 The City and Consultant acknowledge that the Scope of Services does not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of the performance of the Services contemplated in this Agreement, Consultant determines that work should be performed to complete the Project which is, in the Consultant's opinion, outside 9 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 the level of effort originally anticipated, whether or not the Scope of Services identifies the work items, Consultant shall notify the Project Coordinator, in writing, in a timely manner, and obtain said Project Coordinator's written consent, before proceeding with the work. The Project Coordinator must comply with Contract Amendment processing requirements as outlined in Article 1.16, prior to issuance of any written authorization to proceed with Additional Services to Consultant. If Consultant proceeds with additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort, and deemed included as a Basic Service herein, whether or not specifically addressed in the Scope of Services. Notice to the Project Coordinator does not constitute authorization or approval by the City to perform the work. Performance of work by Consultant outside the originally anticipated level of effort without the prior written consent of the City shall be at Consultant's sole risk. 2.6.15 Consultant shall establish and maintain files of documents, letters, reports, plans, etc. pertinent to the Project. Consultant shall provide City with a copy of applicable Project correspondence for City to file in its filing system. In addition, Consultant shall provide electronic Project document files to the City, at the completion of the Project. 2.6.16 It is further the intent of this Agreement that the Consultant shall perform its duties under this Agreement in a competent, timely and professional manner and that it shall be responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 2.6.17 In the event Consultant is unable to timely complete the Project because of delays resulting from untimely review by City or other governmental authorities having jurisdiction over the Project, or such delays which are caused by factors outside the control of Consultant, Consultant shall provide City with immediate written notice stating the reason for such delay and a revised anticipated schedule of completion. City, upon review of Consultant's submittal and such other documentation as the City may require, may grant a reasonable extension of time for completion of the Project and may provide reasonable compensation, if appropriate. 2.6.18 The Consultant covenants with the City to furnish its Services hereunder properly, in accordance with the standards of its profession and in conformance with applicable construction, building and health codes and other applicable Federal, State and local rules, regulations and laws, of which it should reasonably be aware, throughout the term of this Agreement. The City's participation in the design and construction of the Project in no way relieves the Consultant of its professional duties and responsibilities under applicable law and under the Contract Documents 10 Scott Rakow Youth Center Phase 2 Novemhe r 8. 2006 ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City shall designate in writing a Project Coordinator to act as the City's representative with respect to the services to be rendered under this Agreement (herein after referred to as Project Coordinator). The Project Coordinator shall have authority to transmit instructions, receive information, interpret and define City policies and decisions with respect to Consultant's Services on this Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatsoever, unless approved by the City Manager and/or City Commission in compliance with Article 1.16 requirements, including but not limited to the following: a) The Scope of Services to be provided and performed by Consultant hereunder; b) The time the Consultant is obligated to commence and complete all such Services; or c) The amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall assist Consultant by placing at Consultant's disposal all information that the City has available pertinent to the Project, including previous reports and any other data relative to design or construction of the Project. It shall be fully understood that City, in making such reports, site information, and documents available to the Consultant is in no way certifying representing and/or warranting as to the accuracy or completeness of such data. Any conclusions or assumptions drawn through examination thereof shall be the sole responsibility of the Consultant and subject to whatever measure it deems necessary to final verification essential to its performance under this Agreement. Additional Services required due to inaccurate, incomplete or incorrect information supplied by the City may be undertaken by the Consultant as an Additional Service to this Agreement. Consultant shall notify the Project Coordinator, in writing, in a timely manner and obtain said Project Coordinator's written consent, before proceeding with the work. If Consultant proceeds with the Additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort and deemed included as a Basic Service herein. 3.3 The City has established a Construction Cost Budget for the Project, as stated in Schedule A. 3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance counseling services as may be required at any time for the Project, including such auditing services as the City may require to verify the Consultant's applications for payment or to ascertain that Consultant has properly remitted payment due to sub consultants or vendors working on this Project for which II Scott Rakow Youth Center Phase 2 Novembe r 8. 2006 Consultant has received payment from the City. 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project or non- conformance with the Contract Documents, the City shall give prompt written notice thereof to the Consultant. 3.6 The City shall furnish required information and services and render approvals and decisions in writing as reasonably expeditious as necessary for the orderly progress of the Consultant's Services and of the Work. No approvals required by the City during the various phases of the Project shall be unreasonably delayed or withheld; provided that the City shall at all times have the right to approve or reject any proposed submissions of Consultant for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 3.7.1 The City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement, except when noted otherwise (Le., where delegated to the City Manager or his designee) in this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein and any subcontracts made pursuant to this Agreement. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporate Consultant. 3.7.3 All required City Commission approvals and authorizations shall be expressed by passage of an appropriate enabling resolution and, if an amendment, by the execution of an appropriate amendment to this Agreement. 3.7.4 The City Commission shall hear appeals from the administrative decision of the City Manager's appointed designee(s), upon the Consultant's written request, in which case the Commission's decision shall be final. 3.7.5 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 12 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 3.8 The City Manager or his designee(s) shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. These authorizations shall include, without limitation: reviewing, approving, or otherwise commenting upon the schedules, plans, reports, estimates, contracts and other documents submitted to the City by the Consultant. 3.8.1 The City Manager shall decide, in his professional discretion, matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement, and shall attempt to render administrative decisions promptly to avoid unreasonable delay in the progress of the Consultant's Services. The City Manager, in his administrative discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. 3.8.2 The City Manager shall be authorized, but not required, at the request of the Consultant, to reallocate monies already budgeted toward payment of the Consultant, provided, however, that the Consultant's compensation or other budgets established by this Agreement cannot be increased. 3.8.3 The City Manager, or his designee, shall be the sole representative of the City authorized to issue a Notice to Proceed, as referenced in Article 2 and the attached Schedule "A" entitled "Scope of Services" . 3.8.4 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended) and which do not increase any of the budgets established herein. 3.8.5 The City Manager may, in his sole discretion, form a committee or committees, or inquire of or consult with persons for the purpose of receiving advice and recommendations relating to the exercise of his powers, duties and responsibilities under this Agreement. