D. Stephenson Construction, Inc. Agreement

152
2// 2O// , 2 7 7 AGREEMENT FO R PRE - CON STR UC TION SERV ICES BETWEEN CITY OF MIAMI BEAC H, FLORIDA, AN D D . STEPHENSON CONSTRUCTION INC., FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES PURSUANT TO RES OL UT ION NO. 2011 - 27794 ENTITLED " CO NS TR UC TIO N MANAGEMENT AT RI SK PRE - CONSTRUCTION SERVICES FOR T H E N ORT H S H ORE BANDSHELL PARK PROJECT ". THIS AGREEMENT, made an d entered into this ir e d a y o f i4pri I , 2012, by an d be twe e n the CITY OF MIAM I BE AC H, a Florida municip al co rp oration whose addre ss is 1700 Convention Center Drive, Miami Beach, FI. 33139 ( her e inaft e r City), and D. Stephenson Construction, Inc., a Florida co rp or ation whos e address is 6241 N . Dixie H ighway, For t L aude rdale , FI, 33334 ( here inafter Construction Manager or CM). WITNESSED: WHEREAS, th e City intends to renovate th e N o rth S ho re B and s he ll Par k a n d desires to engage th e services of CM; and WHEREAS, th e CM desires to ac t as Construction Manager A t - Risk to th e City to provide th e services as se t fort h in this Agreement. NO TH EREFO RE, in co nsiderati on of the covenants and co nditi ons her ei n contained, and other go od an d valuable co nsideration, th e su fficie ncy of which is hereby acknowledged, City and CM agree as follows: ARTICLE I DEFINITIONS The following te rm s shall have th e meanings specified b e lo w ; an y capitalized terms referred to h ere in an d no t defined shall have the meanings se t forth in th e Agreement between City an d Construction Manager: 1 . 1 Architect/ Engineer or A / E: The " Architect/ Engineer" or " A / E" shall mean that person or firm designated as th e architect/ engineer fo r the Project, or any portion thereof. Also referred to as the Consultant, this entity ha s entered into a separate agreement with the City for design services for the Project, said Agreement attached and incorporated as Exhibit VII hereto ( also referred to as the A/ E Agreement). For purposes of this Agreement, the Arc hitec t/Enginee r of record for the Project is Borrelli + Partners, Inc., whose principal address is 2600, South Douglas Rd, Suite 801, Coral Gables, Florida, 33134. 1. 2 Bonds: The " Bonds" shall mean the Public onstructio n Payment Bond and the Public Construction Performance an d Guarantee Bond furnished by the CM as required by this Agreement. 1 . 3 Bond Premium: The ter m " Bond Premium" shall mean the direct cost of the premium paid for the Bond ( s). U. 0 UUU V LF 1 . 4 Budget: Th e minimum amount established by tie CityAv3. his PrQjct, ar 4 also referenced to herein U V U V U U V as the " Constructio n Es timate ", and which has been established as $ 1 , 000, 000. CM herein acknowledges that, UVUU 0 U U l i U U U0 UU 0- , U U 0 0

Transcript of D. Stephenson Construction, Inc. Agreement

Page 1: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 1/152

2//

2O// —,

277

AGREEMENT

FOR

PRE -

CONSTRUCTION SERVICES

BETWEEN CITY

OF

MIAMI BEACH, FLORIDA,

AND D.

STEPHENSON

CONSTRUCTION INC.,

FOR CONSTRUCTION MANAGEMENT

AT RISK

SERVICES

PURSUANT TO RESOLUTION

NO.

2011 -27794 ENTITLED " CONSTRUCTION MANAGEMENT AT RISK PRE -

CONSTRUCTION

SERVICES

FOR THE NORTH SHORE

BANDSHELL

PARK PROJECT ".

THIS

AGREEMENT, made an d

entered

into

this ire

d a y o f

i4pri

I ,

2012, by

an d

between the

CITY OF MIAMI BEACH, a Florida

municipal corporation whose address

is 1700 Convention

Center

Drive, Miami

Beach, FI. 33139 ( hereinafter City), and D. Stephenson

Construction,

Inc., a Florida corporation whose address

is 6241 N . Dixie Highway, Fort Lauderdale, FI, 33334 (hereinafter

Construction

Manager or

CM).

WITNESSED:

WHEREAS,

the

City intends to renovate

the

N o rth S ho re Bandshell Park and

desires

to engage th e

services of CM; and

WHEREAS,

the CM desires

to

ac t as Construction

Manager At -Risk

to the

City to

provide

the services as

set forth in this

Agreement.

NOW THEREFORE, in

consideration of

the covenants and conditions herein

contained,

and other good

an d

valuable consideration,

the

sufficiency of which is hereby acknowledged, City and

CM

agree

as

follows:

ARTICLE I

DEFINITIONS

T he fo llo win g te rm s shall

have

the

meanings

specified below;

an y

capitalized terms

referred

to h ere in

an d

no t

defined shall ha ve th e m e an in g s se t forth

in

the Agreement between

City

an d Construction

Manager:

1 .

1

Architect/Engineer or A /

E: The "

Architect/Engineer" or "

A /

E" shall mean that person or firm

designated

as

the architect/ engineer

fo r

the Pro ject, o r any portion

thereof.

Also referred to

as the

Consultant,

this

entity ha s

entered

into

a separate

agreement with

the C ity fo r d es ig n services

for

the

Project,

said

Agreement

attached and incorporated as Exhibit

VII

hereto ( also referred to as the

A/

E Agreement). For purposes

of

this

Agreement,

the Architect/Engineer

of

record for the Project is Borrelli +

Partners, Inc., whose

principal

address is

2600, South Douglas Rd, Suite 801, Coral Gables, Florida, 33134.

1 . 2

Bonds:

The " Bonds" shall mean the Public Construction Payment Bond and

the

Public

Construction

Performance and Guarantee

Bond

furnished by the CM as

required

by this Agreement.

1 . 3

Bond

Premium: The term " Bond Premium" shall

mean

the direct cost

of

the premium paid for the

Bond ( s).

U.0 UUU

V

VLF

1 . 4 Budget: The minimum

amount

established

by

tie

CityAv3.

his PrQjct,

ar4

also referenced to herein

U

VU

V UU V

as

the " Construction Estimate ",and which

has

been established

as $

1 , 000,000.

CM herein acknowledges

that,

UVUU

0 U

UVGU U

li

U

U

U0 U U

00-,U U

0 0

Page 2: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 2/152

prior

to

execution

of

this

Agreement; it

has received

the

City'

s

written Budget

for the Project.

1 . 5

City or

Owner:

The "City"

or "

Owner"

shall m ean the City

of

Mami

Beach, a

Florida municipal

corporation, having

its

princ ipa l o f fi ces

at 1700 Convention

Center

Drive , Miami

Beach, Flor ida, 33139,

an d

m ay

also

be

referred

to

as

the "

Owner in this

Agreement.

The

City, as a

governmental entity, is subject

to

the

availability

of funds an d annual

appropriat ion o f

funds

by

its l eg islat ive body an d other governmental

authorities

or

sources of revenue, in

an

amount

to

allow

continuation

of

its

performance under

this

Agreement.

In the event of

lack of funding

for

this Agreement, o r the Project subject to this Agreement, this

Agreement

m ay be terminated

by

the City pursuant

to

the procedures set fo rth

in

Subsection

6.2.

1 . 6 City Commission: "

City Commission" shall mean th e governing

an d legislative

body of the City.

The

City Commission shall be the f inal authority

to

do or to approve th e following

actions

or conduct by passage of an

enabling

resolution or

amendment

to

this

Agreement.

1 . 6. 1

The

City

Commission

shall be

the

b od y to

consider,

comment upon, or a pp ro ve o f a ny amendments

or

modifications to this Agreement.

1 . 6. 2 The City Commission shall be th e body to consider,

comment

upon, or approve any assignment,

sale,

transfer or subletting of this Agreement or any interest therein, or

any

subcontracts made pursuant to this

Agreement. Assignment an d

transfer shall be d efin ed to in clu de s ale o f th e m a jo rity

of

the stock of

a

corporation.

1 . 6. 3 All

City

Commission

approvals

an d

authorizations shall be

expressed

by

passage

of an appropriate

enabling

resolution and,

as determined

by

the

City if applicable or

required,

by the e xe cu tio n o f an appropriate

amendment to this

Agreement.

1 .

6. 4 The

City

Commission shall approve or

consider

all contract

amendments

which exceed the

sum

of

Twenty -F ive Thousand Dollars a nd 0 0/ 1 00 ($

25 ,000 .

00), or such other amount as may be specified

by

th e C ity of

Miami Beach Code in

its Procurement

Ordinance, as same m ay

be

amended

from time

to t ime.

1 . 7

City

Manager:

The

City Manager" shall

mean

the Chief Administrative Officer of the

City. The

City

M anag er shall be construed to include an y d uly authorized designees, including, a Program Coordinator, an d

shall serve

as

the City'

s

representative to whom administrative requests for approval shall

be

made

an d

who shall

issue authorizations exclusive of those authorizations reserved to the City Commission, to the

CM.

These

authorizations

shall

include,

without limitation:

reviewing, approving,

or otherwise

commenting

upon

the

schedules,

plans, reports,

estimates, contracts

an d

other documents

submitted to the City by

the

CM

pursuant

to

the Scope

of Services set fo rth in this Agreement, as same m ay be

amended

from time to time.

1 .

7.

1 The City

Manager

shall

decide,

in his professional

discretion,

matters

arising

pursuant to this

Agreement,

which are no t otherwise expressly provided

for

in this

Agreement,

and

he

shall attempt

to

render

administrative decisions

promptly

to avoid

unreasonable

delay

in

the

progress

of

the CM '

s

work.

1. 7.2

The City Manager shall additionally be authorized,

but

not required,

upon

written request of th e

CM,

to

reallocate monies already budgeted toward

payment of the CM; provided, however, that he cannot

increase th e

CM'

s

compensation

or

other

budgets established

by this

Agreement.

Ul f U U

l: [:

U

U

1 . 7. 3 The City

Manager,

in

hi s

administrative cYiocrettion,

ncy

consult with the City

Commission

concerning

disputes

or matters

arising

under

tl

iiisuAgement-

g

whether such matters or d isputes are

U V U V V

V

V

V V U 0

V

U

U

V. U0

0

V V U

J U 0

V

2

Page 3: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 3/152

enumerated herein.

1 . 7. 4

The

City Manager or his designee shall be th e representative, on behalf of the

City

authorized

to

issue

a Notice

to

Proceed.

1 . 7. 5 The City Manager

may

approve contract amendments which shall not exceed the sum of Twenty -

Five

Thousand

Dollars and 00/ 100 ($

25,

000.

00),

or

such

other amount as

may be

specified by the City of

Miami

B e ac h C od e, in its

Procurement Ordinance,

as

same

m ay be

amended

from tim e to time.

1 . 7. 6

The

City Manager

may,

in his sole discretion, form

a

committee or committees, or in qu ire o f or

consult with

persons

for th e

purpose of receiving advice

and

recommendations relating

to the

exercise

of

hi s

powers, duties

and

responsibilities under

this

Agreement.

1. 8

CM Principal:

The " CM Principal"

shall be the person

designated by

the CM as its

senior

representative

to the City. The CM Principal

shall

perform those duties required

in

this Agreement and shall

have

the authority

to commit

an d obligate the CM, and

to

fully act

for the CM in

al l maters.

1 . 9

Claim:

A "Claim" is a demand, assertion, dispute or other

such

claim by

one

of the parties hereto

arising out

of

o r based u po n the

terms

an d

condit ions

of the

Contract

Documents.

1 . 10 Contract Amendment

or

Change Orders: "A Contract Amendment"

or "

Change Order" shall mean

a written order

to

the

CM

approved by the City, as specified

in

this Agreement, and signed by the City' s duly

author ized representative,

authorizing a

change in the

Project o r th e

method an d manner of

performance thereof,

or an adjustment in the

fees

or completion

dates,

as applicable, an d executed by

the

City, CM an d

the

A/ E.

Contract Amendments and /o r C ha ng e Orders affec ti ng c hanges

to

the

Work

shall be countersigned

by

the CM

and

the A/E.

Contract Amendments and /or Change

Orders

shall be

approved

by the City Commission if

they

exceed

Twenty -

Five

Thousand

Dollars an d 00/ 100 ($

2 5 , 0 0 0. 00), or

by

th e C ity Manager

if

they are Twenty -

Five

Thousand Dollars and 00/ 100 ($

25 , 000.

00) or

less in

amount (or such other

amount

as

may

be specified

by

the

City

of

Miami B e ac h C od e,

in

its

Procurement Ordinance,

as

same m ay

be

amended from

time to

time).

Even for

Contract Amendments and /

or

Change Orders for less than Twenty -F ive Thousand Dollars an d

00 /

10 0

25 , 000 .00)

the City Manager shall

retain

the right

to

seek an d obtain

concurrence

of

the

City Commission

for

approval of

any such

Contract

Amendments and /or

Change

Orders

1 .

11

Construction Change

Directive: The

term "

Construction Change

Directive"

shall

mean a

written

directive

to effect

changes

to

the Work, prepared

by

the A / E

an d

executed by the City.

1 . 12

Construction

Estimate:

The

term " Construction Estimate" shall mean

a

cost estimate for the

completion

of

the entire Scope

of

Work for the Project, which estimate shall include all components of the Cost

of

the

Work, as well

as

the Construction Fee for the Project.

This estimate

is initially

established

as $

1 , 000,000,

which

is

the

sum

budgeted

by

the

City

for the construction

cost

for the Project ( the

Budget).

1 . 13

Construction

Manager (

CM): The firm of

D. Stephenson Construction, Inc. whose

principal

address is 6241 N . Dixie Highway, Fort Lauderdale, FI, 33334 as selected by the City

pursuant

to Resolution

No.

2011 -

27794,

to

provide Construction

Management At -

Risk services for this

Project. Acceptance of the GMP

by

the

City

shall

result in the

CM functioning

from -

liGt

point fcnNard as <

Gensral

Contractor

under

the

terms

and

U U

U

U

t) U

V

l;

l:

conditions of the Contract Documents, as sarr,

U

e

mair -

be

a

acne'

V

le ,

U

w;;

ch vrill

U-,

go into effect at the time of GMP

JVU U

U U

0 U

G

0 0

0000u U

V

UO 00

U U

3

Page 4: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 4/152

acceptance

1 . 14 . 1 (

Intentionally

Omitted)

1 . 14.2

The CM shall

be

liable

for its

services,

responsibilities and liabilities

under this

Agreement,

as well

as

the services,

responsibilities

an d liabilities of any

subconsultants, and any other

person or entity acting under

the direction or control of the

CM.

When the term " CM" or "Construction Manager"

is

used

in

this Agreement,

it

sha ll b e deemed to include an y

subconsultants

an d an y

other

pe rso n o r e ntity a ctin g u nd er th e

direction

or control

of CM. Any

subconsultants retained

by CM pursuant to this

Agreement

and the P ro jec t,

must

re ce iv e th e prio r

written approval

of

the City.

1 . 15 ( Intentionally Omitted)

1 . 16

Construction Phase

Services:

The term " Construction Phase Services"

shal mean

and

anticipates,

in a

subsequent amendment

to

this

Agreement, an d further, in the event the

City approves the GMP,

the services to be performed by or th ro ug h th e CM during the

Construction

Phase

of

the

Project,

including,

without

limitation, the Work for th e Project, and such other

services

as called for by

this

Agreement and any

amendments hereto, or

reasonably

inferred there from.

1 .

17

Construction

Schedule:

The term "

Construction

Schedule" shall mean a critical path

schedule or

other construction

schedule,

as defined an d required by the Contract

Documents.

1 . 18

Construction

Team:

The

term "Construction Team" shall mean the construction

team

consisting of

representatives of th e City, CM, and the A/E.

1 . 19 Contingency: The term " Cont ingency" sha ll

mean

a

line

item con tingency amount contained in the

Schedule o f

Values

fo r the Project, which

contingency amount,

if accepted

by

the City, shall

be

i nc luded w ith in the

GM P for t he Pro jec t,

a nd s ha ll accordingly be

referenced

in the [ G M P]

Amendment

to

this

Agreement. Pursuant

to said

Amendment,

th e

Contingency

shall

be

used as

a

source

of funds for

the

costs

reasonably

and

necessarily

incurred

an d

paid

by the

CM.

The

Contingency shall

be in an a m ou n t w hic h

the

CM

believes,

in its best judgment , is reasonable

to

cover

c on stru ctio n re la te d c os ts w hic h w ere not speci fically foreseeable or quantifiable as

of

the date the Guaranteed

Maximum Price

was established,

including

but not lim ited to

the

following: correction of

minor defects

or

omissions in

the Work no t caused by the

CM ' s

negligence; cost overruns du e to the d efa u lt o f

an y

subcontractor

or

supplier;

m in o r c ha n ge s c au se d

by

u nfo re se en o r c on ce ale d s ite c o nd itio n s; and m in o r c ha n ge s in

the

Work

no t

involving

adjustment in the

Guaran teed Maximum

Price or

extension

of

the

completion date and no t

inconsistent

with

the approved final plans

and

specifications.

1 .

19.

1 : Draws

m ay

be

charged

against

the

C o ntin g en c y o n ly with

the C ity '

s

written consent,

w hic h s ha ll

not be unreasonably withheld or

delayed.

Th e

Contingency

excludes, and shall not be used

for, costs

incurred to

demobilize and remobilize due to suspensions o rdered by the Owner, or fo r the Owner requested Changes

to

the

Work,

al l of

which

are

to

be treated

only

by Change Order.

000

000

0

000

0

0

0 0 0 0

0 0 0 0 0

O U

0 0 0

0

U 0

O 0

0 000

0

0

U 0

O 0

00

0 0 U

0

U

0

O 0 00

0

000

0

00000

0 000

J 0 0

0 0

0000

0 0 0

0

G0

JO

u u

00000 i.

0

0

4

Page 5: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 5/152

1 .

19 .

2: Upon

making

a

draw

against

the

Contingency,

th e

CM

shall increase

the

relevant budgeted

line

i tems by

the

amount of the draw, an d decrease the respect ive cont ingency line

item

accordingly. The CM

shal

maintain

records satisfactory to

the

City to

document

each d ra w a ga in st ea ch Contingency.

1 .

19.

3: To

the

extent that a ny p ortio n of

the

Contingency remains unallocated on the

date

of Fina l

Completion

an d

after

the

is su an ce o f

fina l paymen t

fo r

the

Projec t, which remaining

portion

of

the C o n ting ency

shall

accrue to

the benefit

of the

City.

1 .

20

Contract:

The term " Contract"

means the

contract formed by al l of

the

Contract

Documents,

including this

Agreement and any

amendments hereto.

1. 21 Contract Documents: The "

Contract Documents"

include

Resolution No.

2011 -27794 this

Agreement, and all attachments,

exhibits,

an d amendments thereto including,

without limitation, the A/E

Agreement,

attached

as

Exhibit VII hereto; an d

such

other documentat ion as m ay be liste d a s an attachment

and /

or

an exhibit to this Agreement.

Upon execution

of

the

GMP Amendment,

the

Contract

Documents

shall be

expanded

to

include,

in addit io n to those

items

listed

above, those

documents identified by th e G M P Amendment

and the attachments

and

exhibits thereto.

1. 22

Contract Time:

The time period defined within this Agreement for the CM

to

submit the GMP.

1 .

23 Drawings:

The " Drawings" shall refer

to

the graphic

and pictorial provisions of the

Work

identified as

the Drawings

in

the

GMP Amendment; Change Order,

or Construction

Change Directive

issued

and executed in

accordance with the Agreement, including without limitation, all

notes

schedule

and

legends on such Drawings.

1 .

24 General:

Except

as

defined

herein,

or

as

otherwise

defined in the Contract

Documents, words which

have well -known

technical meanings

or otherwise have

accepted construction industry meanings

are used in the

Contract Documents

in

accordance with such well -known or accepted meanings.

1 . 25 General Contractor: The term " General Contractor sha ll refer to the CM after acceptance

by

the

City

of

th e GMP Amendment. The CM shall be duly licensed as a

General Contractor pursuant

to Chapter 489,

Florida Statutes.

1. 26 Guaranteed

Maximum

Price:

The term "Guaranteed Maximum

Price"

or "GMP"

shall

mean the sum

certain set forth

in

the GMP Amendment as the

Project

price that the

CM guarantees

not to exceed

for

the

Project

for

all services

within the

Agreement, as

same shall

be

amended

upon acceptance of

the

GM P by th e C ity , b ut

which

shall

not include the Preconstruction Services

Fee.