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The Construction Cost Budget, as established by the City and stated in Schedule "A", shall not be exceeded without fully justifiable, extraordinary and unforeseen circumstances, such as Force Majeure, which is beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval by passage of an enabling resolution and amendments to 13 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 the appropriate agreements relative to the Project, prior to any modification of the Construction Cost. Provided further, however, that even in the event of a Force Majeure, as defined in Article 1.11, the City shall have no obligation to approve an increase in the Construction Cost Budget limitations established herein, and, if such budget is exceeded, the City Commission may, at its sole option and discretion, terminate this Agreement without any further liability to the City. 4.2 The City shall contract with Construction Manager(CM) to provide Pre-Construction Services for the Project (Schedule E), leading up to the execution of a Guaranteed Maximum Price (GMP) Contract for Construction (also referred to as the GMP Amendment) for each phase of the Project. 4.3 The City shall have the option of accepting or rejecting the GMP, as presented by the CM. Should the GMP be accepted, an agreement reflecting that acceptance (GMP Amendment) will be executed, and the Construction Cost increased by the GMP amount. Should the GMP not be accepted, the City may at its option: i) Reject the GMP and direct the Consultant, in coordination with the CM, to investigate, redesign, and develop, for City approval, value engineering possibilities, and other cost savings, and to re-submit a new, lesser, proposed GMP. This may, at the City's option, include reduction in the Project scope. All services of Consultant in connection with same shall be performed by Consultant at no additional cost to be City; or ii) Reject the GMP, take possession of the plans and specifications, and bid the work to a general contractor or otherwise complete with other forces or take such action, if any, that the City may determine is in its best interest. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services for this Project will only be performed by the Consultant following receipt of a written authorization by the Project Coordinator prior to commencement of same. Such authorization shall contain a description of the Additional Services required; an hourly fee, as provided in Schedule "C" with an "Not to Exceed" amount on additional Reimbursable Expenses (if any); the amended Construction Cost Budget (if applicable); and an amended completion date for the Project (if any). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable, which the Consultant shall not exceed without specific written authorization from the City. The "Not to Exceed" amount is not a guaranteed maximum cost for the services requested by the City and all costs applied to such shall be verifiable through time sheet and reimbursable expense reviews. 5.2 The term "Additional Services" includes services involving the Consultant or any subconsultants 14 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 whether previously retained for the Services or not or whether participating as members with Consultant or not, subject to the City's right to previously approve any change in Consultants as set forth in this Agreement. 5.3 Additional Services may consist of the following: 5.3.1 Serving as an expert witness in connection with any public hearing, arbitration proceeding or legal proceeding unless such preparation has arisen from the failure of the Consultant to meet the Standard of Care set forth in Article 2. 5.3.2 Preparing documents for Change Orders, or supplemental Work, initiated at the City's request and outside the scope of the Work specified in the Construction Documents, after commencement of the construction phase. 5.3.3 Providing such other professional services to the City relative to the Project which arises from subsequent circumstances and causes (excluding circumstances and causes resulting from error, inadvertence or omission of the Consultant) which do not currently exist or which are not contemplated by the parties at the time of execution of this Agreement. 5.3.4 Assistance in connection with bid protests, rebidding or renegotiating contracts for construction, materials, equipment or services, except as otherwise expressly provided for herein. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and are not in addition to the compensation for Basic and Additional Services but include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance as specified in Schedule "B", belongs to the City and must be approved in advance by the City's Project Coordinator. Unused portions will not be paid to the Consultant. All Reimbursable Expenses pursuant to this Article, in excess of $500, must be authorized in advance in writing by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted by the Consultant to the City, along with supporting receipts, and other back-up material reasonably requested by the City, and Consultant shall certify as to each such invoice that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement". 15 Scott Rakow Youth Center Phase 2 Novembe r 8. 2006 6.2 Expenses subject to reimbursement in accordance with the above procedures may include the following: 6.2.1 Expense of reproduction, postage and handling of drawings, specifications and other documents, excluding reproductions for the office use of the Consultant and sub-consultants. Courier and postage between the Consultant and its sub-consultants are not reimbursable. 6.2.2 Expenses for reproduction and the preparation of graphics for community workshops 6.2.3 Expenses for fees for all necessary permits. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 The Consultant shall be compensated the not to exceed, cost reimbursable fee listed in Schedule "B" for Basic Services, based on the "Hourly Rate Schedule" presented in Schedule "C". Payments for Basic Services shall be made within thirty (30) working days of receipt and approval of an acceptable invoice by the City Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed in each Phase so that the payments for Basic Services for each Phase shall not exceed the progress percentage noted in the Consultant's Progress Schedule, submitted with each invoice. No markup shall be allowed on subcontracted Basic Services. The City and the Consultant agree that the Consultant's fee will be $661,140, and a reimbursable expense allowance of $25,000 as detailed in Schedule "B", for the provision of Basic Services as described in this Agreement and the Schedule "A", Scope of Services. 7.2 Additional Services authorized in accordance with Article 5 will be compensated using the hourly rates forth in Schedule "C". Request for payment of Additional Services shall be included with the monthly Basic Services payment request noted in Article 7.1 above. All Additional Services must be approved by the Project Coordinator, in writing, prior to commencement of same, as noted in Article 5. Under no circumstances shall the "Not to Exceed" amount noted in Schedule "B be exceeded without prior written approval from the City Project Coordinator. No markup shall be allowed on subcontracted Additional Services. 7.3 Reimbursable Expenses, as defined in Article 6, shall be paid up to the "Not to Exceed" amount 16 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 noted in Schedule "B" " (approved at $25,000). Request for payment of Reimbursable Expenses shall be included with the monthly Basic Services payment request noted in Article 7. Proper backup must be submitted with all reimbursable requests. No markup or administrative charges shall be allowed on Reimbursable Expenses. 7.4 The City and the Consultant agree that: 7.4.1 If the scope of the Project or the Consultant's Services is changed substantially and materially, the amount of compensation may be equitably adjusted by mutual agreement of the parties. 7.4.2 Commencing on October 1,2007, the Hourly Billing Rate Schedule shown in Exhibit "C" may be adjusted annually based upon the Miami - Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment shall be calculated by multiplying the ratio of the April index divided by the previous year's index by the Hourly Rate Schedule to define the new Hourly Rate Schedule. The maximum increase will be limited to three percent (3%). 7.5 No retainage shall be made from the Consultant's compensation on account of sums withheld from payments to Contractors. 7.6 Method of Billinq and Payment. With respect to all Services, Consultant shall submit billings on a monthly basis in a timely manner. These billings shall identify the nature of the work performed; the total hours of work performed by employee category and the respective hourly billing rate associated with the employee category from the Hourly Rate Schedule. In the event subconsultant work is accomplished utilizing the lump sum method, the percentage of completion shall be identified. Billings shall also itemize and summarize Reimbursable Expenses by category. Where written approval of the City is required for Reimbursable Expenses, a copy of said approval shall accompany the billing for such Reimbursable. When requested, Consultant shall provide backup for past and current invoices that records hours for all Services by employee category and reimbursable by category. 7.7 The City shall pay Consultant within thirty (30) working days from receipt of Consultant's proper statement. 7.8 Final payment of the Consultant upon Project completion must be approved by the Mayor and City Commission. 17 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS 8.1 Consultant shall keep such records and accounts and require any and all Consultant and subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to the Project, and any expenses for which Consultant expects to be reimbursed. All books and records relative to the Project will be available at all reasonable times for examination and audit by City and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for City's disallowance of any fees or expenses based upon such entries. All books and records which are considered public records shall, pursuant to Chapter 119, Florida Statutes, be kept by Consultant in accordance with such statutes. ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 9.1 Electronic files of all documents, including, but not limited to, tracings, drawings, estimates, specifications, investigations and studies completed or partially completed, shall become the property of the City upon completion, termination, or abandonment of the Project. Consultant shall deliver the above documents to the City within thirty (30) days of completion of the Project, or termination of this Agreement, or termination or abandonment of the Project. (Reference attached Schedule "A", entitled "Scope of Services" for additional requirements). 9.2 Any re-use of documents by City without written verification or adaptation by Consultant for the specific purpose intended will be without liability to Consultant. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 Termination For Lack Of Funds. The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding for the Project, the Project may be abandoned or terminated, and the City may cancel this Agreement as provided for herein without further liability to the City. 10.2 Termination For Cause. The City may terminate this Agreement for cause in the event that the Consultant (1) violates any provisions of this Agreement or performs same in bad faith' or (2) unreasonably delays the performance of the Services or does not perform the Services in a timely and satisfactory manner, upon written notice to the Consultant In the case of termination by the City for 18 Scott Rakow Youth Center Phase 2 Novembe r 8. 2006 cause, the Consultant shall be first granted a thirty (30) day cure period after receipt of written notice from the City. 10.2.1 In the event this Agreement is terminated by the City for cause, the City, at its sole option and discretion, may take over the Services and complete them by contracting with another consultant(s) or otherwise. In such event, the Consultant shall be liable to the City for any additional cost incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of such incomplete Services, and the cost of completion of such Services which would have resulted from payments to the Consultant hereunder had the Agreement not been terminated. 10.2.2 Payment only for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination, shall be made in accordance with Article 7 herein and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 7. 10.2.3 Upon receipt of a written Notice of Termination, the Consultant shall promptly assemble and submit to the City, as provided herein or as required in the written notice, all documents, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by such termination. 10.2.4 In the event of a termination for cause, no payments to the Consultant shall be made (1) for Services not satisfactorily performed and (2) for assembly of submittal of documents, as provided above. 10.3 Termination For Convenience. The City, in addition to the rights and options to Terminate for Cause, as set forth herein, or any other provisions set forth in this Agreement, retains the right to terminate this Agreement, at its sole option, at any time, for convenience, without cause and without penalty, when in its sole discretion it deems such termination is in the best interest of the City, upon notice to Consultant, in writing, fourteen (14) days prior to termination. In the event City terminates Consultant's services for its convenience, as provided herein, Consultant shall be compensated for all Services rendered up to the time of receipt of said written termination notice, and for the assembly and submittal to the City of documents for the Services performed, in accordance with Article 7 herein, and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 7. 19 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 10.4 Termination By Consultant. The Consultant may only terminate this Agreement for cause in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment for the Services, upon written notice to the City, thirty (30) days prior to termination. In that event, payment for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination shall be made in accordance with Article 7 herein. In the case of termination by Consultant for cause, the City shall be granted a thirty (30) day cure period after receipt of written notice from the Consultant. 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience of the Consultant. 10.5 Implementation of Termination. In the event of termination, either for cause or for convenience, the Consultant, upon receipt of the Notice of Termination, shall (1) stop the performance of Services under this Agreement on the date and to the extent specified in the Notice of Termination; (2) place no further orders or subcontracts except for any that may be authorized, in writing, by the Project Coordinator, prior to their occurrence; (3) terminate all orders and subcontracts to the extent that they relate to the performance of the Services terminated by the Notice of Termination; (4) promptly assemble and submit, as provided herein, all documents for the Services performed, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by the termination; and (5) complete performance of any Services as shall not have been terminated by the Notice Of Termination, and as specifically set forth therein. 10.6 Non Solicitation. The Consultant warrants that it has not employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement; and that it has not paid, nor agreed to pay any company or other person any fee, commission, gift or other consideration contingent upon the execution of this Agreement. For breach or violation of this warranty, the City has the right to terminate this Agreement without liability to the Consultant for any reason whatsoever. ARTICLE 11. INSURANCE 11.1 The Consultant shall comply throughout the term of this Agreement with the insurance requirements stipulated herein. It is agreed by the parties that the Consultant shall not commence with work on this Project until satisfactory proof of the following insurance coverage has been furnished to the City. The Consultant will maintain in effect the following insurance coverage: 20 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 (a) Professional Liability Insurance in the amount of One Million ($1,000,000,00) Dollars per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance Policy. (b) Comprehensive General Liability Insurance in the amount of $1,000,000.00 Single Limit Bodily Injury and Property Damage coverage for each occurrence, which will include products, completed operations, and contractual liability coverage. The City must be named as an additional insured on this policy. (c) Worker's compensation and employer's liability coverage within the statutory limits of the State of Florida, 11.2 The Consultant must give thirty (30) days prior written notice of cancellation or of substantial modifications in the insurance coverage, to the Project Coordinator. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book and must additionally be furnished by insurance companies duly authorized to do business in the State of Florida and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide to City a Certificate of Insurance or a copy of all insurance policies required above. City reserves the right to require a certified copy of such policies upon request. All certificates and endorsements required herein shall state that the City shall be given thirty (30) days notice prior to expiration or cancellation of the policy. ARTICLE 12. INDEMNIFICATION Consultant herein agrees to indemnify and hold harmless the City, and its officer and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of the Agreement. This Article 12, and Consultant's indemnification contained herein, shall survive the termination and expiration of the Agreement. 21 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 ARTICLE 13. VENUE 13.1 This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, Exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. ARTICLE 14. LIMITATION OF LIABILITY 14.