1 . 27 GMP Amendment: The term " GMP

Amendment"

shall mean the

GMP

Proposal for the Project, if

any, accepted by

the

City, in its sole discretion, in substantially the same form as attached as

Exhibit "

I , (

or

a

phased port ion thereof) hereto, which

Amendment

shall automatically become

a

part hereof upon the

City' s

an d

CM '

s e xe cu tio n o f

the same

a nd sh all

e sta blis h, a m o n g o th er th in g s, t he G M P , t he

n am es o f the CM ' s on

site -

management and supervisory personnel for th e Project; a nd th e Contract Time for the Project.

1 .

28

GMP

Proposal: The term "

GMP

rppo

al" shall

moan

a proposal for completing the Project, which

O U 0 U

O

U

proposal shall include the proposed GuaranteNd „Maximum price ,

o th

construction of the Project, as provided

U JJ

it

iJ O0

by

the CM

and

accepted

by

the

City based

upon the Drawings

and

Specifications; the Contract Documents;

and

000J

0

0030

J

J

0

O JO00

J

JOUO J

J J

5

Page 6: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 6/152

the

Memorandum of Changes.

The

City

ha s

no obligation

to

accept the GMP Proposal regardless of

the amount

or its relationship to estimates

provided.

1 . 29 Laws: The term "Laws" shall

include

al l

Federal,

State, County a nd lo ca l la ws , statutes,

regulations,

ordinances,

rules

and

building

codes appl icab le

to the

Project,

including, without limitation, orders of

an y public

authority

having

jurisdiction over

the

Project, bui lding,

labor, safety,

licensing

or

environmental

laws an d

local

building

codes, building standards an d

t rade p rac ti ces a ffec ting the

Project, as

same m ay

be

amended

from t ime

to time.

1 .

30

Memorandum of

Changes: The term " M e m ora nd um o f Changes" s ha ll m e an a written s um m ary o f

the CM ' s recommended

modifications

to th e Drawings an d

Specifications relating

to the

Project

based on an

evaluation of the Project requirements; on an d off -site development; survey requirements; an d P ro je ct b ud g et

requirements;

and

a review

of

the

design

documents;

and

the Drawings

and

Specifications;

and

the Contract

Documents.

1 .

31

30% - Schematic Design Documents:

The

term " 30 %-

Schematic

Design Documents"

shall mean

Drawings

and o the r do cumen ts illus trating the sca le

an d relationship

of

the

Projec t co mpo nen ts ,

an d

as

further

defined by the

A/

E Agreement.

CM s knowledge

of

and

coordination with said

Agreement is

required

as

part of

the delivery of

CM '

s services pursuant

to this Agreement an d

th e

GMP

Amendment.

1 . 32 50% -

Design Development Documents: The term " 50 %-

Design Development Documents" shall

mean the

Drawings

and Specifications and other documents which fix and describe the size and character of the

entire Project as to architectural,

structural, mechanical

and

electrical

systems,

materials

and such other

elements, as m ay

be

appropriate, an d

as

further def ined

by

the A/

E Agreement.

CM

s

knowledge of

and

coordination

with

said Agreement is required as part of the

delivery

of C M ' s services pursuant

to

this Agreement

and the GMPAmendment.

1 . 33 100% -

Construction

Documents:

The

term " 100% - Construction Documents"

shall

mean the

D ra win gs a nd Specifications

setting

forth in detail the requirements

of

the

construction

of

the

Project,

an d

as

further defined by the NE Agreement. CM ' s knowledge

of

an d

coordination

with said Agreement is required as

part of the

delivery of

CM ' s

services pursuant

to this Agreement an d the

GMP

Amendment.

1 . 34

Preconstruction

Services Fee:

The

term "

Preconstruction Services

Fee"

shall

mean the f ixed

fee for the

CM

s services contemplated

in this

Agreement, in the amount of $14,

340,

which fee includes all direct

an d

indirect

costs incurred by th e CM

in the

proper

performance

of

the

Pre -

Construction Phase

Services

contemplated under

this Agreement.

1 .

35

Preconstruction

Phase

Services:

The

term "

Preconstruction

Phase

Services"

shall

mean

the

services

which the CM shall

perform

in reviewing

the design

an d

for

the bid an d award

phases

of the Agreement,

an d

culminates with exercise by th e C ity of one of the City' s options re ga rd in g th e G M P P ro po sa l.

1.

36 Project: The

term "

Project ",

shall mean that certain City construction

project

referenced in

Resolution N o 2011 -

27794 involving the renov&

ion °

o f th e

r4

Shor

Bandshell

Park.

J U

U l U

O

l.;,

O ' O 0

1 . 3 7 Schedule of

Values:

T h e

t e rm " S c h e d L lc o f Values ,

shallnean_

t h e

s c h e d u le o f

v a l u e s ,

s e t t in g f o r th

0000U U 0

0 0 0 0

O

0 0

0

00000 0 0

0

J 0 00 00 0 0

0000

J

0 0

6

Page 7: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 7/152

the detailed cost breakdown,

including

labor, materials

an d

taxes, of

the GMP

set forth

in

the applicable

GMP

Proposal, the sum ofwhich shall

not

exceed the GMP.

1 . 38 Scope of the Work:

The

term "

Scope

of the Work" shall mean all services, labor, materials

equipment, operations an d construction management se rv ices tha t are ind ic a ted in, or reasonably i n ferable f rom

the Contract Documents.

1 .

39

Specifications:

The

Specifications" consist

of an y

and al l

written

requirements for materials,

equipment, construction systems, standards

and workmanship for

the

Work which are

identified

as the

Specifications

in the

GMP

Amendment, Contract

Amendment(

s),

or Construction

Change

Directive( s)

issued

and

executed

in

accordance

with the

Agreement.

1.

40 Subconsultants:

1 . 40 . 1 A " Subconsultant" is a person

or

entity which ha s

a direct

contract with the

CM to

perform

or

supply

a

portion of

the Work

an d

the

term includes such Subconsultant's authorized representatives.

CM shall

obtain

prior

written

approval

of th e C ity

prior

to

changing

or

modifying the

subconsultants an d

other professional

assocaes.

Any such

services

performed by

any Subconsultants

shall be

passed through

to City without

additional

charge by the CM .

A ll su ch work shall be i temized on invoices from such Subconsultants, showing

work performed

and

charges incurred.

1 . 40.2 The

CM

represents to the City that it

has made and

will

make reasonable

investigation of

al l

Subconsultants

to be

utilized

in the performance of

work /

servi ces under this

Agreement

to determine

that

they

possess the skill,

knowledge

and

experience necessary

to

enable

them to

perform

the

work /

services required.

Nothing in this

Agreement

sha ll re lieve the CM o f

its

prime an d sole responsibility for

the

performance of any of

the work /

services

under this

Agreement.

1 . 40.3 All rates,

multipliers

an d any other fees charged by

any

Subconsultants shall be not

more than

those

rates,

multipliers

and

other

fees

in

any

contracts

that

any

such

Subconsultants

may

have

either

with the

City

directly

or as a

Subconsultant under some other City agreement

or

more than

what is

typically charged in

the

industry.

1 . 40 . 4 CM shall bind each an d every

approved

Subconsultant to

the terms stated

in

this

Section and shall

require

the proper licensing of

such

Subconsultants.

1 .

40 . 5

If an y of the

services

outlined in this Agreement

ar e

furnished

by

CM by

obtaining the services

of

Subconsultants, CM s ha ll pro vid e C ity with proposals an d contracts between the

Subconsultants

and CM

outlining

th e

services

to

be

performed an d the

charges for

same,

together

w ith a ny

other documentation

required

by

City.

1.

41

Substantial

Completion:

The

term "

Substantial Completion"

is

as defined

in

the Contract

Documents, as same

may

be amended.

1 . 42 Substantial Completion

Date: The " Substantial Completion

Date" shall

mean the date

which

the

0

C' GLO

C 000 U U

A/E certifies to the City by

means of a certii-

to Ho f Substant

t

Completion

as

the date

when

the CM has

U

l;

U U

0 0 G U

i` 0

0

U

O O

Q U

achieved completion of th e Project ( or any phase rereof),

n accordance with the General Conditions of the

U U

UU U

UUU

U

00000 0

0

O 0

0

0

0 0

O

0 0

0

0000

0 U 0

U

0 00 00 0 0

u 3000 0

0 0

7

Page 8: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 8/152

Contract

Documents

and applicable laws and

the

City

of

Miami

Beach

Building Department issues

a

Certificate

of Occupancy ( CO) or Certificate

of

Completion (

CC)

for the

Project.

N otwithstanding

the

preceding,

if a situation arises

beyond

th e control

of

the CM , and the issuance of a

Certificate of

Temporary

Occupancy ( TCO)

is

granted

by the

Building Department,

then the

City may deem

at its

sole

an d

reasonable

discretion

that

the

Project (or

any

phase thereof) ha s been Substantially Completed.

1 . 43 Substitutions: If a certain brand of materials, products, equipment or

system,

is

specified

in the

Construction Documents,

it

is required for

th e

purpose of establishing

a

level

of

quality desired or purpose

designated.

Should CM find

it

necessary or

desirable

to

use a

materials,

products, equipment or

system

other

than

that

specified,

th e CM shall secure from

the

City, through

NE,

written approval

for

the use of th e alternate

materials, products, equipment or system. The CM s ha ll m a ke

such

request,

in

writing, not later than forty -ive

45) days after the award of the

Contract

and before ordering

any

materials,

products,

equipment or

system

requiring approval. Th e

City

is not obligated to consider Requests for Substitution or resubmittal of previously

rejected

substitutions

after forty -ive (45) days of

Contract

award.

The

City is not obligated to approve Requests

for Substitutions and has

the discretion

to

require

CM

to provide the materials, products, equipment or systems as

specified in

the

C o nst ruc ti on Do cuments. In no c as e s ha ll the CM be entitled to additional t ime and /

or

money

arising out

of

City's

failure

to approve

Requests for Substitutions.

1 .

43. 1

Requests

for

Substitutions shall be

submitted

as

follows:

a):

Submit

five (

5) copies

of

the Request to A/E.

b): Describe in detail (complete with test reports, catalogs, brochures

and

black

or

blue

line

prints

of drawings) the

material,

equipment, product or

system

and changes or adjustments to other

Work

affected. Submit samples

when

requested.

CM

is responsible for denoting

all

instances

wherein the

proposed

substitution differs from the item

specified.

c):

include "

cost

breakdown"

of item

specified

and of

proposed

substitute forwhich request is

made

Include

costs of adjustments

to other Work

affected. Include any variation

in

operating,

maintenance or replacement costs,

and

length of time product has been available on the

domestic market.

d):

State

amount deducted or added

to

Contract amount or state

no

change" in Contract amount.

The City' s decision on approval or

rejection

of a Request for Substitution will be final. Approval or

rejection

of

a

request

will be

based

in

part

on

A /

E' s

opinion

as to

adaptability, durability, quality, aesthetics,

contract amount change, life cycle

functions o r o th er considerations

th e C ity

determines appropriate

as compared

to

the

specified or

noted

item(

s).

Should the

City,

during the course of

the Work, find it

necessary

or

desirable to

use

a

material,

equipment, product or system

other than

specified, the C ity s ha ll n o tify

CM, in

writ ing. Should

CM

accept the

proposal without a change in Contract price or tirrte, lit;shall b, ; corsidered, an ,

approved substi tute.

O c

O U O 0 C

0

If A/

E requests a sample of a specified gnaiLerial, pkidtict,

elerrien ;

or ;work or approved substitute,

CM

O O 00

0

000 0

sha ll p rov ide same. If the sample is approved, all

subsequent materials

used in

the

Work

shall

be

equal

in

every

0000

0 0

J

0 0

0

0V0

O

0

0

0

0

0000

0 0

0

O

0 0000 0 0

0000

0

0

0

8

Page 9: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 9/152

Page 10: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 10/152

an y

tier,

h as be en convicted of a

public

entity

cr ime, pursuant

to

Section

287. 133,

Florida Statutes,

within

the

preceding thirty -six (36)

months

from the date of execution

of

this Agreement.

The CM acknowledges and agrees

that

the City is relying on these

representations

and covenants as

a

material

inducement

to enter

into this

Agreement.

ARTICLE

III

THE CONSTRUCTION

MANAGER SERVICES

3. 1 GM P

Amendment:

Th e

parties

are

entering

into

this

Agreement

before Contract

Documents

are

sufficiently complete to establish th e GMP; therefore, it

is

anticipated that one or more

GMP

Amendments will be

executed to

establish the GMP

an d

incorporate subsequent

documents that

fully

describe

the

scope of the Work

included in the GMP. Each such Contract Amendment and

additional Contract

Documents shall become a part of

this

Agreement

as if fully set forth herein. Following the issuance

of

the initial

Notice

to Proceed from the City, the

GMP for the Project

must

be established no later than October,

2012, (

see Attached Project

Schedule

in Exhibit

II);

otherwise this

Agreement

shall

terminate

pursuant

to

Article

VI herein.

3.

2

The services of the

CM

shall

include, but are

not

limited to,

those described

or specified

herein.

The services described herein shall not be deemed to constitute a comprehensive specification

having

th e effect

of excluding services not specifically mentioned.

The

CM s services shall include, without

limitation,

all of

the

Preconstruction

Services

s et fo rth in this Agreement

and,

upon approval

by

the City

of

the GMP, and as

contemplated in the GM P Amendment ( or Amendments), an d such other amendment(s) as

necessary

to fix

an d

describe the parties' respective rights and responsibilities

with

respect

to

the

Work

and the Project, all of the

Construction Services required

to

complete the Work

in

strict accordance with the Contract Documents, and

to

deliver the Project

to

the City at or below the

GMP,

when established,

an d

within the Contract time.

3. 3

Pre -Construction Services

3.

3. 1 Generally: The CM shall

review

Project requirements, existing

on -

site an d

off -site

development,

surveys

and preliminary budget, an d

make

recommendations

to

the City

for

revisions.

The CM shall prepare a

preliminary Project Schedule

in

accordance

with

the Contract Documents

an d in

coordination with

th e C ity

and

the A / E, identifying all phases,

critical

path

activities,

an d

critical

duties

of

each

of

the

Project team

members.

The

CM shall, at each

remaining

design

phase (

50 %,

90%

and 100% Construction Documents),

review

the

plans and

advi se the C ity a nd the A/

E

regard ing the

constructabil i ty of the

design, an d

of

an y

errors,

omissions, or

conflicts it

discovers. The CM shall prepare

an

outline of proposed

bid

packages and detailed cost estimates,

and

advise

the City

regarding

trends

in

t he c onst ruc tion

an d

la bo r m a rk e ts

that

m ay

affect the

price

o r s ch ed ule

of

the

Project. The CM shall attend

all Project

related meetings. The CM

s Preconstruction

Services shall be provided,

an d the City shall compensate CM for

such

services, based

upon

a

fixed

fee, in

the

amount of $

14,340,

representing the CM '

s

total fee.

At the conclusion of the Preconstruction

Services,

the

CM

shall,

without

assuming the

duties

of the A/E, warrant to th&

t /;hat

th,.

e,oIarie,

speai €

cafions, and other Contract Documents

are consistent, practical, feasible an d constructible, and thattheProject is constructible within the Contract Time

J

0000

u

u

o

J 0

U V L

0

0000

V

0

0

00.

00 3 0

JvJJ 0

S

0

10

Page 11: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 11/152

ARTICLE IV

DUTIES

AND

RESPONSIBILITIES

The C M sha ll

perform

th e

following responsibilities

and duties:

4.

1

All CM

procedures, recommendations, documentation,

record

retention, etc. must conform to

the

Project requirements including applicable sections of th e City's procedures, A E'

s

procedural

manual;

master

specifications; general conditions

of

the Construction Agreement; (

and

other)

applicable codes,

regulations

and

procedures that

may be required at the State, County, City or any agency,

utility

or similar

governmental

entity.

4. 1 . 1

Develop, for City approval

an d for full

compliance

by CM,

of

a Project specific

procedures manual

detailing

the

entire

Project process, inc luding

at

m in im u m th e

following:

a)

Exhibit I ( GMP

Amendment); Exhibit

II (

Schedule);

Exhibit

III ( Declaration);

Exhibit

IV (Sworn Statement F . S. 287. 133( 3)( a) on Public

Entity Crimes;

Exhibit

V ( Questionnaire); Exhibit VI ( Insurance

Checklist);

Exhibit VII ( NE Agreement);

Exhibit VIII (

General

Conditions of the Construction Contract);

Exhibit

IX (

Best

Value

Amendment);

Exhibit X ( Qualification Submittal Documents);and this

Agreement.

b) Construction

coordination,

scheduling,

communcaion and documentation

procedures am o ng the

CM, the A/E, subcontractor(s),

subconsutant(s),

and

other

departments or organizations who require coordination

with

and /or input

into theWork.

c)

Project reports (

monthly).

d)

Request

for

Information.

e)

Contract Amendment(s) process.

f)

Shop

Drawing submittal.

g)

Project

closeout.

Said

procedures manual

to be

presented

no later

than

with first

application

for payment.

4. 2

Coordination

and Scheduling

4. 2. 1 Coordination

with

AIE: CM shal l mainta in an o n g oin g w o rk in g

relationship

w ith th e A/

E.

However,

nothing

in

this Agreement shall be construed

to mean

that the

CM

assumes

any

of

the

responsibilities or duties

of

the NE.

The CM shall be solely

responsible for

construction

means,

methods,

techniques,

sequence an d

p roc edures used

in

the construction

of

th e P ro je ct an d fo r the s afe ty o f

its

personnel ,

property,

an d

its

operations

for performing

in

accordance with

the

CM ' s

Agreement with

the City. The

A/

E is

responsible

for the requirements

of

the Project, as

indicated

in

th e

Agreement

between the City

an d

the A/

E.

The CM '

s

services shall

be

rendered

compatibly

an d

in cooperation with

the

A/E'

s

services

to

the

City.

It is

not intended

that

the

services

of

the NE

an d

the

CM be competitive or duplicative, bu t rather be

complimentary.

4. 2.

2 Scheduling:

The CM shall meet immediately upon execution of this Agreement w ith th e A/E

an d

City

representatives to

review the A/

E Agreenierq (+

1 ` 6I) and,

th e °

Nrojeri:,,

aF referenced

in Schedule D of the A/E

U

U

t:

L.

U

l .

)

U

I

U

Agreement. The

CM

shall

ensure

that the

partios

joinJly revie:

f,

sncdity as necessary, a nd a gre e to a s ing le design

u

0,./ 00 l

U

V

iU

J 00ICU 0

J

11

Page 12: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 12/152

schedule,

to be called

the

revised

most

current

schedule

to

the

NE Agreement. This

schedule shall

be

submitted

to the City

within

fourteen ( 14)

days

of execution of this Agreement.

Should

the

parties

no t be able to reach final

agreement on a

revised

schedule for purposes of

the

Project,

which include(

s) a schedule for

all

CM services,

which

the

CM believes

to be fair,

reasonable, an d

in

the best interest of the Pro jec t. The

City

shall

then

determine

what schedule

is

to be utilized, and the City' s decision

with regard

to same shall be final, an d binding

upon

the

paties.

4.

3 Design Phase

4.

3.

1 Review of Design Documents: The CM shall

review

the

design documents

and

make

recommendations

to

the

City

and to

the

A/E as

to

constructability,

cost,

sequencing,

scheduling,

an d

the

time of

construction,

as to clarity, consistency and coordination of documentation. The recommendations

resulting

from

such review

will be

provided

to

the City

an d

A/

E

in writing

an d as

notations on th e design documents. This review

an d the accompanying writing notations shall

be

submitted

with

the documents

for

review

by the

City

at

each

Phase of design review as noted in

the NE Agreement (

Exhibit VII).

4. 3. 2

Responsibility:

The

CM,

as a result of th e above -

noted

review

of

th e design documents an d

recommendations

provided to the City, shall

utilize

its

best

efforts to

assure

the coordination

of

drawings

with

th e

witten

specficaions.

This includes but

is

not

limited

to, the CM

s

review of the construction documents in

coordination of th e

drawings

an d specifications themselves,

with

the existing

buildings and

sites

to

ensure proper

coordination

an d

constructability

an d

lack

o f co n fli ct ,

an d

to minimize

unforeseen

conditions.

The

CM

shall,

d u rin g th is

phase, be responsible

for the

proper

identification

an d location of al l

util ities, services,

an d other

underground facilities which

m ay

impact the Project. The CM specifically agrees that

no

Contract Amendments

shall be requested by th e CM or

considered

by th e City for reasons involving

conflicts

in

th e documents,

questions

of clarity with regard

to

documents, incompatibility,

or

conflicts between the documents

an d

laws, the

existing conditions, utilities,

and

unforeseen underground conditions.