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the amount of the fees for Services agreed upon under the terms of the Agreement, less any amount(s) paid to Consultant thereunder. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of the fee for Services agreed upon under the terms of the Agreement, less the amount of all funds actually paid by the City to the Consultant Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement in an amount in excess of the amount of fee under any this Agreement, which amount shall be reduced by the amount actually paid by the City to Consultant for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes. 22 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 ARTICLE 15. MISCELLANEOUS PROVISIONS 15.1 The laws of the State of Florida shall govern this Agreement. 15.2 Equal Opportunity Employment Goals: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, disability or sexual orientation and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to sexual orientation, race, color, religion, sex, age, national origin, or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or compensation; and selection for training, including apprenticeships. Consultant agrees to furnish City with a copy of its Affirmative Action Policy. 15.3 Public Entity Crimes Act: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bids or leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this Section by Consultant shall result in cancellation and may result in Consultants debarment. 15.4 No Continqent Fee: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 15.5 The Consultant represents that it has made and will make reasonable investigation of all sub- consultants to be utilized in the performance of work under this Agreement to determine that they 23 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 possess the skill, knowledge and experience necessary to enable them to perform the services required. Nothing in this Agreement shall relieve the Consultant of its prime and sole responsibility for the performance of the work under this Agreement. 15.6 The Consultant, its consultants, agents and employees and sub contractors, shall comply with all applicable Federal, State and County laws, the Charter, related laws and ordinances of the City of Miami Beach, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies as they relate to this Project. 15.7 This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered by Consultant, under any circumstances, without the prior written consent of City. 15.8 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. ARTICLE 16. NOTICE 16.1 All written notices given to City by Consultant shall be addressed to: City Manager's Office c/o Assistant City Manager Tim Hemstreet City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 With a copy to: 24 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 Jorge E. Chartrand Capital Improvement Projects Director Capital Improvement Project Office City of Miami Beach 777 17 Street, Suite 200 Miami Beach, Florida 33139 All written notices given to the Consultant from the City shall be addressed to: William F. Brown Jr., AlA Brown and Brown Architects 7100 SW 99 Avenue Suite 201 Miami, Florida, 33173 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH CITY CLERK MAYOR Attest CONSULTANT Brown & Brown Architects Inc. Sig natu re/Secreta ry SignaturelPresident Print Name Print Name 26 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC SCOPE OF SERVICES Please refer to attached Schedule. 27 SCHEDULE A CITY OF MIAMI BEACH, FLORIDA RENOVATION OF THE SCOTT RAKOW YOUTH CENTER SCOPE OF AlE CONSULTANT SERVICES CONSULTANT: BROWN & BROWN ARCHITECTS INC. BACKGROUND The City of Miami Beach (City) has developed its multi-million dollar, multi-year "Planned Progress" Capital Improvement Program to rebuild the City's existing roads, infrastructure, utilities, parks and facilities, and to build new capital Projects where they are needed. The Program will dramatically improve the quality of life of the City's residents and complement the enormous amount of private reinvestment that has taken place in the City. For the park and facilities projects included in the Planned Progress Program (including the Project described herein), the City will assign a Senior Capital Project Coordinator, who will function as the City, and act as the City's agent with regard to all aspects of this scope of services. The City will contract with a Construction Manager at Risk firm (CM) to provide Pre- Construction Services for this Project, leading up to the execution of a Guaranteed Maximum Price (GMP) Contract for Construction (also referred to as the GMP Amendment(s)} for each phase of the Project. The Consultant is required to coordinate all aspects of the design, schedule, bid and award phase, negotiation of the GMP and construction activities with the CM. The Consultant will be required to work with the CM as a team in order to evaluate the best approach to the design and construction of this Project in regards to time, cost and quality of the Project given the parameters established by the City. The Pre-Construction Services Agreement is attached as Schedule "E", and by executing this Agreement the Consultant acknowledges said Pre- Construction Services Agreement, and the anticipated level of coordination required by the Consultant. The Scott Rakow Renovation Project (the "Project") was initiated by the Mayor and City Commission in 1994 and was a part of the original $15-million Parks Bond issue. The original scope called for the expansion and renovation of the ice rink and other improvements to the Center. The following is a chronology of the work at the Scott Rakow Youth Center: · On June 19, 1996, the Mayor and City Commission approved the Master Plan for the improvements to the City's Parks and Recreation facilities of which the Scott Rakow 1 Youth Center (Project) was a component. · On July 16, 1996, an Agreement was executed with The Corradino Group for design, bidding and construction administration for the Project. · On April 9, 2001, a Notice to proceed was given to International Builders. · On April 24, 2001, construction began on Phase I of the project. · On July 21, 2003, International Builders was certified in default of the contract. · On October 10, 2003, the permit was changed to F&L Construction, who was tasked to complete Phase I and achieve a Temporary Certificate of Occupancy (TCO) for the project. · On January 9, 2004, a TCO was achieved on the project. · On April 4, 2006, a Certificate of Occupancy was achieved on the Project for Phase I. On October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an AlE firm on the City's rotational list), with developing a schematic conceptual master plan for the Scott Rakow Youth Center which would evaluate code concerns, including ADA and Fire Safety, validate the program and the budget and propose a phasing plan for construction. Brown and Brown participated in various site meetings to evaluate the existing conditions of the facility and meet with the users to review the scope of work which would be necessary to bring the facility into compliance and fulfill the operational and programmatic requirements the City has promised to offer to the community. After various meetings with the Parks and Recreation Department, the SRYC Advisory Board, the users, the Managers of the Facility, Property Management, the Fire Department and the Building Department, Brown and Brown proposed an acceptable schematic conceptual master plan and budget which would be phased over an estimated one to two years while the facility would remain in operation. PROJECT SCOPE The scope of work for the renovation of the existing facility consists of but is not limited to the following components: validate and acquire community approval of the master plan, expand the existing parking lot by 44 parking spaces and provide a bus drop off which separates vehicular and pedestrian traffic, provide ADA accessible walkways from the handi-cap parking to the main entrance and to the new outdoor playground area, convert the old ice rink into a Multi-Purpose Room, renovate the existing entry plaza, provide a new entry addition with security counter and lobby, a new handicap accessible 2 elevator located at the entry addition, first floor renovations including new snack bar, new ADA accessible bathrooms, new fitness center, new lighting, flooring and ceiling treatments, second floor renovations include new classrooms, new music room, new reading room, storage, renovated Park staff office areas, and new lighting, flooring and ceiling treatments through-out the facility. The renovated facility will require a fire sprinkler system, a new central fire alarm system for the entire facility as well as an upgrade of the existing HVAC systems for the new design loads. In addition a new Pool Manager's office, a Golf Starter Office, a new trash collection area, and new Zamboni drainage pit (for the New Ice Rink) will be provided. The projected estimated construction cost is $3,900,000. TASK 1 -DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of Construction Documents for the Project. Note that Task 1.1 requires that CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings, Task 1.2 discusses requirements for the preparation of contract documents, inclusive of drawings, specifications and front-end documents. Task 1.3 establishes requirements with regard to constructability and value engineering reviews to be performed by others. Task 1.4 establishes requirements for the preparation of opinions of total probable cost by the CONSULTANT. Task 1.5 specifies requirements for review of contract documents with jurisdictional permitting agencies prior to finalization. Task 1.6 establishes requirements for developing final (100%) contract documents. To facilitate the implementation of a Public Information Program, CONSULTANT shall provide electronic files of all Project documents, as requested by City. CONSULTANT shall provide the electronic files for the front end documents, technical specifications, and construction drawings. Task 1.1 - Field Verification of Existina Conditions: The CONSULTANT shall perform a detailed topographic survey of the existing Scott Rakow Youth Center site and the Par 3 golf Course.The survey shall be bounded by West 28th Street on the north, Praire Avenue on the west, Miami Beach Senior High SCHOOL, City of Miami Beach Public Works Yard, the Hebrew Academy, on the south and Sheridan Avenue on the east. The survey shall be performed by a Professional Land Surveyor in the State of Florida and shall meet the minimum technical standards identified in Chapter 61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 2000 format with a layering system as directed by the CITY. References herein 3 to an average 5-foot offset anticipate that the CONSULTANT shall strive to include a 25- foot offset perpendicular to the public right-of-way along all project limits where existing site conditions permit. The intent of the 25-foot offset is to identify existing above ground information to illustrate hard objects 1 structures adjacent to or abutting the right-of-way so that the Contractor is aware of the urban nature of the neighborhood and to obtain spot elevations to verify drainage patterns. It is recognized that some corridors have structures abutting or adjacent to the right-of-way and that a 25-foot offset may not be realistic. As a minimum, the survey shall address the following: -A boundary survey with specific topograghic features as follows; marking of all property corners, the location and details of the existing building and parking area near the northeast corner of Sheridan and West 28th Street, the location of the perimeter improvements and any encroachments, the location of the parking area near West 28th Street and Prairie Avenue, and the location, size and type of trees on the parcel and the survey will supply a 50-foot topographic elevation grid on the entire boundary as described above. (The survey area includes the SRYC property as well as the Par 3 golf course property and perimeter roads). -An Elevation Certificate of the existing buildings comprising the Scott Rakow Youth Center. -Area calculations of the external fillet of the existing right-of-way of Prairie Avenue and West Avenue to the straightened (old) right-of-way of Prairie Avenue and West 28th Avenue. -CONSULTANT shall locate and identify all the existing surface improvements 1 topographic features that are visible within the project site, such as the following: ~ Existing valve boxes, water I electrical meter boxes, electrical pull boxes, telephone 1 cable risers, fences, hydrants, roof drains, etc. ~ Above ground and underground utilities, invert elevations of accessible underground utilities, wood 1 concrete utility poles, culverts, guardrails, pavement limits, headwalls, end walls, manholes, vaults, mailboxes, driveways, side streets, trees, landscaping, traffic signage and any other noted improvements. Survey shall identify fence material 1 height, landscaping plant materials and driveway construction materials, Landscaping materials with a trunk diameter greater than 6-inches in diameter shall be identified. ~ All buildings including overall dimensions and finished floor elevations. - Survey limits shall include the entire project site and an additional overlap to encompass all adjoining areas potentially impacted by the project.l 4 · Topographic survey 1 base map shall be prepared in AutoCAD version 14.0 and submitted on a 3.5-inch diskette or CD with one copy on 24-inch by 36- inch bond paper to the City. CAD mapping shall be performed to a scale of 1: 1 in the World Coordinate System. Text size shall be 100 leroy for a final product at 1 =20 units. · Indicate geometry of perimeter private property plats (inclusive of fences, landscaping and driveways). Upon completion of the survey, CONSULTANT shall forward the same to the following agencies with a request to mark I identify their respective utilities on the survey base map. CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of all underground utilities, CONSULTANT shall incorporate utility owner markups 1 edits into its survey base map file. CONSULTANT shall contact the following entities and request that they each verify locations of their existing improvements in the affected areas: · Florida Power and Light · BellSouth · Charter Communications · Natural Gas Utility · Miami-Dade Public Works Department · Miami-Dade Water and Sewer Authority · Others as deemed necessary The CONSULTANT shall become familiar with the Project sites through frequent site visits, research, and examination of any record drawings, as applicable, and shall notify the City of any field, onsite, or off-site conditions not shown or incorrectly shown on record drawings, as may have been reasonably discovered. At the CONSULTANT's request, the City will facilitate the CONSULTANT's access to the Project site(s) and or facilities for investigative purposes. Frequent site visits and meetings shall continue through all design phases of this Agreement until the Consultant is thouroughly familiar with the existing conditions, any problem areas, and lor existing hazardous conditions or materials. These site visits are part of the CONSULTANT's Basic Services, are considered due diligence, and the CONSULTANT shall receive no additional compensation for such design phase site visits and meetings. Provided that the CONSULTANT has conducted a good faith investigation, the CONSULTANT and 5 CONSULTANT's sub-consultants shall not be responsible or held liable for undiscovered hazardous conditions or materials. Based on the collected data, CONSULTANT shall develop detailed design site plans for the Project. The site plans shall include an overall key map and partial plans scaled at 1- inch equals 20 feet. CONSULTANT shall illustrate proposed improvements on the site plans and shall prepare final site plans based on the information gathered herein. Copies of base maps shall be distributed to City. Deliverables: . Perform forensic work as noted to develop final base maps. Deliver five (5) sets of site plans to City. Schedule: . See Exhibit D, Task 1.2 - Detailed Desian: CONSULTANT shall prepare detailed design documents consisting of architectural, structural, civil, mechanical, electrical, landscaping and irrigation and drawings, as applicable. CONSULTANT shall use City standard details as provided by City, and as deemed appropriate by CONSULTANT. CONSULTANT shall supplement design documents with its own additional details, as it deems necessary, to provide City with a complete work product. All drawings shall be prepared using AutoCAD Version 14 software with a layering system as approved by City, The CONSULTANT shall provide technical specifications for the Project and they shall be prepared in conformance with Construction Specifications Institute (CSI) format. City shall furnish CONSULTANT with standard City specification outlines for Division 1. CONSULTANT shall refrain from amending FDOT standard specifications and including same in the detail design documents. Any supplier listings required by specifications shall include a minimum of two named suppliers, City standard specifications for Division 1 shall be provided to CONSULTANT in "Microsoft MS-Word" format. CONSULTANT shall use the same software in all Project related work, CONSULTANT shall utilize base front-end documents provided by City. CONSULTANT shall edit accordingly to result in a Project specific document. Any changes 1 modifications to the General and Supplemental Conditions shall be subject to review and acceptance by City. 6 CONSULTANT shall attend nine (9) progress meetings with City, Planning and Parks and Recreation staff during the design task. CONSULTANT shall prepare and maintain a design progress schedule in Microsoft Project Planner. CONSULTANT shall update the schedule and review Project status at each progress meeting. Should City determine that the CONSULTANT has fallen behind schedule, CONSULTANT shall provide a recovery schedule that will accelerate work to get back on schedule. For purposes of this Scope of Services, the following will be considered the minimum effort to be provided by CONSULTANT for establishing the detail design milestones: . 