4.

3. 3

Preliminary Scheduling: The

CM

will submit to

the

NE

fo r

comment, an d to the City for

approval,

a

proposed

schedule for the

Project

at

the

time

the

Phase III- 100%

Construction

Documents

are to

be

submitted to the

City

for review.

That schedule

shall

include

such

bid

and

construction activities as well as

reasonably

outl ine the

approach the CM

intends

to

take

for the

Project.

This

requirement

is in addition

to

any

other scheduling requirements which

m ay

be contained in the contract d oc um en ts an d sha ll be compatible with

same.

The CM

shall

include

in the above -noted

schedule

a

proposed

construction sequencing plan

for

the Work.

4.3.

4

Estimating

and Cost

Control:

The CM shall prepare

detailed

cost estimates an d updates

throughout

the design phase leading

up to

the

bidding

ph ase o f

the

Project. The CM shall submit s am e w ith the

submittal of

each

phase

of

design

review

in

accordance

with

the

most current Schedule D of

the

NE

Agreement

an d at su ch other times as it m ay be requested by the City. The

estimates

by the

CM

shall show the

estimated

amount of the

GMP.

They shall

be in

such detail as the City m ay require, an d

shall no t

exceed the B udget o f

1,

000,000 ( Budget).

a)

Should the

CM

es•imated 3M P; exce. c 1 the, Budget, the CM shall include with

said estimate wwitten. suggetions tors brinbirt the Project within Budget.

The

L

12

Page 13: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 13/152

City, at

its sole

option,

m ay adjust the Budget or

it

m ay direct th e CM

to

coordinate with the NE

to

reduce the estimated cost of the Project through

Value

Engineering, re- design by

the

A/

E, re- estimating, obtaining

additional pricing,

scope reduction

and /or

other

at no

cost

to the

City; or it m ay choose

to

continue

under subparagraph (b) below.

b)

The City shall determine, after receipt and review of each estimate, whether th e

CM shall

continue

to

perform

the

services of

the

Agreement

without

requiring

adjustment of the most current CM-

estimated

GMP.

The

City may,

at

its sole

option,

determine to proceed with th e P ro je ct

without

Budget adjustment or

an y

other change

to th e Project.

This

shall in no

way

obligate

the

City to

accept

th e

CM s

GMP

Proposal whether or not

it

is

within

the estimate or whether or not

it is

within the Budget.

The

City in th is a nd al l cases may reject the GM P

at its

sole

discretion, and proceed to

exercise its

options

as identified in

this

Agreement.

c)

The CM and NE shall advise

the

City immediately when the NE or

CM

estimate

exceeds the Budget.

4.3.

5

General Coordination: The CM shall

coordinate

with and include activities

in

both the schedule

referred

to

in

this Section and other schedules required

in

the Contract Documents the work of consultants,

testing labs, a nd o the r

consultants

employed

by

the City as well

as

the reviews required

by

th e City

an d

other

agencies

and

the A/

E.

4.

3. 6

Permits and Fees: The

CM

will

be

responsible

for

coordinating with

the

A / E the submittal of

al l

required

documents

for permits

including without

limitation,

an y

required revisions and

re-

submittals necessary

to

obtain a

permit

from th e C ity

of

M ia m i

Beach Building

Department. CM shall be responsible for obtaining

any

an d

al l

permits an d paying an y an d

all

related

fees

for the

Work.

The City shall not pa y

the

CM

any additional sums

beyond

the Preconstruction Services

Fee and the

GMP for these services.

Fees for

building permits

issued by

the

City of

Miami

Beach shall be waived. Fees

for

other

permits

shall be

the

responsibility of

the

CM.

4.3.7 (

Intentionally

Omitted)

4.3. 8

Memorandum of Changes: The CM

shall

submit to th e C ity the CM s

Memorandum of Changes

in sufficient time

an d

as

scheduled

so

it

may

be reviewed by the A / E

an d

the

City against

the Contract

Documents

and

any

corrections, modifications, additions, or changes be incorporated prior to commencing the B id

and

Award

Phase.

The

Memorandum o f C ha ng es

shall include

a summary of al l recommendations

made

by th e CM in

fulfilling the CM '

s

du ti es w it h regard

to

the Contract Documents. The CM shall identify an y recommendations no t

incorporated

into the

documents.

T he C ity shall

either direct

that same

be

incorporated

or

explain

in

writing why

the

recommendation is rejected.

4.4 Bid and

Award

Phase

4.

4.1 Prequalification:

The

CM

shall prepare

a

subcontractor'

s

prequalification plan in

compliance

with

the

requirements

currently determined by the

City. Th e

C =

ehall

submit' `

6

the

Oiy h E CM ' s list of

pre-

approved

s u b c o n tr a c t o r s f o r

e a c h

e l e m e n t

o f t h e W o r k t o

b e

s u b o . p o t r a e d

by

t h e , C -M .

T h i s I; s t -s h a l l

b e

d e v e l o p e d b y t h e

13

Page 14: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 14/152

execution b y th e CM o f the subcontractor's

prequalification

plan

noted above.

The

City reserves the right

to

reject

an y subcontractor proposed

for

an y bid

to

be considered

by

the

CM.

Any

claims, objections

or

disputes arising

out

of

th e prequalification plan or

list

a re th e responsibility

of

the CM. The CM sh all

hold

harmless, indemnify, and

defend th e

City, its

officers,

employees, an d

agents,

in any

matter arising out of the prequalification plan

and /

or

the subcontractor's list, except

where

the sole cause

of

the matter

is

a City directed decision.

4.4.2 Scope of Work - The CM

shall receive

subcontract proposals which, when combined

with

the work

the CM intends to do with its own forces, shall represent the

entirety of

th e Scope

of

Work required

of

this

Agreement.

4.4.3 Pre -Bid Conferences:

The

CM shall schedule and conduct pre -bid conferences for subcontractors

an d

the City

to

ensure the availability of such subcontractors, material suppliers,

etc. for

this

pre -

bid conference.

The CM sh all be solely

responsible

for the content

of

th e p re -bid

conference.

4.4.

4 Subcontract Bidding: The CM shall

schedule,

in

coordination with the NE

an d

the City, the

acceptance,

review and

award of the

bids to qualified

responsive

and

responsible

subcontractors. Said

bids

from

subcontractors shall

be in writing an d

shall

be

opened

an d

reviewed

with th e

NE

and

the

City prior to

award

by

the CM.

4.

5 The

Guaranteed

Maximum

Price

4.5. 1 Calculation /Negotiation of the Guaranteed Maximum Price:

After taking,

reviewing and

identifying the l owest acceptab le

bids

f rom respons ive an d responsible

subcontractors,

the CM sha ll p rop ose to

the

City, a

Guaranteed Maximum

Price,

which shall

be

the

su m of the

proposed subcontracts

and the CM ' s

General Condit ions ( in clu d in g a n y fee, profit , overhead an d

all

like amounts) an d the agreed

upon

Contingency.

The Guaranteed

Maximum Price shall

be the full

and

complete amount for

which

the

CM

agrees

to

go

forward

from the receipt of subcontract bids to the full completion of the Project.

4.

5. 2 Acceptance

of

GMP: Upon acceptance

and

execution of the

GMP

Proposal

by

the

City,

the

CM

shall enter into subcontract agreements with the subcontractors

selected

for the

amounts included

in the GMP

Proposal for

that

subcontract work,

an d

shall

function

as a General Contractor and comply with the Contract

D o cu m e n ts a cc o rd in g ly w ith re g ard to the P ro je ct a s w ell as a

CM

w ith re g ar d

to

other services required

by

th e

Contract Documents.

4.6

Time

of Performance

4.6. 1

Conformance

with Approved Schedule: The

CM

shall perform all the duties required by this

Agreement in

such a wa y

an d time as to conform to

th e

most

current

Schedule " D " of

th e

NE Agreement.

4.

6. 2 Review

and

Acceptance

of

Schedule: In

e xe cu tin g th e

Agreement,

the CM

acknowledges

speci fical ly that

the CM

has reviewed the m ost curren t Schedu le "

D"

of

the A/ E

Agreement,

ha s given an y

necessary input to the C ity re g ard in g a ny need to modify that schedule to

accommodate

the

CM

at

Risk

process,

an d shall not be entitled

to

addit iona l t ime or

money

in order to c on fo rm th e

CM services

to that schedu le.

4.

6 . 3 Preparation an d Delivery of

the

CM at

Risk

Schedule:

W '

thin

tourtoen ( 1 4 ) days of

the

effective

date

of

this Agreement, the CM shall present to

the

City

scheduI &

forUthz

CM *

duties, deliverables, and

V VU U V

U U V

V

U V U

J

000C

V

U 0

U

00U

L

GU

v

14

Page 15: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 15/152

requirements showing the start an d completion of design phase activities to

be

performed

by

the CM.

This

schedule shall be

in

conformance with the most current Schedule " D" of the NE Agreement.

4.7 PAYMENT BREAKDOWN

PRE-CONSTRUCTION SERVICES

1 .

Design Review, Constructability &

Value Engineering

2, 685

2.

Review

of

On -site &

Off -

site Conditions

635

3. Cost Estimating &

Cost Controls 1, 555

4.

Scheduling

425

5. Bidding ( GMP

Submittal &

Negotiations)

4,540

6.

e- Builder License 1 ,

000

7. Contingency

3, 500

8. TOTAL PRE -CONSTRUCTION SERVICES FEE 14,340

4.

7.

1

Application

for

Payment

Submittal:

The

CM

shall

submit

monthly an application

for

payment

for

the proportional amount of th e Preconstruction

Services

F ee which shall be

determined

by dividing the

Preconstruction Services

F ee by th e

number

of months

from

th e effective date of

this

Agreement unti l the

scheduled submittal of the

GMP proposal by

the

CM.

Delays to

the schedule shall

result

in

re-

calculation of the

monthly

application

amount

by dividing the amount of Preconstruction Services F ee

remaining

by the number of

months currently

remaining u n ti l t he first submittal

of

GMP Proposal.

4. 7. 2

Time Extensions: In

th e event the performance of the

CM

is delayed by reasons outside the

CM '

s

control, the

CM

shall request in writing an extension of time for the contract

requirements

o f th is

Agreement.

Said

request for

extension shall include

a

proposed revised schedule, and documentation as

to

the cause of

th e

delay.

The

CM ' s sole remedy for delays which impact the time

of performance of

this

Agreement shall be a time

extension

N o damages for

delay

shall

accrue to th e benefit of

the

CM

as a result of any

delays

to the

performance of

this

Agreement.

Specifically, the

CM

agrees

that

the failure

of

th e

NE to

maintain the design

cuu.cc u

uuu

schedule

shall

be

non -

compensable

to

the

CM and

CM

ssole°emecjyshalrbe a, extri ion of

time.

L i.

u

uu

u

u u

4.

7.

3 Extra Services:

S ho uld th e

CM be

requested er required `

by

the

to,

provide

services which the

uuu

U U 0

0

0

U U

U

J

U

U

UU it3 U

J

JV

Vu

15

Page 16: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 16/152

CM

believes

are

outside

and /

or in addition

to

the scope of

this Agreement,

the

CM

shall within

five ( 5)

days of

being

requested

to

perform

such services, notify the City in

writing

of

the

CM ' s opinion that

they

are extra services

to this Agreement, the reason th e

CM

believes

they

are outside th e

scope

of this

Agreement, an d

th e proposed

costs,

and

t ime impact, if any, for the performance of same. The City m a y d ire ct the CM to proceed with

such

services pending

a

final determination as

to

the compensation. In such case, the CM '

s

r ight

to

consideration shall

not be

waived

by

proceeding

as

directed.

4.

8

City'

s

Right

to Require Documentation

and

Audit

The City

may, as deemed necessary, require from

the CM

support and /or

documentation

for an y submission.

Upon

execution

of

the

Agreement,

the CM agrees

that

the

C ity sha ll

have

unres tr ic ted access

during normal

working

hours

to all CM '

s records relating

to

this

Project

including hard copy

as well as electronic

records for

a

period of three years after final completion.

ARTICLE V

GMP PROPOSAL AND ACCEPTANCE /REJECTION

5. 1 Subcontract Bids: The

CM shall open

subcontract

bids from

the pre- approved list of potential

subcontractors

at

a time

and place

scheduled with th e City's Project Coordinator

and

such other City

Representatives

in

attendance.

The

CM

shall provide a summation an d analysis o f the apparent low subcontract b id s in clu d in g th e id en tity of an y

apparent

low

subcontract

b idders wh ic h

the CM

does not

wish to employ.

Such identification and proposal of

non -utilization by th e CM shall

require

specific written reason for same.

5 .

2

CM

Fee,

Profit,

General

Conditions,

Contingency:

The

CM

shall propose the amount

to be

included in the GM P for

its

General Conditions costs

an d

the Contingency,

as

defined herein. The CM '

s

General

Conditions shall be

a lin e ite m

included

in

the Project'

s

schedule of

values

an d

is

to be paid

on a

monthly basis

according

to

the

percentage complete of

the

Project.

5.

3 GMP

Proposal:

The

sum of Section

5. 1

and

5.

2

shall comprise

the

proposed GMP

for the

Project

an d

shall

fo rm th e

basis

of

negotiations

between

the CM

an d

the

City.

a) The City shall have

the

option

of

a cc eptin g o r re je ctin g th e GMP

as

presented

by

the CM.

Should the

GM P

be accepted, the GM P Amendment reflecting that

acceptance will be

executed,

and the

Contract

Price

increased

by

the

GMP

amount.

Should

the

GMP

not

be

accepted, the

City m ay

at

its

option:

b) Reject th e GMP an d

direct

the A / E and CM to investigate,

redesign,

develop for City

approval

value engineering

possibilities, an d

other

cost savings

and to

re-

submit

a new,

lesser,

proposed

GMP.

This

may

a t th e City'

s option, incl'

u

e s

reduction in tscopa: All to

be

done at no addit ional

U •

U

V

UU

U

U

li

V

U U

U V U U U

U

V V

U U

UU

U

UUU

ost to be

City.

UUUU U

V U U U V

V

0

U U U

u U

16

Page 17: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 17/152

c) Reject

the

GMP,

take possession of the plans

and specifications, and bid

the

work to

a

General

Contractor

or

otherwise complete

with

other

fo rc es o r

take such

action, if any,

that

the

City

m ay

determine is in

its best

interest.

In

this

event, the CM shall not perform

nor be

compensated

for, any

services on

th e

Project

beyond the agreed Pre -

Construction Services F ee

herein.

In

the ev en t any

option under this subparagraph is chosen

by

the

City, the CM is

obligated to

immediately

turnover to the City all plans, specifications

an d other project

related

documentation.

d) If

an d

when accepted

by

the City, the GM P shall

be

fo rm a liz ed b y the execution of the GM P

Amendment (

Exhibit I ) .

e)

The City shall

determine, after

each negotiation session,

unless agreement

is reached, if

further negotiations are warranted.

If not,

the negotiations

shall be declared not to be

successful

and the City shall take

possession

an d ownership

of

al l documents

produced

for the design and

bid Phases, pay the

CM

any remaining

undisputed

fee, an d proceed under th e

requirements

n ote d u nd er this paragraph, and the C ity an d

CM

shall be mutually re leased fro m an y

further

obligation each

to

the other.

f)

The City shall have

no

obligation to accept the GMP

Proposal

of the

CM

regardless of that

Proposals' relationship

to

the Budget or the most current estimate or for an y other reason.

g) Should

the

CM

realize

any savings from the

negotiated

Schedule of Values,

the

City shall

receive 75%

of said savings with no

line

item

integrity.

T he C ity reserves

th e

rig ht to audit

all

contract related

documents

at any

time during the Project an d

at

the

end

of

the

Project.

ARTICLE

VI

TERMINATION

6. 1 Termination forCause

The

City

may

terminate

this Agreement for cause

in

the

event that the CM ( 1 )

violates

any

provisions of

this

Agreement or performs same in ba d faith; or ( 2) unreasonably

delays

the

performance of

the

work/services

contemplated under this Agreement (hereinafter referred

to in this

Article

VI

as the " Services "),

and CM fails to

cure

same within thirty ( 30) days

following

written

notice

to CM .

In that event, such termination shall become

effective upon

seven (

7)

days written notice

to CM.

6 .

1 . 1 In the e ven t this Agreement is terminated

by

the City fo r cause, the City, at

its

sole option an d

discretion, m ay take o v er th e S erv ic es an d complete them

by

contracting with

another

CM o r o therw ise . In such

event,

the CM shall

be

liable

to

the C ity

fo r

any

addit ional

cost incurred

by

the

City

du e

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 CM hereunder had

the

Agreement

not been terminated

6. 1 . 2 Payment

only

for Services satisfactorily' performed

by

th e` c .

M

an d accepted by th e City p rior

to

receipt of

a Notice

of Termination for

Cause, shall be r ade

0,accordar:ce, with -

this ;

4r

icle

V I

herein

and

the

City

U

U

U

U

UV U V J U

J

U V V

J

6

U

17

Page 18: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 18/152

shall

have

no

further

liability for compensation,

expenses orfees

to

the

CM.

6.

1 . 3

Upon receipt

of

a

written Notice of Termination, the

CM

shall promptly

assemble

an d submit to

the

City,

as

provided herein o r as requ ired in the wri tten notice ,

all

documents,

including

drawings, calculations,

specifications, correspondence, and all

other relevant materials affected

by such termination.

6.

1 .

4

In

the

event of

a termination for

cause,

no

payments

to the CM

shall

be made ( 1 )

for Services not

satisfactori ly performed,

as

s am e s ha ll be determ ined at the C ity 's option and discretion;

and (

2) fo r a ss em bly o f

submittal of documents, as provided above.

6.2 Termination for

Convenience

The City,

in

addition

to

th e rig hts a nd options to Terminate for Cause, as set fo r th

above,

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

an d

without penalty, when

in its

sole discretion it

deems

such termination is

in

th e

best interest of

t he C i ty , upon

notice

to

CM,

in

writing, fourteen (

14)

d ays p rio r to

termination.

6.2. 1

In

th e event th e City terminates

the CM '

s Services for

its

convenience,

as

provided

herein,

the

CM

shall be

compensated for

all

Services rendered

up to th e

time of receipt

of said

written termination notice, and for

the assembly an d submittal

to

the

City

of documents

for th e

Services

performed,

in

accordance

with

Article

VI

herein, an d

the

City sha ll

have no

further liability for compensation, expenses

or

fees

to

the

CM, except as set

forth in

this

Article

VI.

6. 3

Termination

by

CM

The

CM may

only terminate

this

Agreement

fo r cause

in

the

event

that th e C ity willfully

violates

any pro v is io ns of

this

Agreement or

unreasonably delays payment for

the

Services,

and has

failed to cure same within thirty ( 30)

days

following

w ritte n n otic e fro m th e

CM. In

that

event, CM may

terminate this Agreement

upon written

notice to

th e C ity, w hic h te rm in atio n s ha ll b ec o me e ffe ctiv e th irty ( 30) d ays fro m

the

date of said Notice. In that event ,

payment for

Services

satisfactorily

performed prior to the date

of

termination

shall be made

in

accordance

with

this

Article VI.

6.3.

1

The CM shall

have

no

right

to terminate this Agreement for convenience of

the

CM.

6.

4

implementation of Termination:

In the event of termination,

either

for cause or for

convenience,

the CM, upon receipt of the notice of termination,

shall (

1 )

stop

the performance of Services under

this Agreement

on th e

date and to

the

extent

specified

in

the

Notice

of

Termination; (

2) place no further orders or subcontracts except for any that m ay

be

authorized,

in

writing, by th e City, prior to their occurrence; (

3) terminate all

orders

and subcontracts to

the

extent that

they

relate to

the performance of the Services terminated by th e

Notice

of

Termination; (

4)

promptly

assemble an d

submit,

as

provided

herein,

all

documents for

the

services performed,

including

drawings,

cacuaions,

specifications, correspondence, and al l

other

relevant materials affected by the termination; and ( 5)

complete

perfo rmance o f an y Services as shall not have been terminated

by

the N o tice o f Termination an d as specifically

set forth therein.

6.5

Non -

solicitation:

The

C M warrants that

it has

not employed

or retained ary c o :

ripany 6r( prson;

other

T h a n a n employee working

v

U 3 l

V

3

3

V

V

18

Page 19: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 19/152

so le ly fo r

the CM, to solicit

o r s ec u re this

Agreement;

an d that it ha s not paid, nor agreed

to

pay

an y

company

or

other

person

an y fee,

commission,

percentage, gift

or

other

considerat ion contingent upon

or

resulting from

the

award or

execution

o f th is Agreement. F or breach

or

violation of

this

warranty, the City

ha s

the r ig h t to

terminate

this

Agreement without

liability

to the CM

for

any reason whatsoever.