30% design completion shall consist of the completed survey 1 base map work as identified in Task 2,1 with the proposed improvements identified in plan view at a scale of 1-inch equals 20 feet. A key map shall also be provided which illustrates the relationship between the drawings and its respective location within the neighborhood. An outline identifying the anticipated technical specifications to be incorporated into the work shall also be submitted. CONSULTANT shall provide its "Budget" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. . 60% design completion shall consist of the plan and profile view of all improvements, applicable sections and construction details. Prior to the preparation of the 60% design drawings the CONSULTANT shall incorporate changes to its design based upon its underground utility verification efforts, Plan and profile sheets shall be provided for water and sewer improvements. CONSULTANT shall include the technical specifications and a draft schedule of prices bid (bid form) identifying the items to be bid by the prospective contractors with the submittal. CONSULTANT shall provide its "Budget" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. The Consultant shall submit the 60% design to the DRB andl or the Planning Department for review and comments. Said comments from the DRB andl or the Planning Department shall be incorporated into the 100% design submittal. · 100% design completion shall consist of the entire Construction Document set including the front end documents (General and Supplemental Conditions), technical specifications and construction drawings for all the work proposed to be completed. CONSULTANT shall provide the detailed 7 construction sequencing restrictions for the City's review. CONSULTANT shall provide its "Definitive" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. Deliverables: · Furnish sets of design documents as requested by the City pursuant to Article Six(6) of the Agreement. · Prepare and update Project Schedule, on a monthly basis. · Attend progress meetings with City, DRB andl or the Planning Department and CMR firm. Schedule: . See Exhibit D, · Note: The above 30%, 60%, and 100% design documents completions shown in calendar days are contingent upon City's reviews occurring within the time frame allowed for final completions of each task. Task 1.2.1 - Geotechnical Evaluation See Task 5.4. Task 1.3 - Desian 1 Constructabilitv Review: To verify that all Design Review meeting comments have been incorporated and design standards have been followed, City and CM shall perform reviews of all Project design documents at the preliminary (30 percent completion), intermediate (60 percent completion) and near final (100 percent completion) design stages. The purpose of these reviews shall be to verify that the documents are consistent with the design intent. The City and CM shall also review CONSULTANT's prepared cost estimates for the Project at the 30, 60 and 100 percent submittal stages. Sets of construction drawings and specifications shall be submitted to the City and to the CM at the 30 percent design level completion and at the 60 and 100-percent design level completion. The number of sets are to be determined at a later date and pursuant to Article 6 of the Agreement. These documents will be furnished as bound 8-1/2-inch by 11-inch specifications, full sets will consist of 24-inch by 36-inch blue line drawings, or 11" X 17" drawing(s) as requested by the City. City and CM and applicable City departments shall perform reviews on these documents and provide written comments (in the form of markups of submitted documents) back to CONSULTANT within the timeframes specified in 8 Schedule D of this Agreement. Following receipt of comments, a meeting shall be scheduled between City, CONSULTANT and CM to discuss the requirements, intent and review of comments. CONSULTANT shall prepare a written memorandum to address how each comment was resolved. Such written response shall be prepared and submitted to City for acceptance, within 7 calendar days after the review session, CONSULTANT shall revise documents to include review comments accordingly. In addition, City and CM shall perform constructability reviews of the design documents relative to value, construction sequencing and schedule and bid format. The constructability reviews shall be based upon the 60 and 100 percent design submittals received from the CONSULTANT and shall be conducted concurrently with the 60 and 100 percent design reviews. Meetings shall be held with CONSULTANT and City representatives and CM to discuss review comments, as required. A detailed review of CONSULTANT's proposed construction sequencing restrictions will be performed by City and CM at the 30-60-100-percent completion stages, The CONSULTANT shall note that the City and CM's review of the Construction Documents does. not relieve CONSULTANT from its responsibility to the City with regard to the quality of its contract documents, Deliverables: · Furnish sets of design documents as requested by the City pursuant to Article 6 of the Agreement. · Attend meetings with City and City and CM to review and discuss design, constructability and value comments. · Prepare written responses to comments made during review sessions. Schedule: , · Complete concurrently with Design schedule. Task 1.4 - Cost Opinions: CONSULTANT shall prepare opinions of probable construction costs for each design submittal (30, 60) as well as the final (100 percent) completion stage, The accuracy of the cost estimate associated with the 30 and 60 percent completion stage shall be +30% to -15% "Budget" Level as defined by the American Association of Cost Engineers. The accuracy of the cost estimate associated with the 100 percent completion stage shall be a +15% to -5% "Definitive" Level Estimate as defined by the American Association of Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with the template approved by City. All estimates shall be furnished bound in 9 8-1/2-inch by 11-inch size. Based upon CONSULTANT's cost estimate, City shall advise CONSULTANT if portions of the Project need to be deleted, phased andlor bid as alternate bid items to satisfy existing fiscal constraints. CONSULTANT shall revise documents to reflect such issues accordingly. In addition, the Consultant shall advise the City immediately when the Project cost estimate exceeds the budget established by the City. Deliverables: · Prepare opinions of probable costs at the 30, 60, and 100 percent completion stages. · Attend meetings with City and CM to review and discuss cost estimates. Schedule: · Complete concurrently with Design schedule, Task 1.5 - Community Desian Review Meetina CONSULTANT shall attend and participate in three (3) community design review meetings to review the design progress and concept at 60% design completion status. The City will schedule, find location for, and notify residents of said meeting. CONSULTANT shall prepare draft meeting minutes and forward them to City and CM, who shall review, provide comments and distribute, accordingly. CONSULTANT base fee proposal shall include participation and attendance of three (3) meetings. CONSULTANT shall identify in the fee proposal, the cost to participate in one (1) additional such meeting should it be necessary based on Community Input. Task 1.6 - Document Revisions Based upon the input provided by the residents, CONSULTANT shall incorporate the necessary contract document as approved by the City. Task 1.7 - Permittina Reviews: CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over Project. City shall pay all permit fees. CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. CONSULTANT shall respond to comments by such authorities through City within 10 . calendar days of receipt of comments unless a different time is agreed to by City, It is 10 the intent of this Scope of Services that CONSULTANT shall be the responsible party for formally transmitting and receiving permits to and from the respective authorities. City shall track and monitor progress on the preparation and review of permits and subsequent requests for information. It is recognized by City that the time period for obtaining permits is beyond the control of CONSULTANT except for issues concerning the permitability of the design and CONSULTANT's ability to respond to permitting agency requests for information, It is the CONSULTANT's responsibility to determine and coordinate with the all agencies which have jurisdiction over the Project. The following governmental authorities that have or may have jurisdiction over Project have been identified, this list is not all inclusive: . Miami Dade Water and Sewer Authority . South Florida Water Management District . Miami-Dade Department of Health . Florida Department of Environmental Protection . Miami-Dade Department of Environmental Resource Management . City of Miami Beach Building Department . Department of Environmental Protection . City of Miami Beach Public Works Department · City of Miami Beach Planning Department · City of Miami Beach Fire Department Failure to identify governmental authorities that have jurisdiction over Project at the time of permitting scope preparation does not relieve CONSULTANT from responsibility to pursue the permit as described above. Deliverables: · Correspond with jurisdictional authorities to establish permitting requirements. · Revise documents and respond to permitting inquiries as required. · Attend meetings with City and CM to review and discuss permitting status. Schedule: · Complete concurrently with the design schedule. 