ARTICLE VII

INDEMNIFICATION

7. 1 CM

shall,

at al l times hereafter, indemnify, hold

harmless

an d defend

the City,

its

officers, employees,

contractors and /

or

agents from an d against any c la im, d em an d o r cause of action o f an y kind or nature aris ing ou t

of the negligent

act, error,

or omission

of

CM,

its

officers, employees, contractors ( including,

without

l imitation,

Subconsultants),

and /or

agents,

in the performance of an y work and /or

services

under

this

Agreement.

7. 2 In the e ve nt th at

CM

abandons this Agreement o r c au ses it to be terminated by City, CM shall

indemnify, hold harmless an d defend the City,

its

officers, employees, contracto rs and /

or

agents against

an y

loss

pertaining

to

such termination.

7. 3 CM

hereby

affirms

that

it shall be

responsible

for th e acts,

errors an d

omissions of its

Subconsultants

an d it shall indemnify, defend and sav e h arm le ss th e City, officers,

employees,

contractors an d agen ts from an y

an d

all

claims by th ird part ies which

ma y

arise on

account

of serv ices

rendered

by

Subconsultants.

7.

4

The provisions of this

Section

shall survive the expiration or earlier termination of this

Agreement.

ARTICLE

VIII

MISCELLANEOUS

8. 1 Ownership of

Documents:

All finished or unfinished

documents,

data, studies, surveys,

drawings,

maps,

models,

photographs and reports

p re pa re d o r

provided

by CM in c onnecti on w ith this

Agreement

sha ll b ecome

the property of

the City,

an d

shall

be

delivered

by

CM

within

ten (

10)

days

after

receipt of written notice. Any

re -

use

of

documents

by

City

without

written

verification or

adaptation

by CM for

th e

specific

p urp ose intended will

be without

liability

to CM.

8. 2

Records:

CM shall keep such records

an d

accounts

an d

re q uire a n y

an d

all CM

an d

Subconsultants

to

keep

such

records

and

accounts

as

may

be

necessary

in order to re co rd

complete

an d correct

entries

as

to

personnel

hours

charged

to

the Project,

an d

any expenses fo r which CM expects

to be

reimbursed.

All books

and

records relative

to

the

Project will be avai lable a t all reasonable

t imes

fo r examination an d

audit

by City an d shall be kept

fo r

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 an d records

will

be grounds fo r City' s disal lowance of a ny fe es o r e xpe nse s based

upon such

entries.

All

books

and

records which are

considered public records shall, pursuant

to

Chapter

119,

Florida

Statutes,

be

kept

by CM in accordance

with

such

statutes.

8. 3 Equal Opportunity Employment

8.

3. 1

CM

agrees that

it w ill n ot

discriminate against

an y

employee

or applicant

for employment for work

under

this Agreement

because

of

race,

color,

relic:ithOex,4ge,"

riationul" origin; disability,

or sexual or ientation

U

a n d w i l l

t a k e a f f i r m a t iv e

s t e p s t o e n s u r e thatappliconts a r c "

zirrploy0, ,

a

di e m p l o y e e s

a r e t r e a te d d u r in g

19

Page 20: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 20/152

employment without

regard

to sexual orientation, race, color, religion, sex, age, national

origin,

or disability. This

provision

sha ll i nc lude,

but not

be limited to,

the following:

employment up grad ing ,

dem otion o r

transfer;

recrui tment advertising, layoff or compensation; an d selection fo r training, including apprenticeships.

CM

agrees

to furnish City wi th

a

copy of

its

Aff irmative

Action

Policy.

8.

4 Public

Entity Crimes

Act

In accordance with th e Public

Entity

Crimes Act (Section 287.

133,

Florida Statutes),

a person or affiliate

who

is a

CM, who has been placed

on

the

convicted vendor

l is t fo llowing

a conviction for a

p ub lic e n tity c rim e m ay

no t

submit

a bid on a contract to p ro v id e a ny goods or services

to

the City, m ay not submit a bid on a contract with

the

City fo r

the construc tion o r

repair

of a

public building

o r pub li c

work,

m ay not bid on le as es o f real

property

to

the

City, may

not

be awarded

or

perform

work as a

CM,

supplier, subcontractor, or

subcontractor

under a contract

with the City,

and m ay not transact

business with

the

City

in excess of

the threshold amount provided in Section

287. 017, Florida

Statutes,

fo r Category Two for

a period

of 36

months

from

the date

of

be in g pla ce d on the

convicted vendor list.

V io la tio n o f th is S ec tio n by

CM shall result in

cancellat ion

and

m ay re su lt

in

CM '

s

debarment.

8. 5 ( Intentionally Omitted)

8. 6 Assignment

This Agreement,

or any interest here in , shall no t be assigned,

transferred

or

otherwise encumbered by

CM,

under

an y

circumstances,

without

the

prior

written consent

of

City.

8. 7

Insurance

The CM shall comply throughout

the

term of

this

Agreement

w ith th e

insurance requirements

stipulated herein. It

is agreed by

the part ies that

the CM sh all n ot commence

with

work on

th e P ro je ct

until

satisfactory proof of

the

fo llow ing insurance

coverage has been

furnished

to the City.

The CM

will

maintain in effect the

following

insurance coverage:

a) Comprehensive General L iabi li ty Insurance in the amount of $1 , 000, 000. 00 Single Limit

Bodily

Injury

an d

Property Damage coverage for each occurrence, which w ill in clu de pro du cts,

completed

operations,

and

contractual

liability coverage.

The

City

must be

named

as an

additional insured on this

policy.

b) Worker's compensation an d employer'

s

liability co verag e w ithin the statutory limits of the

State of Florida.

c)

Business Automobi le L ia bility In s ur an c e with minimum limits of one

million

dollars

1 ,

000, 000) pe r occurrence combined s ing le lim it for bodily in jury liability an d one million dollars

1 ,

000,000) per

occur rence fo r

property damage l iabi li ty . Coverage

must

i nclude owned vehicles

an d hired

non -

owned vehicles. T he City m ust be named an

addit ional

insured in this policy.

8.

7. 1 The CM

must

give

thirty (

30)

days

prior

written

notice of cancellation or of substantial

modifications

in

the insurance coverage to the Project

Coordinator.

8 . 7 . 2

CM

shall provide

to

City a Certificate O f

lrsuran_

e ,

or

a , copyior

a ,

l

insurance

polic ies required

by

this

U

U U

U

U U

Section.

C i t y

r e s e r v e s t h e r i g h t to r e q u i r e a c E r t i ` i e d e o p y o f , s u c h p o l

cesuupon

request.

All

certificates and

U

U V

U

Uv U

U

V

20

Page 21: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 21/152

endorsements

required herein

shal l s tate

tha t C ity shall

be

given

thirty (

30) days written

notice

prior

to

expiration

or cancellation

of

the

policy.

Should CM fail to obtain, maintain,

or renew

the

policies

of

insurance

referred to

herein, in

th e required amounts, the City

may, at

its

sole

discretion, obtain such insurance, an d

an y

sums

expended

by

the City

in

obtaining same

shall be

repaid by

CM to

City, plus ten percent (

10 %)

of

the amount

of

premiums paid to

compensate

City for its

administrative

costs.

If

CM

does

not

repay C ity '

s expenditures within

fifteen (

15)

days of

demand, the total

sum owed

shall accrue interest at the

rate of twelve

percent ( 12 %) per

yea

until

paid

and

such failure shall

be

deemed

an

event of default hereunder.

8.

8 All Prior

Agreements

Superseded /

Amendments

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

th e subject

matter of

this Agreement that are

not

contained

in

this

document. Accordingly,

the

par ti es ag ree

that

no deviation from the terms

hereof

shall be predicated u po n an y

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 th e s am e

formality

an d of equal

dignity

herewith.

8. 9 Notices

Whenever

either

party desires

to

give notice unto

the

other, such notice must be in

writing, sent

by

registered

United States mail, return receipt requested, addressed

to

the p ar ty

fo r w ho m it

is

in tended a t

the p lace

last

specified; an d

the

place fo r

giving

of

n o tic e s ha ll re m ain

s uch u ntil it shall have

been

changed by written

notice

in

compliance with

the prov is ions

of

this paragraph. For the present, the

parties designate

the following

as

the respective places for g iv in g o f notice:

FOR CITY

OF

MIAMI BEACH:

Fernando Vazquez P.

E.

Director, Capital Improvement Projects

Office

City

of Miami Beach

1700 Convention Center Drive

Miami

Beach, Florida

33139

FOR CONSTRUCTION

MANAGER:

Steve Aks, Senior Vice President

D.

Stephenson Construction,

Inc.

6241 N .

Dixie

Highway

Fort Lauderdale,

FL, 33334

8. 10 Interpretation

000U U U

0

U U U

V

0

0

0

U U

0

U U V U

U

0 0 0

0

0

U

U

U

0

00

U

V U

U

0

V U

U

f;

U U 0

V

U U

O

U

UU

U

VUU

0

U V

U 0UU

U U

U

V

0 00 U

U

U

O J V(

VU U

J

0000J

0

iJ

21

Page 22: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 22/152

The language of this

Agreement h as be en

agreed

to by both

parties

to

express their mutual intent an d

no

ru le o f

strict

construction

shall be

applied

against either party hereto . The

headings

contained in

this

Agreement are

fo r

reference purposes only an d shall not

affect

in any way the meaning or interpretation o f th is Agreement.

All

personal pronouns

used

in this Agreement

shall

include the plural,

and

vice versa, unless

the context

otherwise

requires.

Terms such as " herein," "hereof," "

hereunder,"

and " hereinafter"

refer

to

this Agreement

as a

whole

and

no t to

any

particular sentence, paragraph, or section where

they

appear, unless the context otherwise requires.

Whenever

reference

is

made to

a

Section or

Article of

this

Agreement,

such

reference is

to the Section or

Article

as a whole, including all

of

th e

subsections

of such Section,

unless

th e reference

is made

to a particular

subsection or subparagraph of

such Section

or Article.

8. 11

Protection

of Records

CM shall

protect

from

harm

and

damage all data, drawings, specifications, designs, models, photographs, reports,

surveys an d other

data

created

or

provided

in connection

with this Agreemen t ( collectively, City Property) , while

such data

and materials

are

in CM

s possession.

Such duty m ay

include,

bu t is

not

l imited

to, making back -up

copies

of all

data s to red

by

electronic device on an y media, taking

reasonable

actions to prevent

damage by

impending flood

or storm (

including, but no t limited

to,

removing the City

Property to a

safe

location),

and

establishing and

enforcing such

security measures as

are

reasonably available, considering the customary

practice

within

CM s trade or possession.

8.

12 Exhibits

and

Attachments

I n the e ve nt o f confl ic t between

the

terms contained in this Agreement and the

terms

contained in an y o f the

documents attached

or incorporated herein, the terms of this

Agreement

shall

control and

shall

be

given full

efect.

8. 13

Observance

of Laws

Throughout the term of this Agreement ,

the CM

shall

k ee p fu lly

informed o f

all

federal,

state

an d local

laws,

ordinances, codes, rules, and regulations, an d all orders and decrees of bodies or tribunals having jurisdiction or

authority

which,

in an y manner, affect work authorized under the terms of this Agreement, an d

shall

further take

into

account all known pending changes to th e fo re go in g

of

which it should be reasonab ly aware. .

The CM shall

at al l times

observe an d comply with

al l

such

laws, ordinances,

regulations, orders, and decrees.

8. 14 Agreement

Severable:

No Waiver

In

the event any pro v is io ns o f

this

Agreement shall be

held

to be in va lid a nd unenforceable, the remaining

provisions shall be v alid a nd binding upon the part ies. One or more waivers by either party of any provis ion, term,

condition or

covenant

shall no t

be

construed

by

the

other

party

as

a

waiver

of

a

subsequent

breach

of

the

same

by

the other

party.

8. 15 City's

Own

Forces

The

City

reserves

the

right to perform

construction

an d

operations related

to the

Project

w ith the

City'

s

own

forces, a n d t o

a w a r d

c o n t r a c t s in connection w i h ' ihe' project v c h i c i i °a r e n o t .

p a `

it,

f

the C M '

s

responsibilities under

;

U V -

U

0 U

this Agreement. " " '

v J UJ

U U

U U

U

000

U

J-

0

03

U

U

U

0

U

U U U

C

v U

u

O

0000U

J l7

U

U

0 00 UU U U

JUU i _

o

0

22

Page 23: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 23/152

8. 16 Governing Law and Exclusive Venue

This

Agreement shall

be

governed by, an d

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,

an d the

U .

S.

District Court,

Southern District of Florida, if

in

federal court. BY ENTERING INTO THIS AGREEMENT, CM 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.

8. 17 Limitation of

Liability

8. 17. 1 The City desires to e nte r into this

Agreement

only if in so doing the City ca n place a l imit on City' s

liability for

any

cause o f action

for

money damages due

to an

alleged breach

by

the

City

of this Agreement, so

that

its

liability

for

any

such

breach

never

e xc ee ds th e fe e

paid

to

CM

herein,

le ss a ny su ms paid

by

the City. CM

hereby expresses

its willingness to

enter into this Agreement w ith CM '

s

recovery from

the

City for any

damage

act ion for breach of

contract

to be lim ite d to a maximum

the

fe e pa id to CM

herein,

Tess an y

sums

paid by the

City.

8. 17 . 2 Accordingly, and

notwithstanding

any other term

or condition

of

this Agreement,

CM

hereby agrees

that the City

shall

not be

liable

to CM for damages in an amount in excess the

fee paid

to the CM herein, less any

sums paid by

the

City,

for

any action

or

claim for breach of contract

arising

out of the performance or non-

performance

of an y obligations imposed u po n th e City

by

this

Agreement.

Nothing

contained in

this subparagraph

or elsewhere in this Agreement is in an y way

intended

to

be a waiver of the

limitation

placed

upon

City'

s

liability

as

set

forth in

Section

768.28,

Florida

Statutes.

8. 17.

3 In

no

event shall either party

be

liable for

an y

indirect, incidental, special, or consequential

damages, including, without limitation, loss of profits, revenue, or

use

incurred by either party or

any

third party,

whether

in

an

action in contract

or

tort, even if the other party or any other person

ha s

been advised of the

possibility

of

such damages.

Remainder of this page

left

intentionally blank)

000

UUU

0 000

U

0

U

U 0

0

0

0

0

0

V

U 0

0

0

0 V

O

c

0

0

0

0

0 u

U U

00

U U 0

0

U U

0

0

00

0

000

0

0000

U

0

u

U 0

U U U

U U

0

0030

U

U

U

33000

0

J

23

Page 24: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 24/152

IN WITNESS WHEREOF, the parti es have set their hands an d

seals

th e day

an d

year first above written.

ATTEST:

Robert Parcher, City Clerk

ATTEST:

By:

THE CITY

OF

MIAMI BEACH

Mat i Herrera Bower,

Mayor

Dna Stephenson,

Secretary

D. Stephenson Construction, Inc.

Florida

Contractor License: (CGC24733)

By:

f

1 /

Dwight Stephenson, President

APPROVEDAS

TO

FORM & LANGUAGE

FOR

0 ---

g CUTION

A

L

cu

o

u U

O

J

0000

0

0

3 u 0

J

0 J 0

3

0

O

JU JJ

J J

24

Page 25: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 25/152

EXHIBIT I

DRAFT GMP

AMENDMENT No.

EXHIBIT I" TO THE AGREEMENT FOR

PRE -

CONSTRUCTION SERVICES BETWEEN THE CITY

OF

MIAMI

BEACH, FLORIDA, AND (

INSERT NAME

OF

CONSTRUCTION

MANAGER)

FOR

CONSTRUCTION

MANAGER AT

RISK SERVICES PURSUANT TO RESOLUTION

NO. (

INSERT RESO #) (

ENTITLED

CONSTRUCTION MANAGEMENT AT

RISK PRE-

CONSTRUCTION

SERVICES

FOR

THE ( INSERT NAME OF

PROJECT))

THIS GMP AMENDMENT NO._, made and entered into as of this

day of , ( "

GMP

Amendment No ")

amends that certain

Agreement

between

Owner,

the

CITY OF MIAMI BEACH, FLORIDA

also, City) and

Construction Manager, (

Insert

Name of Construction Manager), ( hereinafter Construction

Manager or

CM),

made as

of the

day

of , for the following

described

Project:

Insert

Project

Name,

address

and

legal description)

as further

described in

Resolution No.

WHEREAS,

the Owner

and

the

CM have agreed to amend

the Agreement in the manner

set forth herein.

NOW,

THEREFORE, in consideration of the

mutual

promises and covenants

contained

herein, in the

Agreement and the other Contract Documents and for

such

other

good

and valuable consideration,

the

receipt

an d

sufficiency

of

which

is

hereby

acknowledged,

the

Owner an d

the

CM do

hereby

agree as

follows:

1.

This

GMP Amendment No.

is

executed

in

connection with, and

is

deemed to be part of the

Agreement

and the

Contract

Documents.

Wherever

the

terms of

this GMP Amendment No.

and the terms of

the Contract Documents are in conflict,

the

terms of this GMP Amendment No. _ shall govern and control. The

terms used herein, unless otherwise defined

in

this GMP Amendment No. _

shall

have the meanings ascribed

to them

in the Contract

Documents.

2.

The following are hereby incorporated into the Contract Documents and

made

part thereof:

a.

The construction

documents listed on Attachment

1 ,

attached

hereto, which

are made a

part

of th e

Contract Documents

by

this reference (

the " Construction

Documents ");

and

b.

The specifications

listed on Attachment II, GMP Amendment No._,

attached

hereto,

which specifications are made a part of the Contract Documents

by this

reference ( the

Specifications ");and

c.

Those documents listed on Attachment

III,

Additional

Contract

Documents, refer

to

the

executed pre-

construction services

agreement, attached

hereto,

are made a p art o f

the C o n trac t Do cuments by th

s reference; and

U

U_

U

U

U U U U

d. Those documents Iisteaa on; AttaCh6eniit

I ', `

OMR Amendment

No._,

GMP

Book

inclusive of CM '

s

Proposal, Qualifications"

an d

Assumptions attached hereto,

are

made a

o

U U U

0 0 0 U

0

0

25

Page 26: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 26/152

part of the Contract Documents

by

this reference; an d

e.

Those

documents listed

on

Attachment V the CM ' s Salary and Wage Schedule

attached

hereto, are

made

part

of

the contract Documents

by

this reference; an d

f. The Scope of the

Work

for the

Project, (

Insert Name of Project) contemplated in this

GMP

Amendment No._,

and as

described

in

Attachment

I,

GMP Amendment

No._,

is

hereby incorporated

into the Work; an d

g.

The Project Schedule

will

be

provided

for

this Project

and

is set forth

on

Attachment VI-

GMP

Amendment No._,

attached

hereto, are made a part

hereof

by

this reference;

and

h.

The

CM '

s Onsite Management an d Supervisory

Personnel

for

this

Project shall be set

forth

herein,

and

incorporated as Attachment VII

to

this

Agreement.

The date

of Commencement

for the construction of the

Project (

Insert Name

of

Project) in

this

GMP

Amendment No._, shall commence upon the issuance of Notice To Proceed

NTP) #

2,

by

the part ies hereto ( the "Date

of Commencement ").

j.

The CM shall achieve Substantial Completion of

the Work for

this Project ( Insert Name of

Project) contemplated in this GMP Amendment No._, no later than (

Insert "

Contract

Time ")

calendar

days

from the

issuance of NTP #

2,

the Date

of Commencement (

the

Contract Time "),

and F ina l Completion, no t later than thirty ( 30)

calendar

days from the

date of Substantial Completion. Failure to

meet

either the

Substantial

Completion or Final

Completion

dates shall

be

a

material

breach of

this Agreement

and liquidated damages

will be assessed thereinafter.

k.

Upon

failure of the CM

to

substantially complete

the Work

contemplated in this G M P

Amendment

No., within the specified period of

time,

plus

any approved time

extensions, CM

shall

pa y

to

the

City the su m of $ (

insert

per diem

of

liquidated

damages) for each calendar da y after

the time

specified in subsection

2(

j)

of this

Amendment.

The

Guaranteed Maximum

Price ( GMP) for the Scope

of

Work

contemplated

in this GMP

Amendment

No._,

for the Project ( Insert N a m e of Project), is hereby guaranteed

by

the CM not to exceed

the sum

of (

Insert

GMP /Contract Amount). (

GMP Amendment No.

based

upon the

entire

Scope

of

the Work

as

described

in

the Contract Documents,

as

amended herein,

an d

including,

bu t

not

l im i ted to, the

Construction Documents and

the

Specif ications,

subject

only to

addit ions

an d

deduct ions

by

Contract

Amendment(

s)

or

Construction Change

Directive, as provided in

the

Contract

Documents.