11 TASK 2 -BIDDING AND AWARD SERVICES Task 2.1 - Construction Contract Document Review The City is contracting with a CM for pre-construction services for this Project. The CONSULTANT shall assist, advise and evaluate bids and the GMP Amendment(s) as required in the Pre-Construction Services Agreement, attached as Schedule E incorporated herein by reference. City shall transmit permit approved contract documents prepared by the CONSULTANT to the City's Risk Management and Procurement Departments for verification of appropriate insurance and bonding capacity requirements for each Project prior to bid. Various departments within City (Risk Management, Procurement and the City Attorney's Office) have non-technical review responsibility for the Construction Contract Documents. CONSULTANT shall assist City in this process by providing three copies of Construction Documents, participating in meetings, submissions, resubmissions and discussions with these departments. CONSULTANT shall respond to City comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by City. CONSULTANT's compensation includes meeting with these departments as requested by the City's Representative. Task 2.2 -Subcontract Bid Document Delivery CONSULTANT shall provide City and CM with reproducible, camera ready, sets of permit approved Construction Documents. Task 2.3 - Pre-Bid Conference The CM shall conduct one or more pre-bid conferences. CONSULTANT shall attend the pre-bid conference and bid opening for each phase of this Project and review, and advise the City accordingly. Task 2.4 - Addenda Issuance CONSULTANT shall provide, through City, timely responses to the inquiries of prospective bidders by preparing written addenda. Format for addenda shall be as provided to CONSULTANT by City. These queries and responses shall be documented and a record of each shall be transmitted to City on a same day basis. CONSULTANT shall prepare and distribute necessary addenda as approved by City. 12 Task 2.5 - Subcontract Biddina and Evaluation CONSULTANT shall coordinate with the eM the pr~cess for evaluation, review and acceptance of the subcontract bidding. The Consultant shall be present with the City and CM when the bids are opened and shall be evaluated by the CONSULTANT who shall make a recommendation to the City regarding the acceptance and award of bids to qualified responsive and responsible subcontractors. CONSULTANT shall evaluate the bids for completeness, full responsiveness and price, including alternative prices and unit prices, and shall make a formal recommendation to City with regard to the award of contract. Non-technical bid requirements shall be evaluated by others. This Scope of Services includes no allowance for CONSULTANT's time to assist City in the event of a bid protest. To the proportionate extent CONSULTANT's services are required in the event of a bid protest, due to a direct action or lack thereof by CONSULTANT, CONSULTANT shall participate in such activities at no additional cost to City. Task 2.6 - Guaranteed Maximum Price (GMP) Construction Contract Award CONSULTANT shall provide sets of construction contract documents for execution by City and the CM within five calendar days of request by City pursuant to Article 6 of the Agreement. Task 2.7 - As- Bid Contract Documents After GMP contract award and prior to the pre-construction conference, CONSULTANT shall prepare As-Bid construction contract documents, which incorporate the following items: · CM's submittals, including but not limited to, bid proposal, insurance, licenses, etc. · Amend 1 modify front end documents and 1 or technical specifications to incorporate changes made via contract addenda. · Revise Construction Documents to include modifications 1 revisions incorporated via contract addenda. CONSULTANT shall prepare As-Bid Construction Documents and reproduce sets as requested, for distribution to City within ten (10) calendar days after the City Commission approval! contract execution. 13 Deliverables: · Attend and participate in Pre-bid conferences and bid openings. · Respond to questions from prospective bidders and prepare Addenda for distribution by others. · Prepare recommendation of award letter · Prepare As-Bid contract documents, reproduce sets and forward to City, Schedule: · See Schedule Exhibit D. TASK 3 -CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks associated with office administration activities related to the construction of the Project. These tasks shall be performed during the duration of the construction Project. CONSUL TANT's compensation is based upon a construction period of 18 calendar months. Task 3.1 - Pre-Construction Conferences: CONSULTANT shall attend a pre-construction conference for the Project. The CONSUL TANT shall be responsible for preparation and distribution of meeting minutes to all attendees and other appropriate parties. City shall issue a Limited Notice to Proceed at the Pre-Construction Conference. A final Notice to Proceed shall be issued upon receipt of a final schedule and procurement of all applicable construction permits from the CM. Deliverables: · Attend and participate in pre-construction conferences. Schedule: · As scheduled by City after receipt of Task 3 Construction Administration Notice to Proceed. Task 3.2 - Weeklv Construction Meetinas: CONSULTANT shall attend weekly meetings with the Contractor, City and applicable City representatives on the Project. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. In addition, the CONSULTANT shall review the CM furnished two-week look ahead work schedule to allow for proper coordination of necessary work efforts, These meetings shall also serve as a forum for discussion of construction issues, potential changes / conflicts and any other applicable matters. The CONSULTANT shall be responsible for 14 the preparation and distribution of meeting minutes to all attendees and other appropriate parties within four (4) working days after the progress meeting. Deliverables: · Attend and participate in weekly progress meetings with CM and prepare weekly meeting minutes and distribute. Schedule: · Weekly throughout the Project duration. Task 3.3 - Reauests for IRFls): The CONSULTANT will receive, log and process all RFI's. The CONSULTANT shall distribute and update the RFI log at each progress meeting. The CONSULTANT shall prepare a response in seven (7) calendar days and return it to City. Deliverables: · Respond to all RFI's and return to CM and City's office. Prepare RFI log and distribute at the bi-weekly progress meetings. Schedule: · Ongoing throughout Project construction duration. Task 3.4 - Reauests for Chanaes to Construction Cost andlor Schedule: The CONSULTANT will receive, log and evaluate all requests for Project cost andlor schedule changes from the CM and report such to the City at the weekly progress meetings at a minimum. The CONSULTANT shall distribute and update the Change Order log at each progress meeting. Changes may be the result of unforeseen conditions or interferences identified by the Contractor during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents, or additional improvements requested by the City or CONSULTANT after approval of the GMP Amendment(s) by the City Commission. Regardless of the source, CONSULTANT will evaluate the merit of the claim as well as the impact of the potential change in terms of Project cost and the schedule. CONSULTANT will review claims and 1 or change order requests with City. No claims assistance services are included under this task. Deliverables: · Perform independent review of request for cost increase andlor time extension. · Coordinate and participate in meetings, as required, with City and CM to resolve andlor negotiate the equitable resolution of request. · Prepare and execute change order documentation. 