The GMP

for

GMP Amendment No.

is more

part icu lar ly i temized

in the

Schedule

of

Values

prepared in

accordance

with the terms of the

Agreement,

which Schedule of

Values is

attached hereto as Attachment VIi9 -

6 1 1

P Amennmart No._,

and made a part of the

Contract

Documents

by ,,thin,-

reference.

Included c n

the

Schedule o f V alu es

and

26

Page 27: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 27/152

specifically

identif ied herein,

the Contingency

as defined in

Article 1 . 19 of

the

Pre -

Construction

Services Agreement

is in

the amount

of (

Insert

Contingency

Amount).

m.

Should the

CM

realize

an y savings from

the

negotiated

Schedule

o f

Values, incorporated

as

Attachment Vlll,

th e C ity shall receive 7 5 %

of

said

savings

with

no line

item integrity.

The City reserves the right

to

audit

all

contract related documents at

any

t ime

during

the

Project and at the end of the Project.

n.

The CM

shall provide Commercial G e ne ra l L ia bility Insurance, Automobile Liability

Insurance,

Worker'

s Compensation Insurance,

and

Builder'

s Risk

Insurance, in

compliance with the provisions of Article II,

Insurance and

Bonds of

the

General

Conditions of the

Contract

for Construction.

o.

The

CM shall provide

the

Public

Construction Payment

Bond and

the

Public

Construction

Performance and Guarantee Bond, in

compliance

with

the

provisions of Article

II,

Insurance and Bonds of

the General

Conditions of

the

Contract for

Construction.

p. B y executing this GM P

Amendment

No ._ ,

the CM acknowledges that

it has

ascertained and verified

all

existing underground utilities

and

has coordinated al l correct

locations for po in ts o f c on ne ctio n fo r

all

utilities, if

any,

required for this Project

and has

identified all clarifications

an d quali fications for

this

Project,

if

any.

Utility Locations shall

be identified by the CM and al l existing utility connections will be capped as needed, as

noted in

the Qualification

and

Assumptions Statement.

q.

To

th e e xte nt

that

the Owner

ha s

authorized

the CM, in writing, to

perform

the Work

contemplated

in this GMP Amendment No.,

for

this

Project with

the

CM s

own

forces,

the salary an d wage

schedule

for the CM '

s

personnel performing such por tio n

of

the

Work,

agreed

upon

by

th e

City

an d

the

CM,

shall

be

as

set

forth

on

Attachment

V-

GMP Amendment

No._,

attached hereto,

and is

made

a part

of

the

Contract

Documents

by

this reference. The CM warrants an d

represents

that th e salary

an d wage

schedule includes the comparable market rates (

including

any

and

all

benefits,

contributions an d

insurance) charged

by

the

CM

for comparable contracts

to

other

business

and

individuals

for

similar services,

and

that such rates are not higher

than

the

standard

paid

for this Project ( Insert Name of Project).

r.

Except as expressly provided herein above

al l

of th e

terms,

conditions, covenants,

agreements

and

understandings contained in the

Pre -

Construction Contract Documents

an d as m ay have been

amended

pursuant to G M P

Amendment

N o . _

and this

GMP

Amendment No._),

shall

remain unchanged

and

in full

force and effect, and the

same

hereby

expressly

ratified

an d

conf i rmed

by the

City

an d CM .

s.

This GMP Amendment No._

may

be executed in

several

counterparts, each of w hich

shall be deemed

an

original

butalt

which,sliall:conctitite one and the

same

instrument.

u

L

27

Page 28: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 28/152

IN WITNESS

WHEREOF,

th e parties have set their hands

and

seals

the

day and year first above written.

ATTEST:

THE CITY OF MIAMI BEACH

Robert

Parcher,

City

Clerk

Matti

Herrera

Bower, Mayor

ATTEST:

CONSTRUCTION MANAGER (Insert

CM

Name)

Insert Florida Contractor &

License)

Insert CM Principal)

By: By:

Insert

CM

Secretary) (

Insert CM Principal)

U O C U UU

U

G U U U

0

0 U U

u

U U 0 U

0

U

0 0

U

U U U

U U U

V

U

0

U 0 L U

U

U U U U

V

0

U

U

U

U U UU

U(

300

U

V U V

0 U

V V

U U U ( . v

V

V

V

u

V

28

Page 29: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 29/152

EXHIBIT

I

GMP

AMENDMENT NO.

ATTACHMENT

I

CONTRACT DOCUMENTS:

THE CONSTRUCTION DOCUMENTS DATED

ATTACHMENT II CONTRACT

DOCUMENTS:

THE

SPECIFICATIONS

DATED

ATTACHMENT III

CONTRACT DOCUMENTS:

GENERAL

AND

SUPPLEMENTARY CONDITIONS

EXECUTED

PRE -CONSTRUCTION SERVICES AGREEMENT

DATED

ATTACHMENT

IV CONTRACT DOCUMENTS:

GMP

BOOK: CONSTRUCTION MANAGER'S PROPOSAL, QUALIFICATIONS

AND

ASSUMPTIONS DATED

ATTACHMENT

V

CONTRACT DOCUMENTS:

CONSTRUCTION MANAGER' S SALARY AND

WAGE SCHEDULE

ATTACHMENT VI

CONTRACT DOCUMENTS:

PROJECT SCHEDULE DATED

ATTACHMENT

VII

CONTRACT DOCUMENTS:

ONSITE SITE MANAGEMENTAND SUPERVISORY PERSONNEL

ATTACHMENT

VIII CONTRACT DOCUMENTS:

SCHEDULE OF

VALUES DATED

U

G

U U U U

U

U U U

U

4I

U 0 U U

U

U U U 42

U U

U

0

0 0 0

41

U U U U 0

U

0

U

U 0 0

0 0 U

U

0

0

U

0

U U

V

U V U

0

UJV1 U

U

J

U U

0J U 0

J

U

U v V

V

J

29

Page 30: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 30/152

EXHIBIT II

PROJECT SCHEDULE

000000

U

000

0

U

U

U 0

U-

U 0 U 0

O

U

V U U

0

0,.

O

0

0 01: U

u

0

ti

1.

U

V

0

0 U U

0

0

O

0

0

000

0.

0000

U

V

U

U

0

U

U

U

U U

U

U

0000

U U U

V U V

VJ U

U

3

30

Page 31: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 31/152

EXHIBIT

ID

DECLARATION

0:

00000

0

UUU

U

0

0 0 0 0

0

0 0 U 0

U U 0 0

U 0

l

U

0

0

0U U

0 U

U J

O

U U J 0

0

0

U U J

O

U 00

U

000 0

0000

0

u

J

u

J u u 0

00)30 0 0 0

0

U

J

00

000 0

00300

0

1

31

Page 32: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 32/152

DECLARATION

TO:

City of

M i am i B e ac h

City Hall ,

1700 '

Convention Center Drive

Procurement

Division

Miami

Beach,

Florida 33139

Submitted this 8th

day of

August ,

2011.

The

undersigned, as

propose,

declares that

the only

persons

interested in this proposal are

named herein; , that no other person has an y interest in this responses or in the Contract to

which. this response pertains; that

this

response is made without connection or arrangement

with

any

other person; an d that this response.

is

in every

respect

fair and made, in good faith,

without

collusion

or

fraud.

The P ro p os er a g re es if this response' is accepted, to- execute

an

appropriate City of Miami

Beach document fo r establishing a formal contrac tua l rela tionship

between

the consultant and

the City of-

Miami Beach, F lor ida,

for the performance of all requirements to

w hic h th e

response

pertans.

The Proposer

states that the

response is based

upon

the documents

identified

by

the following

number: RFQ No. 42- 10/11.

M ay

5 , 2011

Cty

of

Mami Beach

Timothy Talbert

PRINTED NAME

Chie OperaingOficer

TITLE (IF CORPORATION)

000000

0

000,

0

0

0 0

U 0

U" 0 U 0

G 0

0 0

U

U

0

U 0

0

00U

0

u

0 U

0 0

U0

U U U

0

0

0

U

00

U

000

0

03000

0 0

U 0 0

J

J

U 0• 0

00300 0 0 u

U U

00

000 0

0030

3

3

RFQ No:

42 -

10/11

32

of

48

Page 33: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 33/152

EXHIBIT

IV

SWORN

STATEMENT

SECTION

287.133 ( 3) ( A) FS

ON

PUBLIC ENTITY

CRIMES

000000

0 UUU

U

0

0

0 0 0 0

0 0 0 U

O

0

0 U 0

0

U

O

0 0 000 U 0 0 U

O 0

00 0 U 0

0 0 J

O

0 0s

0

000 J

0000

0

0

0

J

0 0 0

0

0

J

0 0

0 0

00000 0 0 0

J 0

00 00

0 0

0003J J 0

32

Page 34: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 34/152

SWORN STATEMENT UNDER

SECTION

287. 133(

3) ( a),.

FLORIDA

STATUTES, ON

PUBLIC;ENTITY CRIMES

THIS F ORM M UST B E S IG N E D A N D SW ORN TO IN TH E P R E S E N C E OF A N O T A R Y

PUBLIC

OR

OTHER OFFICER AUTHORIZED TO' ADMINISTER OATHS. •

This sworn statement

is

submitted to

Ctyof Miami

print

name

of public entity]

By

Timothy

Talbert;

Chief Operating

Officer ,

print

individual's name and title]

For

D.

SehensonConstruction,

Inc. .

print name of

entity submitting

sworn .

statement]

Whose business address

is

6241

North

Dixie Highway Fort Lauderdale,

FL

333.34

And ( if applicable) its Federal Employer Identification N umber ( FEIN) is 6 5 - 0313701 ( If

the Entity,

has no FEIN,

include

the

Social Security

Number

of

the individual

signing

this sworn statement:. )

understand that a . "

public

entity .

crime" as defined

in

Paragraph 287. 133( 1 ) ( . g ) ,

Florida

Statutes; m e a n s „a v i o l a t i o n , .o f , any .s t a t e e o r f e d e r a l

l a w

b y a p e r s o n w i t h

r e s p e c t

t o a n d

directly

related to

the 'transaction of business

with

an y

business

with any public

entity

or

with

a n _ agency

or

political subdivision

of

arty

other state•or

o f the

United States, including,

b u t n o t l im i te d

t o , a n y b id

o r c o n t r a c t for g o o d s o r s e r v i c e s

t o b e

p r o v i d e d

t o

a n y p u b l i c

e n t i t y o r

a n

a g e n c y o r p o l it ic a l s u b d i v i s i o n o f

a n y

o t h e r s t a t e

o r

o f

t h e

U n i t e d

S t a t e s

a n d

involving

antitrust,

fraud,,

theft;

bribery, collusion,

racketeering, conspiracy, or

material

misrepresentation. . •

understand that "convicted" or "conviction"

as

defined in Paragraph 287. 133( 1 ) ( b ) , Florida

Statutes;

means a finding

of guilt

or a conviction,

o f

a public entity crime; with or

without,

a n

a d j u d i c a t i o n

of,

g u i l tk , ir t a n y

f e d e r a l

o r

s t a t e

trial c o u rt o f

r e c o r d r e l a t i n g to c h a rg e s b r o u g h t

b y i n d i c t r i a e n t

O r i n f o r m a t i o n

a f t e r J u ly

1 , 1 9 8 9 , a s

a

r es u lt o f

a j u r y

v e r d i c t , n o n j u r y

t r ia l ,

o r

entry of a pleaof g ;uilty

or

nolo contendere.

1

understand

that

an " affiliate ".

as

defined, in Paragraph

287.133 ( 1 ) (

a),

Florida Statutes,

means:

1 ) '

A

predecessor

or successor of a person convicted of a public entity crime; or

2)

A n entity under the control of

a n y

natural person, who is active in

t h e

management o f the

entity

an d

who

ha s been c on vic te d o f a

public ' ent ity cr ime. '

The

term - "

afiliae.' -

ncludes those officers;

directors,

executives,

patners,

sharehoders, employees, .

members,,

an d agents

Who

are active

in

the

management of an

affiliate.

The ownership by one

person

of shares constituting

a c o n t r o l l i n g

i n t e r e s t

in a n o t h e r

p e r s o n ,

o r

a p o o l in g ,

o f e q u ip m e n t

o r

i n c o m e

among persons

when not fo r

fairma- ke f

valu

an

s under

orn

length agreement,

s h a l l

b e a

p r i m a

f a c i e c a s e t h a t

o n o p o r s o r ` .

c d n t r e l s ` z n o t h e p e r s o n . - A p e r s o n

w h o

k n o w i n g l y

e n t e r s

into a joint.

v e n t 'u r e

w a n

a c p e r s d wheinas

b e e n

c o n v i c t e d

May 5,

2011

C ity o f M i am i

Beach

JUUJ

3

0

0

o 0-.

0• 0 J

RFQ. No. 42 -

10111

J

0 o

u

0

33

of

48

3003 0 0 0

U

3 •

J

00000 0

JUJJ

0

0, J

Page 35: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 35/152

of a public entity c rime in F lo rida during the preceding 36 months sha ll, be '

considered

an afiliae ,

I understand that a "

person"

as defined in Paragraph 287. 133(

1 ) (

e ) ,

Florida

Statutes

means

an y

natural person or

entity

organ ized under . the laws

of

an y state or

of

the United

States

with

the

legal power

to

enter

into

a

binding

contract

a nd w hic h bids

or

applies

to

bid

on contracts for

the prov is ion

of goods

or

services

le t by a public entity, or,

which

otherwise

transacts or applies t transact business w ith a publ ic ent ity.

The

te rm " person" includes

those

officers,

directors, executives,

partners,

shareholders,

employees, members,

and

agents who are active in-management of

an

entity.

Based on

information

and

belief, the

statement .which

have

m arked belo w is

true' in

relation

to

the entity submitting th is sworn statement. [ Indicate which statement applies.]

X

Neither the entity submitti ng this sworn statement, nor any officers , , ,d irec tors ,

executives, partners,

shareholders,

employees, members,

or agents

who

are

active in neithe r the manag emen t o f the entity, no r any a ffilia te pf the entity

has

been

charged, with

an d

convicted of a

pu blic e ntity c hin e

subsequent

to July

1 ,

1989.

The ent ity

submitting this sworn statement, or one or more

of it s

officers, directors,

executives,

partners,

shareholders, employees, members

or

agents

wh o are a ctiv e

in

management of

the en ti ty or an affiliate

o f th e

entity has b ee n c ha rg ed w ith an d

convicted

of a publ ic enti ty crime subsequent to J uly 1 , 1989.

T h e

e n t i t y

s u b m i t tin g

t h is s w o rn

s t a t e m e n t ,

o r o n e o r m o r e of it s o f f i c e r s , d i r e c t o r s ,

executives, partners,

shareholders, employees, members,

or

agents who are

active

in

the management

o f the

entity

or an affiliate o f the

entity

has

been

charged'

with an d c on vic te d o f

a

public

entity

crime subsequent to

July .

1 , 1989. However,

there has been

a

subsequent proceeding before

a

Hearing

Officer

of

the State

of

Florida,

D iv isio n o f Administrative

Hearings

and the F inal Order e nte re d by

the

hear ing Off icer

determined that it was not

in the public i nteres t

to place

the enti ty

submitting this

sworn statement on, the convicted

vendor list. [

Attach a copy of

the

final

order]

I UNDERSTAND THAT

TH E

SUBMISSION

OF THIS

FORM TO

THE

CONTRACTING

OFFICER F OR TH E PUBLIC EN TITY - DENTIFIED IN

PARAGRAPH 1 (

ONE) ABOVE

IS

F OR

THAT

P U BLIC E NT IT Y

O N L Y , A N D , ' T HA T THIS

FORM

IS VALID THROUGH, DECEMBER

3 1 .

OF THE CALENDAR

Y EAR

IN

WHICH

IT IS FILED. I

ALSO U N D ER S T AN D THAT

I AM

REQUIRED TO I N F O R M THE PUBLIC E N T IT Y P RIO R TO ENTERING INTO A CONTRACT

IN

EXCESS

OF TH E

TH RE SH OLD A M OUN T

PROVIDED IN SECTION 287.017,

FLORIDA

STATUTES FOR CATEGORY TWO OF ANY CHANGE IN

tjE

FpRM TION CONTAINED

N

T

Signature]

Sworn

to

and

subscribed

be fo re m e th is

8h

day of. August ,

2008

Personal ly

known

to

me

OR Produced identification,

N o t a r y P u b l ic - S t a t e o f

Forida

r)

Type of Identification

Printed typed or

stamped

Commissioned

name

of N 'otary'

ublic)

N

ycommissi8n' °

xpir °  0 `' T / 13 / 2012

M ay

5,

2011

Cty of Miami

Beach

Notary

Public

State of

Florida

o

Nally Garcia- Lugo

My

Comrniaslon D0805366

Expires 07 /13/ 2012

3U J

V

0 0

U 0

vu

u

4)

0

0

U0

00J

0o 0

RFQ No: 42 -10/

11

34 of 48

Page 36: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 36/152

EXHIBIT V

QUESTIONNAIRE

UUU

000

0 000 0

J

U U

0 0

0 0 0 0 J

O

U U

U

U

U

0

0

00

U

0

0

0

J

00

0

0

0

0

0

U V

0 0

U

000

J

00000

0

O

J

0 0 0

U

D

0

0000

0

0

J

0

O U u0

00

0 0

OUOO

6

U

o

Page 37: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 37/152

QUESTIONNAIRE

Proposer'

s

Name: •

D.

Sephenson

Construction,

Inc.

Principal OfficeAddress: • .

6241

North

Dixie

Highway

Fort'

Lauderdae,. FL 33334

Official Representative:

Timothy Talbert

Individual

Partnership (

Circle

One)

Corporation

If a Corporation, answer

this:

When Incorporated:

January 30,

1992

In what State:

Forida

If

a

Foreign

Corporation:

Date

of

Registration with

Flor ida Secretary

of

State:,

Name

of

Resident Agent:

Address of Resident Agent :'.

President's

Name:

Dwght 'Sephenson

Vice-President'

s

Name:

Dinah Stephenson

Treasurer's Name:

Timothy Tabert

May

5, 20111

City of

Miami

Beach

000

0/

00

U

000

J

U

d:

0 0

UUC '

O L

L

U . y

U

J

u

U

UU\

u

000

u

000U0

L

u

U

U

l: U 0

0 0 0

0000u U V

J

Ou0

0

U

RFQ No: 42 -

10/

11

35 of 48

Page 38: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 38/152

Members of Board of Directors:

If a Partnership:

Date of organization:

General

or

Limited Partnership *: -"

N a m e

and

Address

of

Each

Partner:

NAME '

ADDRESS

Designate

general partners in a Limited Partnership

Number

of

years

of reevant

experience

in

operating,

same .

or simlar

business:.

19 yeas

2.

Have an y

agreements

held by Proposer fo r a

project

ever been canceled?

Yes ()

No '(

X)

If yes, give

details

on

a

separate sheet. •

Has

the Proposer or any principals of the applicant

organization failed

to

qualify

as a responsible Bidder /Proposer

refused

to en te r in to a contract

after

en award-

has been

made,

failed 'to complete

a

contract

during the past five ( 5) years,

or

been

declared to

be

in default

in

any contract in the last

5 years?

f

If

yes, ,please explain:

No.

4.

Has

the

Proposer

or

any of

its . principals ever been ' -declared ,

bankrupt-

br

reorganized

under Chapter

11 or

put into

receivership ?

Yes ( )

No (

X)

If yes,

give

date, court jurisdiction, action

taken,

and any, other explanation

;

deemed

necessary

on a

separate

sliest

L

l, u

l

l

May 5, 2011

Cty of Mia m i Beach

L

U

U

U

v v

u

c

L

U

uuucL

L L

U

LU

RFQ

No: 42 -

10111 -

36of48

Page 39: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 39/152

5.

Person or persons interested

in

this RF Q and-Qualification Form

have (

K ) have not

b e e n c o n v i c t e d b y

a F e d e r a l , S t a t e ,

C o u n t y , o r M u n ic ip a l C o u r t o f

a n y

v i o l a t i o n

of

law,

other than traffic violations. To include stockholders over ten percent

10 %). (

Strike

out inappropriate words)

Explain any

convictions: -

6.

Lawsuits ( any) pen ding or

completed

involving the

corporation, partnership

or

individuals

with

more

than ten percent (

10 %)

interest:

A.

List al l pending lawsuits:

See atached

document.

B.

List all judgments from lawsuits in the

last

five ( 5) years: '

Not Appicabe.