15 . Prepare and update change order log and distribute at the weekly progress meetings, Schedule: . Ongoing throughout Project construction duration. Task 3.5 - Processina of Shop Drawinas: The CONSULTANT will receive, log and distribute shop drawings to its Sub- CONSULTANT's for its review. CONSULTANT shall have 14 calendar days from the time of receipt in its office, to review and return shop drawings to CM and City's office. Deliverables:- . Review Shop Drawings and return them to City's office. Schedule: . Prepare and update change order log and distribute at the weekly progress meetings. . On going throughout Project construction duration. Task 3.6 - Field Observation Services: The City will provide field staff to observe the construction of the work. The CONSULTANT shall provide specialty site visits by various design disciplines (civil, structural, mechanical, plumbing, electrical, and landscaping) on an as requested basis, For the purposes of this Scope of Services, it is assumed that specialty site visits are included in the Scope of Services and will be provided by the CONSULTANT as required by the Project. Deliverables: . Provide specialty site visits as required. Schedule: · Ongoing throughout Project construction duration. Task 3.7 - Proiect Closeout: Upon receiving notice from the CM advising the CONSULTANT that the Project is substantially complete, CONSULTANT, shall conduct an overview of the Project. The overview shall include development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. CONSULTANT shall develop the Substantial Completion Punch list. The Substantial Completion Punch list shall be forwarded to the CM. For the purposes of this provision, substantial completion shall be deemed to be the stage in construction of the Project . . . . where the Project can be utilized for the purposes for which it was intended, and where 16 minor items not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use and the CM has achieved a Certificate of Occupancy (CO) or Certificate of Completion(CC). The CONSULTANT shall assist the City with the review of the City's Building Departments comments in anticipation of CO or CC and shall enforce the contract documents with respect to the CM's responsibilities to obtain said CO or CC. The CONSULTANT upon notification from the CM that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate City staff, shall perform a final review of the finished Project. Based on successful completion of all outstanding work items by the Contractor, CONSULTANT shall assist in closing out the construction contract. This shall include, but not limited be to, preparation of record drawings (based on markups forwarded by Contractor through City), and certifying record drawings to the various affected permitting authorities. This certification shall be based on the CONSULTANT having received and reviewed all applicable test data, daily observation reports, record drawing markups, submittals, change orders and performed final walk through of the completed work during substantial and final completion punch list walk thru, Deliverables: · Attend field meetings to review substantial completion and develop "Substantial Completion punch lists". Schedule: · Certify Project completion to appropriate agencies at the Substantial Completion of Project and at Final Completion CO or CC. · In compliance with the General Conditions of the Construction Contract. TASK 4 - ADDITIONAL SERVICES No additional services are envisioned at this time. However, if such services are required during the performance of the Work, they shall be requested by City and negotiated in accordance with contract requirements. Note that a separate Notice to Proceed is required prior to performance of any Work not expressly required by this Scope of Services. If CONSULTANT, proceeds with out of scope of work without proper authorization, it does so at its own risk. 17 TASK 5 - REIMBURSABLE EXPENSES Task 5.1 - Reproduction Services: CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by City. Unused amounts in this allowance shall be credited back to the City at the completion of the Project. Task 5.2 - Travel and Subsistence: Not Allowed. Task 5.3 - Survevina: CONSULTANT shall arrange for and coordinate the efforts of a licensed surveyor to prepare a survey of the project limits which meets the requirements of Task 1.1. Cost shall be limited to the noted not-to-exceed amount. Task 5.4 - Geotechnical Evaluation CONSULTANT shall arrange for and coordinate the efforts of a geotechnical professional, who shall conduct a field exploration program to identify typical geotechnical conditions throughout the project site to ascertain the sub surface conditions with respect to its drainage design and structural characteristics. The program will consist of sufficient quantity, depth and type of borings to adequately define the soil characteristics for the purposes of design. Asphalt pavement depth will be determined to establish the existing thickness of asphalt. Actual locations shall be as directed by CONSULTANT. Cost shall be limited to the noted not-to-exceed amount. Minimum Drawina Reauirement The composite set of drawings to be produced shall contain sufficient information and detail to clearly define all proposed improvements in terms of quantity, quality and location. All drawings and details shall be to a scale sufficient to be legible. The CONSULTANT shall propose a drawing list to be reviewed and approved by the City. Site Plans Existing Conditions - Site Survey - to include property lines, sidewalks, pavement, landscaping, existing site improvements and buildings, fencing, lighting, overhead and underground utilities, and dimensions of buildings, pavement areas, fencing, etc. 18 Demolition - Clearly depict existing conditions to be demolished or modified. Proposed Improvements - Clearly depict all new design elements including sidewalks, pavement areas, landscaping, buildings, recreational courts and fields, fencing lighting, utility modifications, replacements, and additions, etc. Enlarged Site plans - Where necessary to clearly define Project requirements, provide enlarged site plans for specific areas of improvement. Buildina Drawinas All buildings to be demolished, renovated or constructed shall be detailed in the Project drawings in sufficient detail to clearly and thoroughly depict the intended improvements or modifications and shall at a minimum include drawings from all involved disciplines: Architectural, Civil, Landscape Architecture, Structural, Mechanical, Plumbing, and Electrical. Drawings shall be organized by building and by discipline. F:\CAPI\$all\GRACE\General Project Info\Scotl Rakow Phase II-BB-KVC\Brown & Brown Contract\Brown & Brown Schedule A-SRYC PH2 11-7-06.doc 19 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE B: SCOTT RAKOW YOUTH CENTER RENOVATION PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH & BROWN ARCHITECTS INC. CONSULTANT COMPENSATION Please refer to attached schedule and see below Schedule of Payments: Schedule of Payments Phase I: 30% Design Documents * $119,320 $121,500 $121,000 $21,080 $188,240 $50,000 $15,000 $25,000 $661,140 Phase II: 60% Design Documents * Phase III: 100% Permit Approved * Bidding Construction Administration ** Boundary 1 Topographical 1 Underground Survey Geotechnical Testing(PSI) Reimbursable Allowance*** Total Contract Note*: These services will be paid lump sum based on percentage complete of each phase. Note**: Construction Administration will be paid on a monthly basis. It is anticipated that Construction will be 18 months, therefore, once construction starts Consultant will be paid $10,458 for 18 months. In the event that, through no fault of the Consultant, construction administration services are required to be extended, the Consultant agrees to extent said services for $10,458 per month for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City of Miami Beach and must be approved in advance by the Project Coordinator. Unused portions will not be paid to the Consultant. 28 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE C PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC HOURLY BILLING RATE SCHEDULE Classification Hourlv BillinQ Rate (FY 2006) Principal/Architect of Record $125 per hour Registered Architect $110 per hour Designer / Junior Architect $75 per hour CADD Operator $65 per hour Principal MEP Engineer of Record $125 per hour Electrical/Mechanical Engineer $110 per hour Civil/Structural Engineer of Record $125 per hour Civil/Structural Engineer $110 per hour Junior Engineer All Disciplines $90 per hour Principal Landscape Architect of Record $110 per hour Landscape Designer $75 per hour Clerical $50 per hour 29 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE D PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC SEE ATTACHED PROJECT SCHEDULE 30 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE E PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC. See Attached Pre-Construction Services Agreement with KVC Contractors, Inc. 31 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE F PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROWN & BROWN ARCHITECTS INC See attached General Conditions of the Construction Contract 32 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE G PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH & BROWN AND BROWN ARCHITECTS INC See Attached Insurance and other Sworn Affidavits. 33 Scott Rakow Youth Center Phase 2 Novembe r 8, 2006 SCHEDULE H PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH & BROWN AND BROWN ARCHITECTS INC. Best Value Amendment The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. F:\CAPI\$all\GRACE\General Project Info\Scott Rakow Phase II-BB-KVC\Brown & Brown Contract\Brown & Brown A & E Agreement (Long Form)-SRYC PH2.doc 34