Listtany

criminal

violat ions

and /

or

convict ions of the Proposer

and /

or an y

of

its

principals:

Not'

Appicabe

Conflicts of Interest. Th e following relationships

are

th e only potential, actual, or

perceived

conflicts of

interest

in

connection,

with

this

Proposal: (

If none,

state -

same) - •

None

8.

Public Disclosure.

In

order to-

determine whether

the members of the Evaluation

Committee

for

this

Request. for Proposals

have

an y association or

relation ships •

which

would

constitute

a conflict of

interest,

either actual or perceived, with

any

Proposer and /or . individuals and entities

comprising

or representing such

Proposer

an d

in an a tte mp t to e nsu re

full an d

complete

disclosure regarding this

contract,

all Proposers a r e required to disclose a l l persons a n d entities who m a y

be

involved

with this Proposal. This list

shall

include

public

relation

firms,

lawyers

an d

lobbyists.

The

Procu re m en t D iv is ion sha ll

be

notified

in

writing if

an y person

or entity is added

to

this list after receipt of Proposals.

None.

1.

a

1.

C.

U

L

V•

May 5, -

2011

City of Mami Beach

E-

U

0

U U

U

0

L

0 0

RFQ No: 42- 10/11

37 of48

Page 40: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 40/152

EXHIBIT

VI

INSURANCE CHECKLIST

UUU UUU

U

000

U

0

0 U

U

0

U

U U

U 0

V

0

U 0 0

U

0 0

0

0

0 000

U

0

0

0

0

U

UU

U 0 0

0

0

U

0 0

VU

U

000 0

0000

li 0

U

0 U

U U

U

U

0000

U 0 U

U

00UU

U

000V

V

34

Page 41: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 41/152

XXX 1.

XXX 2.

INSURANCE CHECK LIST

Workers' Compensation

rand

Employer's Liability

pe r th e

statutory

l imits

of the state

of

Florida.

Comprehensive General Liability (

occurrence form),

l imits

of

liability $

1 , 000,000.00

pe r occurrence for

bodily injury

proper ty damage to

include

Premises /Operations;

Products, Completed Operations and Contractual

Liability.'

Contractual

Liability and

Contractua l Indemnity (

Hold

harmless

endorsement exactly as Wr it ten .in " insurance

requirements"

of

specficaions).

3.

Automobile Liability $

1 , 000,000 each occurrence -

owned /

non- owned /hired

automobiles

included. .•

4.

Excess

Liability - $ . •

00

pet occurrence

to

follow

the primary

coverages.

XXX

5.

The

City

must

be named

as

and

additional

insured

on

the

liability

policies; and

it,

must be stated

on

the

certificate.

6.

Other Insurance as indicated:.

Builders

Risk

completed

value $ ,

00

Liquor Liability $ .

00"

Fire

Legal L iab il ity , - $ .

00

Protection and Indemnity $ .

00

Professional

Liability $ .

00

Employee_

Dishonesty

Bond $ . .

00

Theft.

C o ve rin g M o n e y

and /

o r

Property,"

Of- others $

XXX 7.- •

Thirty (

3 0 )

days written cancellation

notice

required,

XXX

8,

Best'

s guide

rating

B +:

VI or better, latest edition.

XXX 9.

The

dertificate. must state

the RFQ

number

and

title

00

PROPOSER

AND INSURANCE

AGENT STATEMENT:

W e understand the Insurance, Requirements of these specifications an d that 'evidence o f th is

insurance

may

b e

required within

five (

5 )

days after Proposal

opening.

Selected Proposal'

s

failure to procure

or

maintain

required insurance ,

program shall constitute

a material

breach of Agreement under which City may im m ed ia te ly te rm ina te the proposed

Agreement.

D.

SephensonConstruction,

Ine:-) uuU

U U U

LC C

Y

u --

sue: -- c

Proposer .

SigRatut'e of Propp-

szr

U U

VV

U

U

U

U

U U

U U U U .

U U U U

U

May 5, 2011

City

of

M i a mi B e a ch

UUUV u

U

u

u

u

30

Vu

u

v

UV U

U

u

0

JV J

V

U

RFQ No:

42-

10/ 11,

29 of48

Page 42: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 42/152

EXHIBIT

VII

A/

E

AGREEMENT

UUU UUU

0 UUU

0 U

J U

U 0

0

0

0 0

0

U

0

0 0

0 0

0 U

0

0

U

00

0

0

U 0 U

0 U

UU

U U U

U

U 0

U

0

00

0

000

0

0000U

u

0

0

0

U 0

0

U U

0 lJ

0JJUU U J

U

J JJ00

U

J

o3300

U

U

35

Page 43: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 43/152

AGREEMENT

BETWEEN

CITY OF MIAMI BEACH

AND

BORRELLI +

PARTNERS, INC. .

FOR

PROFESSIONAL ARCHITECTURAL

AN D

ENGINEERING SERVICES

I N SPECIALIZED

CATEGORIES,

ON AN "

AS-

NEEDED BASIS ",

F OR

PROJECTS IN WHICH

TH E

BASIC

CONSTRUCTION

COST

DOES

N OT E X C E E D $ 2 MILLION

O R

F O R STUDY ACTIVITIES

W H E N

T H E ' FEE FOR S U C H . PROFESSIONAL •

SERVICES

DOES

NOT

EXCEED $200, 000 •

Resolution No. 2010 -

27415 • •

CITY

APPROVED

A & E.

FORM (

AUGUST2010)•

UU..

0,U

UUU U

U

U

0•, U U• 0 U U

1.

U U

l., U

1. 0 U L

U

U

U

0 0 0

U

0

i)

U U •

uU

u

U

U

v u

O U

Uo 0

k: 00

U

UUU

4

U

U

U U U V

U 0

U

000V

0 U

U

V

Page 44: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 44/152

TABL'E

OF CONTENTS '

DESCRIPTION

PAGE

ARTICLE

1 .

DEFINITIONS

2

ARTICLE

2. '

BASIC

SERVICES . . •

7..

ARTICLE 3,

THE CITY

S •

RESPONSIBI.

LITIES

13 •

RT1CLE.

4.

RESPONSIBILITY FOR

CONSTRUCTION COST •

16

ARTICLE 5 :

ADDITIONAL

SERVICES

17 •

ARTICLE 6.

REIM•BURSABLE-EXPEN.SES . •

18

ARTICLE

7.

COMPENSATION FORSERVICES. •..

19

ARTICLE 8. CONSULTANT'

S ACCOUNTING

AND OTHER

RECORDS

20

ARTICLE.9.

OWNERSHIP..OF PROJECT DOCUMENTS •

20 •

ARTICLE-1 ( X

TERM•INATI'

ON

OF

AGREEMENT .

21

ARTICLE

11. INSURANCE -

23

ARTICL

E.

12.

INDEMNIFICATION AND HOLD

HARMLESS

24. . -

ARTICLE 13. ' ERRORSANDOMISSIONS• .

24

ARTICLE 14. LIMITATION OF•LIABILITY - -

25

ARTICLE

15. NOTICE •

26

ARTICLE•16. MISCELLANEOUS

PROVISIONS

26

SCHIEDU•LES: •

SCHEDULE

A • ''

SCOPE

OF SERVICES'

32

SCHEDULE •B •

CONSULTANT COMPENSATION

33

SCHEDULE

C '

HOURLY BILLING

RATE '

34

SCHEDULE

D

CONSTRUCTIONCOST BUDGET '

35

SCHEDULE E

PROJECT

SCHEDULE '

36.

SCHEDULE F • .

GENERAL•CON•DITIONS

OF•

THE CONSTRUCTION CONTRACT '•

37

SCHEDULE G •

INSURANCE

AND

SWORN

AFFIDAVITS

38

SCHEDULE H . •

BESTVALUEAMENDMENT -

39

CITY APPROVEDA & E

FORM (AUGUST2010)

0

U L 0.0U II

U UUU

U

U

U

U U

U

U

U U

4 . )

U•

0

1 c

U

0,.. 7.

0 U.

0

t. 1 U

U V

U.

0 U.. •

0• U

U

L

U

U C . U U U U

U

0000 U

V

U)

U

v

v 0 .•

u

u

Page 45: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 45/152

TERMS AND CONDITIO.NSOF•

AGREEMENT

BETWEEN : THE' CITY

OF M IAM I

BEACH

AND

BORRELLI +•

PARTNERS, INC.

FOR

PROFESSIONAL

ARCHITECTUREAND

ENGINEERING. (AIE).

SERVICES

FOR THE •

P .ROFESS•ONAL.

ARCHI.

T E C T U . R A L AND ENGINEERING

SERVICES.

I N SPECIAL•ZED•.CATEGORIES,

O N . . .

AN "

AS- N E E D E D B A S IS " , F O R

PROJECTS

I N

WACH THEBASIC•CON STRUCTION COST' D O E S N O T ' .

EXCEED ;$2. MILLION, OR FOR- STUDY ACTIVITIES W HE N TH E.FEE. FORSUCH PROF ESSIONA L. ' .

SERVICES

DOES

N OT

EXCEED' $200, 000 •. .

T h i s A g r e e m e n t m a d e a n d • e n t e r e d • i n t o t h i s 0 d a y o f S e p - e n i b e ' ( 2 0 1 0 , b y a n d . b e t w e e n . th e C I T Y O F . . . - .

, .

M 'I A M I : B E A C H , a - m u n i c i p a l ' c o r p o r a t i o n . , e x i s t in g :

under

t h e

T a w s o f t h e -

S t a t e of Florida, h a v i n g it s p r i n c i p a l • • •

offioes:

at 1700

Convention Center Drive, Miami

Beach, Florida,

33139, (

hereinafter referred

to

as

City),

and

Borrelli 4 - .

P '

artners,

Inc:, a Florida

corporation having

i t s . •

principal office

at

2600. South Douglas •Road; Suite •

8 0 1 ,

C o r a l

G a b le s F lo rid a 3 3 1 3 4 ( h e r e i n a f t e r

r e f e r r e d

t o • as

C o n s u l t a n t ) : ' '

WTN

E•SSET

H:• .

W H E R E A S , . t h e . C i t y in t e n d s

t o

u n d e r t a k e

a

p r o j e c t w i t h i n t h e

C i t y

o f

M i a m i

B e a c h , w h i c h . is m o r e

p a r t i c u l a r l y d e s c r i b e d i n .

t h e . S c o p e

o f S e r v ic e s a t ta c h e d . a s .

S c h e d u l e . " A .

7

h e r e t o ; ' a n d _

w i s h e s t o e n g a g e t h e

Consultant

to

provide.

specific •professional

services including, without

limitation,.

NE.

ervices, for t h e Project,. • •

at'

h e

agreed •

ees set

forth' n

this

Agreement; and • • ' • • • • . . .

WHEREAS•, the Consu ltan t

d'

esires•, to contract with the City fo r perfo rmance. of the• aforestated

professional services relative•to the

Project ,

as hereinafter

se t

forth; an d

N OW

THEREFORE,

City and Consultant,' in consideration'

of

the m utu al covenants an d

agreement ,

herein contained','agree

as

follows: . .. • •• • . .. ..

CITY APPROVEDA & E FORM (AUGUST•2010)

1 - .

0

.00

U

tJ0 0

0

l. 0•

0(

0

U U U U

U

V • U• L

1.

U.

l. • U

U

l:,

0

L

U U 0 l; U

l,•.

0 U

O

0

U

0

U • U U

t,. •

L:

U

U 0

V V

Page 46: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 46/152

ARTICLE 1 :

D.

EFINITIONS

1 . 1 CITY (OR OWNER):

The "

City" shaf

mean the

City of

Miami.

Beach.,

a

F loride municipa l

corporation having

it&

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

C I T Y MANAGER: The "

City

Manager" shall mean the chief administrative off icer of the•

City.

The

C i t y Manager

shall. b e

construed

to

include any d u l y authorized representatives d e s i g r i a t e d in writing

i n c l u d i n g , t h e

P r o je c t C o o r d in a t o r)

w i t h

r e s p e c t

t o

a n y s p e c i f i c

matters) c o n c e r n in g t h e

S e r v i c e s

and /o r this •Agreement ( exc lusive

of

those

authorizations •

reserved

to

the

City

Commission or

regulatory or

administrative bodies h a v i n g jur isdict ion over any matter(s ) . related t o

the

Project, the •

Services, and /or

this

Agreement). •

1 : 4 PROPOSAL DOCUMENTS: "

Proposal

Documents" shall mean Request for

Qualification (

RFQ)

No.

Of-09/10, •

entitled "

FOR

PROFESSIONAL

ARCHITECTURAL,

LANDSCAPE

ARCHITECTURE,

PLANNING. & -

URBAN

DESIGN AND ENGINEERING. SERVICES IN

VARIOUS

PROFESSIONAL •

SPECIALTIES

ON

AN "

AS-

NEEDED BASIS ",

FOR PROJECTS IN •

WITCH '

TH E BASIC CONSTRUCTION COST DOES N O T E XC EE D $

2 MILLION

OR FOR

STUDY ACTIVITIES' WHEN THE F EB F OR •

SUCH

PROFESSIONAL

SERVICES DOES

N OT

EXCEED $

200,000" issued by

the

City. I n contempla tion of this

Agreement, together

with' all-.

a m e n d r i -

i e n t s .

t h e r e t o (

if

a n y ) . ,

a n d t h e

C o n s u l t a n t ' s .

p r o p o s a l

in

r e s p o n s e

t h e r e t o (

P r o p o s a l ) ,

w h i c h

is

i n c o r p o r a t e d

b y

r e f e r e n c e t o t h i s

Agreement and m a d e a

p a r t .h e r e o f ;

provided,

h o w e v e r ,

that

in t h e

event

of an' express confl ic t

between

the proposal,

Documents

and this Agreement,' the Agreement .

shaII

prevail. • • •

1 : 5 CONSULTANT: The named enti ty

o n

page 1 of this Agreement,' the " Consultant" shall mean the '•

architect/

engineer

who has

entered-

into a

contract

with the.

City t o

provide the Services

described

under this Agreement. •

When

the term

Consultant" is used

in

this Agreement it shal l a lso be deemed -

to. inciude

any officers, employees, sub -

onsultants,

agents, and

any

other person

or, entity acting

under

the

supervision,

direction,

or contro l

of

Consultant. Any sub -

onsultants

retained by

Consultant

for• the

Project

shall

be subjec t to the

prior'

written

approval .of

the pity .

Manager. Consultant• shall

p r o v i d e t h e P r o je c t C o o rd in a to r

w i t h

c o p i e s .

o f

t h e c o n t r a c t

b e t w e e n

C o n s u l t a n t a n d

a n y s u b - • .

c o r i s u l t a n t 's . . A n y s u c h c o n t r a c t s s h a ll c o n t a i n p r o v is io n s t h a t p r e s e r v e

a n d

p r o t e c t t h e r i g h t s o f t h e

CITY APPROVED A & E FORM (AUGUST 2010)

U

lU

u

a

UL:

u- .

0• „

U •'

u

u W

0' 0 L

u u

1. `'

U

a

u

V

u

U

U

U

u

uv

uuc

v

0 0 u ./

Page 47: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 47/152

City

under this Agreement.

Nothing

contained in

this A g re em e nt s ha ll create -

an y

contractual

r e l a t i o n s h i p b e t w e e n

t h e

C i t y a n d

s u b -

o n s u l t a n t s . A n y

a p p r o v a l of a

s u b c o n s u l t a n t

b y t h e C i t y s h a l l

not, i n , any way, shift the

responsibility

for the quality and acceptability

by.

the City of the

services

p e r f o r m e d

bythe

s u b - o n s u l t a n t ,

f r o m • t h e

C o n s u l t a n t

t o

C i t y . .

P a y m e n t

of sub -

o n s u l t a n t s

s h a l l

be

t h e

responsibility of

the Consultan t,

a nd s ha ll

no t

be cause

for

any

increase in compensation to '

the

Consultant

fo r

payment

o f

the Basic Services.

The quali ty of

services

an d acceptability

to the City of

the services:

performed

by such sub -

onsultants

shall•

be

the sole

responsibility of Consultant.

T h e f o ll o w i n g s u b -

consultants

a r e

h e r e b y

a p p r o v e d

b y

t h e C i t y

M a n a g e r for the P r o j e c t :

Miller

Legg &

Associates —

Landscape Architecture and

Civil

Engineering

Mart inez

Engineering

Group,. Inc. —

Stnictural Engineering

TLC' Engineering for Architecture, 'inc. —

M EP Engineering

1 .

6 .

PROJECT

COORDINATOR:

The " Project Coordinator" shall m ea n

the

individual designated in

w r i t i n g b y t h e C i t y Manager w h o

s h a l l

b e t h e

C i t y '

s a u t h o r i z e d representative t o c o o r d i n a t e , ' d i r e c t , a n d

review ( o n •behalf of the City) all

matters related

t o

the .Project

during the design

a n d construction

of the

Project (unless expressly provided •otherwise in this Agreement or the

Contract •

Documents)•.

1. 7 [

Intentionally

Omitted]

1 : 8

BASIC

SERVICES: . "

Basic Services" shall include

those

services which Consultant shall perform •

in

accordance. with

th e te rm s

of:

the

Agreement (

an d

as requ ired

to

complete

the

Project),

as •further

described

in

Article 2

an d

Schedule "A" hereto. In

addition

any Services

not Specifically addressed

as

I

Additional'Services (as

defined

herein)

shall be considered

Basic

Services.

1 . 9

PROJECT: The " Project"

shall

Mean. that certain

City capital. project

that' has

been

ap.

proved

by .

the City Commission and

is

described

in

Schedule "

A"

hereto.

1. 9. 1 Protect Cost: •

The Project

Cost ", hall

mean th e e stim a te d to ta l c os t

of

t he Pro jec t, as

p r e p a r e d .

a n d '

e s t a b l i s h e d

b y

t h e C i ty , i n c l u d i n g t h e e s t im a t e d C o n s tr u c t io n C o s t • a n d S o f t C o s t s .

T h e Project Cost may,. r o m t im e

to

t im e , b e

r e v i s e d or

a d j u s t e d b y the C i t y , in it s s o l e d i s c r e t i o n , .

to

accommodate approved '

modif ications or

changes to

the

Project

or

scope of work.

1 .

9 .

2 : ' Proiect

Scope: The "

Project'

Scope"

shall

mean

the description

of

the Project in Schedule

A" hereto.

3

CITY

APPROVEDA & E FORM (AUGUST2010)

u

u "

c

U

U U U U

u

u

u

u u

u

u c

u

u

u

u u

U

UU u U

U•

0 U

U

U U

U

U U

U

U

U

U

U

U 0 0

U

U

U

Page 48: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 48/152

1 . 10 CONSTRUCTION COST:

The "

Construction

Cost" shall

mean

the su m w hic h is the.actual total

c o s f t o t h e C i t y o f

t h e W o r k (

a s e s t a b l i s h e d in

t h e

C o n t r a c t D o c u m e n t s , a s t h e y m a y b e a m e n d e d f r o m •

t i m e

t o

t i m e ) , i n c l u d i n g a .

c o n t i n g e n c y •

a l l o w a n c e fo r

u n f o r e s e e n

c o n d i t i o n s , n ot to e x c e e d t e n p e r c e n t

10 %)

of

the construct ion cost for

new

construction,

or

twenty percent (

20 %)

of

the

construction cost

for • •

rehabilitation

of historic buildings. .

For

W o r k '

n o t

c o n s tr u c te d , t h e C o n s t r u c tio n C o s t

s h a l l be t h e s a m e a s the l o w e s t

b o n a f i d e

b id

o r

competitive b id r e c e i v e d a n d

accepted

from. a responsive a n d r e s p o n s i b l e 'bidder

or

proposer for s u c h

Work.. ' •

1 . 10 . 1

Construction

Cost Budget:.

The. "

Construction

Cost

Budget"

shall

mean the amount

b u d g e t e d

b y - t h e C i t y tor

t h e

C o n s t r u c tio n C o s t ; a s s e t f o r t h in S c h e d u le " A" h e r e t o .

1 . 1 0 . 2 Statement'Of Probable Construction

Cost:

T h e " S t a t e m e n t

of

P r o b a b le C o n s tr u c t io n

C o s t " -

h a l l . •

m e a n

the l a t e s t a p p r o v e d w r i t t e n

e s t im a t e

o f C o n s t r u c t i o n

C o s t

s u b m i t t e d b y .

Consultant

t o -the

C it y ,

in

a format approved

b y

the Project

Coordinator..

F o r Work w h i c h b id s o r p r o p o s a ls h a v e n o t b e e n l e t , t h e S t a t e m e n t

of Probable

C o n s t r u c t i o n C o s t . .

shall be the

same

as the Construction Cost.

1 '. 11 FORCE

MAJEURE: . "

Force M ajeure" shall. mean

any

delay .occasioned

by

superior or irresistible.

f o r c e

o c c a s i o n e d

b y

v i o l e n c e

i n n a t u r e w it h o u t t h e

i n t e r f e r e n c e

o f h u m a n a g e n c y s u c h a s h u r r i c a n e s ,

t o r n a d o e s ,

f l o o d s ,

l o s s

c a u s e d

b y

f i r e a n d o t h e r

s i m i l a r

u n a v o i d a b l e c a s u a l t i e s ;

o r b y

c h a n g e s i n .

F e d e r a l , S t a t e

o r

l o c a l ' laws,

o r d i n a n c e s ,

codes .

o r

r e g u l a t i o n s e n a c t e d

a f t e r

the d a t e of

t h i s

A g r e e m e n t ;

o r

O t h e r

c a u s e s b e y o n d t h e p a r t i e s '

c o n t r o l w h i c h -

h a v e ,

o r

m a y

b e

r e a s o n a b l y

e x p e c t e d t o h a v e ,

a .

m a t e r i a l

a d v e r s e e f f e c t o n t h e P r o j e c t , o r o n t h e r ig h t s a n d

o b l i g a t i o n s

of

t h e p a r t ie s

u n d e r t h i s

A g r e e m e n t a n d w h i c h , b y t h e e x e r c is e

o f d u e

d i l i g e n c e , s u c h p a r tie s s h a l l not

h a v e -

b e e n a b l e t a v o i d ;

provided, •however,

that

inclement weather ( except as noted above),

the a cts.

or omissions of sub- '

consultants /

s u b -

contractors, market

conditions, labor conditions,

construction industry

p r i c e trends,

a n d .

s i m i l a r

m a t t e r 's

W h i c h n o r m a l l y

i m p a c t o n

t h e c o n s t ru c t io n p r o c e s s

S H A L L . N O T b e c o n s i d e r e d -a

F o r c e -

M

ajeure.

I f t h e

C o n s u l t a n t is d e l a y e d in

p e r f o rm in g a n y

o b l i g a t i o n

u n d e r

t h i s A g r e e m e n t

d u e

to

a

f o r c e m a j e u re ,

t h e C o n s u l t a n t

s h a l l r e g u e s t.

a

t i m e

e x t e n s i o n

f r o m t h e P r o j e c t C o o r d i n a t o r

w i t h i n ' f iv e ( 5 ) b u s i n e s s

d a y s

o f

s a i d

f o r c e

m a j e u r e .

A n y t im e e x te n s io n '

s h a ll b e

s u b j e c t

to m u tu a l

a g r e e m e n t

a n d

s h a ll r io t

b e

fo r

a n y '

C l a i m b y t h e C o n s u lt a n t fo r e x t r a c o m p e n s a t i o n ,

u n l e s s

a d d i t i o n a l s e rv ic e s a r e r eq u ir ed , a n d

approved

pursuant to Article .5 hereof.

CITY

APPROVED A & E FORM. (AUGUST

2010)

U

U

U

L,

U

U

0

U

t)

0

U

U V U

v

U

J

J

U

U

0

U U

0

U

U

U U

U V U

li

0 0 00 0

Page 49: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 49/152

1.

1 . 12 • CONTRACTOR: " Contractor" s ha ll m e an

the•

indid.dual or

individuals,

firm, company;

corporation,.

joint

venture,

o r o th er enti ty•contract ing with

City

fo r

performance

of •he Work

covered

in

the Contract -

Documents.

1 . 13 -

CONTRACT

DOCUMENTS: "

Contract Documents" shall mean this Agreement (

together

with all •

exhibits, addenda, and writ ten amendments issued thereto),

and

the docume.nts prepared by

Consultant •

in .

accordance w ith

the

requirements of th e S co pe of S e rv ic es in

Schedule "

A" hereto ( that.

form

the •

basis

for

whic h th e City ca n

receive

bids for the

Work

included in the documents):

The

Contract • •

Documents

shall also

include, without l im i tat ion ( together

with

al l

exhibits,

addenda,

an d written

amendments issued

thereto), the invitation

td bid ( ITB),

instructions to bidders,

bid

form,

bid bond,

the •

Contract for. Construction, surety 'payment

and

performance bonds,

Condit ions o f. -

he Contract

for. •,

Construction [ General; Supplementary, an d other Conditions], Divisions 0 - 17, Construct ion Documents, • .

an approved Change Order(s), approved Construction Change Drective(s),

and /

or

approved witten .

order(s)

for

a

minor '

change

in

the Work.

1. . 14

CONTRACT FOR CONSTRUCTION: "

Contract

fo r Construct ion"

shall

m ea n th e

legally

binding'

agreement between City and

with Contracto r fo r

performance of the Work

covered

in the contract

Documents.

1 .

15

CONSTRUCTION DOCUMENTS: "

Construction Documents" .

shall

mean the final plans,

technical specifications, drawings, documents, ' an d diagrams prepared by

the

Consultant

pursuant to

this

Agreement, which show

the

locations, characters, dimensions a n d details

of

the

Work

t o b e done,

and

which

are

part

of

the

Contract

Documents.

1 .

16 CONTRACT AMENDMENT: "

Contract Amendment" shall mean a written modification to the

Agreement approved

b y

the

City (

as specified

below)

a n d .

executed between• City and

Consultant,

c o v e r in g c h a n g e s ,

a d d i t i o n s , o r r e d u c t i o n s in t h e

t e r m s

of t h i s A g r e e m e n t -i n c l u d i n g , without l im i ta t io n ,

authorizing

a

change in the Pro ject, or the method- and manner of performance thereof; or

a n

adjustment in

the

fee

and /

or

completion•dates.

Contract Amendments shall

b e

approved by the .City Commission

if

they exceed twenty -ive thousand

dollars ($

25 ,

000.00)

or

the

City Manager

if

they are twenty - ive thousand.

dollars ($

25,

000.

00)• or

Tess

or.

other such.

amount

as

may

b e

specified. by the

City

of

Miami Beach

Procurement Ordinance, as ..

amended). •Even for

Contrac t Amendments

fo r less

than

twenty -five thousand ($

25,000.00),

the

City

Manager reserves the rig ht to seek and

obtain

concurrence of the City Commission fo r approval of any

such

Contract Amendment.

CITYAPPROVED

A & E

FORM (AUGUST2010)

5

U V

V V

V

V V

U G U

U

V

U

0

0

U

U 0 V

00000

0

V

V J

U

V v

U

V U

vv0

O

U

J

Page 50: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 50/152

1 . 1 . 7•

ADDITIONAL SERVICES: "

Additional

Services"

shall mean those' services, in addition to the •

Basic

Services in

this

Agreement,

which. the

Consultant

shall perform,

at the City' s option,

an d

which .

have been duly

authorized, -

in w r i t i n g ; b y

the

City Manager• or.

h is

authorized designee, prior to

commencementofsame- - •

1.

18 :

WORK: "

Work"

shale mean all. labor, materials, . tools, equipment, services,

methods,: .

procedures, etc.

necessary

or convenient:to performance

by Contractor-

of all

duties an d

obligations . .

proposed by

the Contract

Documents.

1 . 19. .

SERVICES: "

Services' shall mean al l services, work,

and .

actions by the Consultant

performed

pursuant to or

undertakers

under

this

Agreement.

1 .

20

SOFT 'COSTS: "

Soft Costs"

shall

me an c os ts re la te d• to the

Project

othe r than Const ruc tion. .

Cost

including, without limitation.,

Consultant's .

Basic

Services, Additional

Services;

surveys,

testing,

general consultant,

f inancing, and •permitting

fees, etc.

1 .

21

BASE

BID: " Base

Bid shall mean

the

elements

contained.

in the. Construction •Documents;

r e c o m m e n d e d b y t h e C o n s u l ta n t (

a n d

a p p r o v e d b y t h e

C i t y )

a s b ein g

w i t h i n

t h e ' C o n s tr u ct io n C o s t

Budget . "Base: Bid" sha ll no t i nc lude Add it ive Alternates or Deducti ve Alternates. .

1 .

22

SCOPE

OF

SERVICES: " Scope :o f Serv i ces" shal l i nclude the Project Scope, Basic Services;

and a n y

Additional

Services ( a s a p p r o v e d

b y

the C i t y ) , a l l a s described in Schedule "

A"

hereto.

1. 23

SCHEDULES: "

Schedules

shall 'mean

the various

schedules

attached to this

Agreement

and referred

to as

follows:

Schedule

A —

Scope ofServices.

Schedule B —

Consultant

Compensation. -

Schedule

C —•

Consultant.Hourly.'Bill ing.

Rate

Schedule.

Schedule

D —

Construction CostBudget.:

Schedule•E—

Project Schedule. .• • •

Schedule F —

General

Conditions of

the Contract

for

Construction

Schedule

G —

Insurance Requirements

and

Sworn

Affidavits •

Schedule

H —

BestValue Amendment

CITY APPROVED A & E FORM (AUGUST2010).

U

O 0

00

0

U

U

U V

V

U•.

U

V 0

U U

U•,

U

U U

U

U• U

U

UU

0

U U U U

U

U

U

0

U

O

O

U

U

J U

U

U

lCr U

00

0

0

0

U

Page 51: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 51/152

ARTICLE

2. BASIC

SERVICES

2.

I .

Th e

Consultant shall' provide

Basic Services

for

the Project,. .

as

required' by

the

Contract •

Documents

and as

set

forth

in

Schedule "

A "•

hereto.

2.2

Th e

Services will

he commenced. upon issuance

o f the first

Notice to

Proceed

which .

shall be

i s s u e d

b y

t h e Project Coordinator

a n d

counter-s i g n e d by Consultant.. Subsequent N o t i c e s

t o

P r o c e e d

shall

alsb.

tie

issued by

theProject Coordinator.

A separate Notice to Proceed .shalt be required prior t commencement of each: Task (as

same .

are set forth

in

Schedule "A" hereto). •

2. 3

As it relates• o

the

Services and. the Project, Consultant

warrants

and represents to

City

that it •

is

knowledgeable

of

Federal,. State, and

local

Jaws codes, rules'

and

regulations

applicable

in

the

jurisdiction( s)

in

which

the Pro ject is located„

including,

without limitation,

applicable

Florida Statutes,

a nd S ta te •of

Florida codes,. rules

and

regulations,

and

local ( City o f M iam i Beach

and Miami -Dade '

County) ordinances, c o d e s , a n d r u le s a n d

r e g u l a t io n s ( collectively, "

Applicable L a w s " ) .

As•

they•

relate

to the Services and to the Project, the Consultant agrees to comply with a ll s uch

Applicable

taws,. •

whether

now

in effect

o r • as may b e amended or adopted from time to time, and shall further

take

into

account

a ll

known pending changes to the foregoing of which

it

should

reasonably be aware.

R e c o g n iz in g t h a t t h e

c o n s t r u c t i o n

o f .O t h e r . :p r o j e c t s w i t h i n t h e ' C i t y m a y a f f e c t s c h e d u l in g .

o f

t h e '

construction

fo r

the Pro ject,

the

Consultant shall diligently

coordinate

performance

o f th e

Services

with

t h e C it y ( t h r o u g h t h e P r o je c t C o o r d i n a t o r ) in o r d e r t o p r o v id e fo r t h e ' s a f e , e x p e d i t io u s , e c o n o m ic a l

a n d

efficient- com pletion '

of

the .

Project,

without negati ve ly

impacting concurrent. work by

others. The

Consultant shal l coordinate the Services with all:

of

its sub - onsultants,

as well

as other consultants,

including,

without limitation,

City

provided

consultants (

if -

any).

2.

4 ••

The:

Consultant

warrants. and represents to City that all of the. Services requ ired under this

A g r e e m e n t

s h a l l b e . p e r f o rm e d . i n a c co rd a n c e w i t h

t h e

s t a n d a r d o f

c a r e

n o rm a l ly e x e rc is e d i r i .

t h e

design of'comparable.

projects in South

Florida.

Consultant

warrants

and represents

to

the

City

that it

is

experienced,

fully q u a l i f i e d , . a n d p r o p e r l y L i c e n s e d (

p u r s u a n t

t o Applicable :L a w s ) to p e r f o rm t h e

Services.

Consultant

warrants and

represents

to City

that

it

is responsible

fo r

the technical

accuracy

of the Services (

including,

without

limitation,

the

D e s i g n

Documents

contemplated. in

Schedule "

A "'

hereto). - • . .

CITY APPROVEDA &

E

F O R M ( AUGUST 2010)

UUl

l

L•

li

f:

V

U4JU

U

0

u

U..

0U •

U

U

l

U

00 •

J000

L,

U

O

J J

U

U

U

J J

0

U

0 00

UJ

0 0

o

3

U

l) u

U

O

0

U

0

Page 52: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 52/152

2.5

The Consultant' s Basic Serv ices Shall consist of five ( 5) Tasks (

inclusive

of planning, design,

bidding /award,

construction administration., and

Additional

Services [ as may be approvedj),.

all

as •

further described in Schedule " A" hereto; and shall

also

include any and a ll of Consultant's • .

responsibilities

and

obligations with respect to the

Project, as set forth

in '

the General Conditions of the.

Contract fo r Construction (attached as Schedule "

F "

hereto).

2.5. 1 Panning Services :.

Consultant shall . provide

planning

services

for_

he Project,

as

required by the Contract

Documents

and

as set forth in Task 1

of

Schedule "A" hereto (entitled "Planning Services ").

2. 5.

2

Design Services:

Consultant shall_

prepare

Design

Documents for the

Project,

as

required by

the Contract

Documents and.as

set

forth. n

Task

2 of Schedule "A"

hereto (entitled "Design Services ")

2.

5:3

Bidding

And Award

Services:

Consultant

shall .provide bidding an d

award

services

for the

Project, as

required by the

Contract

Documents

and as se t forth in Task

3

of

Schedule `

A "

hereto (

entitled " Bidding

an d

Award.

Services ").

2.

5.4 -

Construction Administration Services:

Consultant shall provide construction administration

services

for the Project ,

as

required

by

the

Contract

Documents -and:

as set

forth

in

Task

4

of Schedule " A" hereto ( entitled "

Construction

Administration Services ")..

2.

5.5 .

Additional Services: .

If required ( and so approved) by-

the

City, Consultant shall provide Additional Services, as se t

forth in Task 5 of Schedule "

A"

hereto.

2. 6

RESPONSIBIL ITY FOR'

CLAIMS AN D

LIABILITIES:

Written decisions and /or approvals issued

b y t h e C i t y

s h a l l

n o t c o n s t i t u t e

n o r

b e d e e m e d a r e l e a s e of th e r e s p o n s i b i l i t y a n d l i a b i l i t y o f t h e

Consultant (

o r of a n y of

it s officers,

employees,

s u b - consultants,

agents,

and /o r servants),. for the

accuracy and competency

of its /

heir designs,

working drawings,

plans,

technical

specifications, or

other techn ica l

documents,

no r

shall such

approval 'and/ or decisions be deemed to be an assi

mptiorl

of

s u c h

responsibility

b y

the

City

for

a

defect,

error or

omission

in

designs,

working drawings,

plans,

technical specifications, or other technical documents; provided;

however,

that

the Consultant

shall

be

entitled

t o

reasonably

rely upon

the accuracy

a n d validity

of written decisions and approvals furnished

b y

the C i t y pursuant

t o

this Agreement.

CITY APPROVEDA & E FORM (AUGUST2010)

uu

U

U0

U

U

U

0 0

U

J 0 0 U •

0

U U

0

U

0

U

U

U

uU U

U

U

U

U

U

0 U

V

03

0

0.

JU

0

0000

0

U

U

U U

0 U U

O

0 0

0

0

nn

0

0

o

0

0U U

0000

0

0

U

Page 53: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 53/152

2. 7 TIME: It is understood that

time

is of

the

essence in

the

completion of

the

Project

and, in this

respect the parties agree as follows:

2.

7.

1

Term:

The term

of

this Agreement

shall

commence

upon

execution

by

the .parties

subject•

to

approval of

the

Agreement

by the

Mayor an d

City

Commission) (

the

Effective Date),

and shall be in effect until all Services are completed.or until; the work and /or services under the

Notices to

Proceed'

in force at the end of the stated•period

of

time have been completed and the :.

Services accepted, whichever m ay be

later.

2.

7.2

The Consultant sha ll per fo rm

the

Services

as expeditiously

as is consistent with -

the

standard

of professional

skill an d

care required by

this

Agreement, an d the

orderly

progress of

the

Work.

2.7. 3 .

The Services shall

be

performed in a mariner

that shall conform

with

the approved

Project

Schedule,

attached to as Schedule " E" hereto. ` The Consultant

may

submit requests fo r

an ad jus tmen t to the P ro je c t Schedule, if made necessary because

of

undue.de lays resu lt ing f rom.

untimely

review

taken by the City ( or other governmental authorit ies

having

jurisdiction over the

Project) to

approve

the

Consultant'

s. submissions,. or an y other

portion of

the Serv i ces requ ir ing

approval by the City. (

or .

other- g overnmental authorit ies having

jurisdiction

over. the Project) .

Corisiiltant shall

immediately provide the

Project

Coordinator

with written

notice stating

the

reason

fo r the particular

delay;

the. requested

adjustment ( i . .

e..

extension) to

the

Project Schedule;

and a

revised anticipatedschedule of complet ion. Upon receipt

and review

of Consultant's request (an d

such

other

documentation

as

the

Project Coordinator may require),

the .

Project

Coordinator

may

grant

a

reasonable

extension

of time for

co m ple ti on o f

the particular

work invo lved, and authorize

that the appropriate adjustment be made to the Project

Schedule.

The

Project Coordinator's

approval ( if

granted) shalt

be

in writing.

2.

7.4

N othing •

n•

this

Section 2 . 7

shall

prevent the City

from

exercising

its

rights

to

terminate

the •Agreement,'as provided elsewhere herein:

2: 8

Consultant shall

use its

best

efforts to maintain a

constructive,

professional,

cooperative

working

relationship W i th . the Project Coordinator, Contractor, a n d any

a n d a ll

other individuals

a n d /

or

firms

that

have

been

contracted, or otherwise retained,

to perform Work on the Project:

2.

9

The

Consultant

shall

perform it s

duties under

this Agreement in a competent, timely .and

professional manner, and

shall

be

responsible

to the City fo r any failure in its performance, except to

the

eXtent

that

acts

or

omissions by the

City make such

performance

impossible. •

9

CITY APPROVED

A &

E FORM (AUGUST 2010)

00

0

U

V 0

E%

0

e

U L .

11

0u

V 00

0•

0

0

0 0

0 0 0

U

U

0

o 00U

0 0 0

Page 54: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 54/152

The Consultant is respons ib le fo r the professional quality, ' technical ' accuracy, completeness,

performance .an d

coordinat ion

of alIwork required

under the Agreement ( inc lud ing the work perfo rmed

by

sub =onsultants), within•the

specified time

period and

specified cost; The Consultant shall perform

the

work

u t il iz i n g . t h e s k i ll , k n o w l e d g e ,

arid

judgment

o r d i n a r i l y

p o s s e s s e d a n d u s e d

b y

a

p r o f i c i e n t '

consulting

w i t h

r e s p e c t to t h e

d i s c ip l in e s r e q u ir e d for t h e

p e r f o r m a n c e of the W o r k

in t h e

State of

Florida.

The Consu ltan t is

responsible for,. an d shall

represent to

City that the

work

conform's to City's

requirements, as se t forth

in the

Agreement. The Consultant shall :be and remain liable to th e

City

fo r

a ll

d a m a g e s

t o t h e

C i t y c a u s e d b y t h e C o n s u l t a n t ' s n e g l i g e n t a c t s o r

e r r o r s

o r o m is s io n s in

t h e

performance of the work.. In

addition

to all other rights an d

remedies,

which the City

may

have, the

Consultant shall, a t

it s e x p e n s e , r e -

p e r f o rm a ll

or any p o r t i o n

o f the S e r v ic e s t o

correct

any

deficiencies which result from the Consultant's . failure

to

perform in

accordance

with - he above

standards. The

Consultant

shall also be ' liable fo r

t he replacement

or

repair of

an y

defect ive materia ls

and

equipment an d

re- performance o f an y non- onforming

construction

services. resulting

from

such

cleficient. Consultant

serv ices for a

period from

the

Effective

Date

o f

this Agreement,

until

twelve (

12) -

m o n th s fo llo w i n g .

f i n a l

a c c e p t a n c e o f t h e W o r k ,

a n d

f o r t h e p e r i o d o f d e s ig n l i a b i l i t y

r e q u i re d •

b y

applicable law. The

Project

Coordinator

shal l not ify

the Consultant,

in

writing, of any deficiencies and •

shalt approve

the

method and timing

of

the correct ions. N ei ther the City's • nspection,• review, approval

o r

a c c e p t a n c e o f , . -o r

p a y m e n t fo r ,

a n y

o f

t h e w o r k r e q u i r e d

u n d e r

th e

A g r e e m e n t

s h a l l b e

c o n s t r u e d t o

relieve

the

Consu ltan t ( o r any

sub -

onsultant) o f i ts ob liga tions and responsibilities

under

the

Agreement, nor

constitute. a

waiver of

any of the City' s

rights

under the

Agreement, or of any

cause of

action arising ou t

of

the performance

of

the

Agreement.

The .Consultant

and i ts sub -

onsultants

shall

be' and •rernain. liable t o the City in

accordance with

Applicable Laws for

all

damages to City caused by

an y failure

of

the

Consul tant or

it s sub -

onsultants

to c omply

with •

the

terms

and

conditions

of

the..

A g r e e m e n t o r b y

t h e C o n s u lt a n t

o r a n y s u b -

o n s u l t a n t s '

m i s c o n d u c t , . u n l a w f u l a c t s ,

n e g l i g e n t

a c t s ,

errors or

omissions

in the performance of the Agreement.

With respect

to th e performance o f work by

sub - onsultants, the Consultant shall , i n , approving an d accepting. such work, ensure the pro fessiona l

q.uality,.

coinpieteness, and .

coordination of the sub -

onsultant'

s

work. •

2.

9. 1

The Consultant shall be - esponsible for deficient, defective services and

any

resulting

deficient, defect ive construction services re- performed within twelve ( 12) months fo llowing final

acceptance

and- shall

be subject to further re- performance, repair and replacement for twelve

12)• months fr om th e date o f initial re- performance, no t to exceed twenty- our -months ( 24) from

finch acceptance.

2.

9,

2

Consultant Performance

Evaluation:

The

Consultant

is

advised

that

a

performance

e v alu a tio n o f the work rendered throughout

this

Agreement will be completed by the

City

an d

kept

in the City' s files

fo r evaluation of future

solicitations.

10

CITY-

APPROVED

A &

E

FORM (AUGUST2010)

c ?

o up .

c

0

J

0

U J

J

O U

0 A A

0

L

0

u u

C

t, U'

0000U

G

0

0

0 U 0

J

0

0

0

O 0)

0J O

0

0

Page 55: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 55/152

I

2,

10

The City

sha ll have

the

right,

at

any time, in . its sole and absolute

discretion,

to submit for .

review

to other consultants ( engaged

by

the

City at it s

expense).

any

or

all parts of the Services

and •

the

Consultant shall fully cooperate in such review(s).

Whenever others are required to

verify, review,

or

consider

any

work performed

by

Consultant (

including, without limitation, contractors,

other

design .

professionals, and /

or

o ther consu ltan ts re tain ed by th e C ity), th e in te nt of such requirement is

to

enable the

Consultant

to receive

input

from others' professional

expertise

to identify

any •

d i s c r e p a n c i e s , e rr o r s o r o m i s s i o n s t h a t

a r e

i n c o n s i s t e n t w i t h . i n d u s t r y s ta n d a r d s f o r d e s i g n o r

construction of comparable

projects;

or

which

are inconsistent with Applicable Laws; or

which are

inconsistent

with

standards,

decisions

o r a pp ro va ls

provided by

the

City under this Agreement.

Consultant will

use

reasonable

care

and skill, in , accordance and consistent with customary •

professional

standards,

in

responding t o i t e m s identified

b y other reviewers in

accordance with

t h i s

subsection. Consultant

shall receive

comments

from reviewers,

in

writing,

including, without

limitation

an d

where applicable), v ia a set

of

marked -up drawings an d specif icat ions. Consultant

shall

address

comm ents - orwarded to- it in •a t imely manner.

The' term "

timely" shall be defined to mean. as.soo n as

possible under the

circumstances, taking

into accoun t the time lines of

the Project Schedule.

2.

11. [

Intentionally Omitted]

2. 12

Consultant

agrees that when any

portion

of th e Services elates- to a professional .service

which,

under

Flor ida Statu tes, requ ires a

l icense,

cert if ica te of authorization, or

other

form of legal

entitlement

to .

practice

and /or :perform such

Service(

s),

it

shall

employ and /or retain

only

qualified

duly

licensed

certified personnel

to provide

same.

Consultant agrees to

designate,

in writing, within

five' ( 5 ) calendar

days

after

issuance of th e

first• Notice• to Proceed, a qual ified l icensed pro fess ional to serve as its project manager ( hereinafter -

referred to as the "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 the .

Services.

Consultant's

Project

Manager ( as well

as

an y replacement) shall

be

subject to the prior.

written approval

of the

City

Manager or h is

designee (

who in this

case

shall

b e

the Project

Coordinator). .

Replacement (

including reassignment) of a n approved Project Manager shall:.

not be

made .w i thout the • prior wri tten approval of the City Manager or his designee ( i. e . th e P ro je ct

Coordinator).

Consultant agrees, within fourteen ( 14) calendar days of receipt of written notice from

the

C i t y

Manager

o r

his designee ( which notice

s h a l l

s t a t e

the .cause therefore)., to promptly

remove

and replace a

Project Manager, or any

other

personnel employed

or•

otherwise

retained

by Consultant for the

Project ( including, without limitation, any

sub -

consultants).

CITYAPPROVED

A &

E

F O R M (

AUGUST

2010)

11

000

0 ,. 0

0

0

0

0 J

l

J C

U•

J

U

0

J

ii

0

U

l•

tli0

000

J

0

U

J U

0 J

0

0

it

J

V V

000

J

V

Page 56: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 56/152

2.14

Consultant

agrees. not to divulge; furnish or make

available

to

an y

third party(

ies), any

non-

public information concerning the Services

or

the• Project, without the

prior Written .

consent o f the City

M a na ge r o r his d esig ne e w ho sh all

be

the. Project' Coordinator), unless such disclosure

is

incident to

the '

proper

performance of. the

Services;

or

the

disclosure

is

required

pursuant to

Florida Public

Records

laws;

or,

in the

course •

of

judicial proceedings,

where

such .

information has been

properly

subpoenaed.

Consuitant.

s ha ll a ls o

require its

employees

an d su b- consultants to

c om ply w ith th is

subsection:

2.

15 ' .

T h e City a n d

Consultant

acknowledge that the Services d o not delineate every detail-

and

minor.

work

task required

to• be

performed. b y Consultant to

complete

the Project. if, during

the

course

of

p e r f o r m i n g

of

the Services, Consultant detefrnines. that work s h o u l d b e performed to complete the

Project which is, in the Consultant's reasonable opinion, outs ide the level .of

effort

originally anticipated • :

in the

Scope of

Services,

Consultant shall

promptly notify the Project

Coordinator,

in writing, and

shall

obtain th e Pro je ct C oo rd in ato r's

w ri tte n con se nt b efo re

pro ceed in g w ith su ch

work.

If Consultant

proceeds w i t h any such,

additional

work W i t h o u t obtaining the

prior

written consent

of t h e

Project

Coordinator, said- work shall

be

deemed to

be within

the origina l Scope

of.

Services, a nd d ee med

included'

as a

Basic Service (

whether or

not specifical ly addressed`

in the $

cope

of

Services). Mere

n o t i c e b y C o n s u l t a n t to t h e

P r o j e c t '

C o o rd in a to r s ha ll n ot

c o n s t i t u t e

a u t ho r iz a t io n o r

a p p r o v a l

b y th e

City to perform such

work.

Performance

of

a n y . s u c h work b y

Consultant without the

p r io r w r it te n .

c o n s e n t of the Project Coordinator

s h a l l

b e undertaken a t Consultant' s s o l e risk 'a n d liability.

2..

16

Consultant

shall

establish,

maintain, an d categorize

any and

all' Project documents

and

records

pertinent to the Services

and

shall .provide the City, upon

request, with copies

of

any

and

all..

such documents

and /or records.

ln' addition, Consultant shall provide electronic document files t o the •

City upon completion

of

the Project. '

2. 17

T h e C i t y ' s p a r t i c i p a t i o n

in

t h e d e s i g n a n d c o n s t r u c t i o n

o f

t h e • P r o je c t s h a l l in

n o

w a y

b e

d e e m e d

t o r e l ie v e t h e C o n s u l t a n t of it s p r o f e s s i o n a l d u t i e s a n d r e s p o n s ib i l i t ie s u n d e r t h e C o n tr a c t .D o c u m e n t s

or under Applicable

Laws. .

2.

18.

GREEN.BUILDING STANDARDS:

T h e

C o n s u l t a 'ntshall c o m p l y with t h e ;

r e q u i r e m e n t s

o f S e c ti o n 2 5 5 . 2 5 7 5 ,' F l o r id a ' S t a t u t e s , a n d

C h a p t e r

1 0 0

o f

t h e C i ty 'C o d e ,

a s

b o t h m a y .

b e

a m e n d e d f r o m t i m e t o

t i m e ,

a d d r e s s in g •

a p p i i c a b l e

L e a d e r s h i p

in

Energy and..Environmental Design ( LEED) compliance requirements.. •

CITYAPPROVEDA & E

FORK (

AUGUST2010) '

C:

U

U

U

LC

12 .

c

0

L

V

J

V

c

C.

0

V

V

V

J

Page 57: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 57/152

2.

19.

SUB -

CONSULTANTS:

All services provided

by

sub -consultants

shall

be consistent with

those commitments ,made

by

the Consultant In

its

Proposal

and during the

competitive solicitation

selection process

and

interview.

Such

services sha ll

be

u nd erta ke n a nd pe rfo rm ed pu rsu an t

to

appropriate written agreements

between

th e Consultant

and

the sub -consultants,

which shal l con ta in

prov isions that

preserve

and protect the rights

of

the•City under this Agreement. Noth ing conta ined in

this

Agreement shall

create any contractual relationship between

the

City and

the sub -

consultants.

T h e •

Consultant s h a l l

n o t r e t a i n ,

a d d ,

o r r e p l a c e a n y s u b -

consultant without the

prior•

written

a p p r o v a l of • .

the

City

Manager,

in

response

to a

written request f r o m

the

Consultant

stating

the reasons for

a n y

proposed substitution. Any approval •of a sub - onsultant

b y

the City Manager shall not in

anyway

shift

the responsibility

for

the quality

a n d

acceptability

b y the C i t y

of the

services

performed

b y the s u b - •

consultant from the Consultant to

t h e

City. The quality of services

a n d

acceptability•to

the City

of the

services performed b y sub - onsultants shall

b e

the sole -

responsibility of

Consultant.

The•

Consultant

shall

cause

the

names '

of

sub -

onsultants responsible for

significant portions

of

the

Services

to be

inserted

on the plans and

specifications. •

ARTICLE 3.

THE CITY'

S RESPONSIBILITIES

3 .

1 The C i t y Manager shall d e s i g n a t e

a '

P r o j e c t Coordinator, •

n

writing,

who

shall b e the C i t y '

s

au thorized represen ta ti ve to coordinate, direct, an d review a ll matters re la te d to this Agreement

and

t h e Project•d u r i n g the d e s i g n

a n d

c o n s t r u c t i o n of

s a m e (

except u n l e s s otherwise e x p r e s s l y provided i n .

this

Agreement

or

the

Contract

Documents): •

The Project Coordinator shall be authorized ( without .

limitation)

to

transmit

instructions, receive i nfo rmation , and interpre t and define City ' poli cies

and

dec is ions with respect

to

the Services an d the P ro ject.

However, ~

the

Project

Coordinator is no t

authorized-to issue a n y verbal' or w r i t t e n orders o r instructions to

Consultant

that would h a v e the affect

o r . b e interpreted a s

having the

effect)

of modifying

or.changing, (

in any way) the

following: •

a)

the Scopeof Services; • • • .

b)

the

time

within

which

Consultant is obligated to commence•and complete the Services; or

c)

the amount of

compensation the City

is

obligated or committed to

pay

Consultant.

3 . 2 .

T h e C i t y

s h a l l

m a k e a v a il a b le

t o

C o n s u l t a n t

a ll

i n f o r m a t i o n t h a t t h e C i t y

h a s

in it s p o s s e s s i o n

pertinent

to the

Project.

Consul tant hereby agrees

and

acknowledges

that,

in

making

any such

in fo rmation avai lable to Consu ltant,

the

City makes no express or implied certification„ warranty,

a n d / o r

r e p r e s e n t a t i o n

a s t o

t h e

a c c u r a c y o r

c o m p l e t e n e s s

o f s u c h

in f o r m a t i o n , .

T h e - C o n s u l t a n t

u n d e r s t a n d s , a n d

h e r e b y

a g r e e s a n d a c k n o w l e d g e s , that it is

o b l i g a t e d

t o verify

t o

t h e e x te n t i t d e e m s

CITY APPROVED A &.

E

FORM ' (AUGUST

201'

0 )

13

VL

U

1,

L V

L

v

l,

L

1—

u . .

L

c , . 1 . - .

U _

L

L

L)....•..

J

V U • . •

Page 58: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 58/152

Page 59: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 59/152

Page 60: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 60/152

3 . 8 . 6 ' T h e C i t y M a n a g e r m a y , in h i s / h e r s o l e d i s c r e t i o n , f o r m a c o m m i t t e e o r - c o m m it te e s , o r

inquire

of,

or consult with,

persons

for

the pu rpo se: of receiving advice an d

recommendations

relating

to the exercise

of the

City'

s powers,

duties,

and ' responsibilities.

under this Agreement

or

the

Contract Docurnents.. .

3 .

8 . 7 Th e City Manager

shall

be the

City Commission'

s

authorized

rep-

resentative• with

regard

t o acting '

o n

behalf of the C i t y in the event of issuing

a n y default

n o t i c e (

s )

under this

Agreement, and, should such default.

remain

uncured, in

terminating

the

Agreement

pursuant

to an d

in

accordance with Article

10

hereof).

ARTICLE

4. RESPONSIBILITY FOR CONSTRUCTION

COST

4 ;

1

T h e C i t y

h a s ,

e s t a b l i s h e d

t h e C o n s t r u c t i o n C o s t B u d g e t for

t h e

P r o j e c t , a s s e t f o r t h in

S c h e d u l e

D "•,

attached hereto.

4.2.

C o n s u l t a n t s h a l l c e r ti f y a n d . w a r r a n t to t h e C i t y

a ll

e s t i m a t e s

of

C o n s tr u c t io n C o s t p r e p a r e d

b y

Consultant. . • •

4.

3. •

Consultant sha ll war rant and, represent

to

the -City that

its

review and evaluation .

of

the

C o n st ru c ti on C o st B u d ge t, Statement of Probable

Construction

Cost, and.

an y o th er c ost e sti mate s -

prepared (

or

otherwise

provided)

b y Consultant for the Project, represent Consultant' s best judgment

as

a n .

experienced

design professional

familiar

with

the

construction• industry; provided, however, that

Consultant cannot ( and does n o t ) guarantee that bids or negotiated

prices

will- not

vary

from any

estimates

of

Construction

Cost

or

other

cost

evaluatidn(

s)

prepared (

or

otherwise provided)

by

Consultant.

4.

4

The Construction. Cost Budget (as established

in Schedule " D " hereto)

shall no t

b e

exceeded

w i t h ou t f u lly j u st if ia b l e , e x t r a o r d i n a r y , a n d u n f o r e s e e n c ir c u m s t a n c e s ( s u c h

a s F o r c e M a j e u r e ) .

w h i c h

a r e .

beyoiid•

the control•of t h e p a r t ie s .

Any expenditure above this a m o u n t shall. b e subject t o p r i o r

C i t y

Commission approval which, if g r a n t e d

at

a l l ; shall b e

at the

sole a n d reasonable discretion

of

the C i t y

Commission.

T h e C i t y C o m m i s s i o n

s h a l l

h a v e n o o b lig a t io n t o a p p r o v e a n i n c r e a s e in t h e

Construction.

Cost

Budget a n d , if such budget is exceeded,

the

City

Commission

may, a t i t s sole and

reasonable discretion,, terminate this Agreement (

and

the remaining Services) without

any •

further

liability

to th e

City.

4 . 5 . I f t h e l o w e s t a n d b e s t b a s e b id

e x c e e d s

t h e C o n s t r u c t i o n

C o s t

B u d g e t

b y

m o r e t h a n f i v e p e r c e n t

5%),

t h e

C i t y C o m m i s s i o n m a y ,

a t it s

s o l e

o p t i o n

a n d

d i s c r e t i o n ;

e l e c t

a n y

o f t h e f o ll ow in g o p t io n s : (

1 ) •

CITY

APPROVED

A & E

FORM (AUGUST2010)

000

0160_

U •

U 0

0

0 0

v

0(

l

0

L li

U

U• U u

U

u

0 0

U

0- .,

0

0 0

u

U

U G

U(:;

U

0- 0

U

0 v

0

U 00

C

000

uu0U

V

U

0

0 U

0

U

UUU0 V 0 0 (.

Page 61: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 61/152

approve an i n c r e a s e to the

Construction

Cost Budget; ( 2 ) r e j e c t

a ll

b i d s , a n d ( at

it s

option)

authorize

r e b i d d i n g of

t h e

P r o j e c t ; ( 3 ) a b a n d o n t h e P r o je c t a n d t e r m i n a t e t h e

r e m a i n in g S e r v ic e s

without a n y

further

l i a b i l i t y

t o

t h e

C i t y ; ( 4 ) s e l e c t a s m a n y D e d u c ti v e A l t e m a t iv e s a s m a y b ' e .

n e c e s s a r y

to bring

t h e

lowest

a n d

best

b i d •

within

the Construction Cost

Budget;

or (

5 )

work with

the

Consultant

to

reduce the

ProjectScope,

construction

schedule, sequence of Work, or such

other

action,. as deemed necessary ,

to r e d u c e

the

C o n s t r u c t i o n Cost Budget..in the event

the

C i t y e le c ts t o reduce

the

Project

Scope,

the

Consultant shall provide any required revisions t o the Contract Documents ( including, without

limitation,

the Construction Documents),

and prov ide r e -

bidding

services, as

many

times as

reasonably

r e q u e s te d b y t h e C i t y , at

no

additional

cost'

to

the City, in

o r d e r t o b r in g a n y - r e s u lt in g ,

responsive •

an d responsible

bids

within f ive

percent (

5 %)

of

the'

Construction

Cost Budget.

ARTICLE 5. ADDITIONAL SERVICES

5 .

1 Additional

Services shall-

onlybe

performed

by

Consultant

following

rece ip t o f

written.

authorization

b y

t h e P r o j e c t

C o o r d i n a t o r ( w h i c h a u t h o r iz a t io n

m u s t b e .

o b ta i n e d p r io r t o

c o m m e n c e m e n t o f

a n y s u c h .

additional'•work by Consultant).

The written

authorizat ion

shall

contain

a description of

the Addi tional '

S e r v ic e s r e q u ir e d ; a n h o u rly fe e ( in a c co rd a n c e w i t h t h e r a t e s in S c h e d u l e " C h e r e t o ) , w i t h a " N o t t o

Exceed" amount; Reimbursable .

Expenses ( i f

any) with a " N ot

to '

Exceed" amoun t; the .amended

Construction CostBudget ( if applicable); the time

required to

complete the Additional Services; and

an

amended Project

Schedule ( if

applicable). "

Not to

Exceed"

shall mean

the maximum

cumulative hourly

fees allowable ( or,.

in the

case

of Reimbursable

Expenses,

the maximum. cumulat ive expenses

allowable), which

the

Consultant

shall

not exceed without

further written

authorization.

of the Project .

Coordinator: The " N ot to Exceed" amount is not a guaranteed

maximum

c ost for the additional work

requested ( or,

in

the case of•

Reimbursables, for

the expenses);

a n d

all costs applicable to same shall

be verifiable t hrough time shee ts ( and, for

Reimbursables,

expense

reviews).

5.

2

Additional

Services may

include,

but not

be

limited

to, the

following:

5 .

2 .

1

P r o v i d i n g

a d d i t i o n a l

work

r e l a t i v e

t o t h e P r o j e c t w h i c h

a r i s e s f ro m .

subsequent

circumstances 'and causes

which

do no t currently exist, or which are not contemplated by

the

parties at th e tim e

of

execution

of

this Agreement (

excluding circumstances

and causes

r e s u l t i n g f r o m e r r o r ,

omission., inadvertence,

o r n e g l ig e n c e of Consultant). .

5 . 2 . 2

S e r v in g • a s .

a n e x p e r t witness in c o n n e c t i o n w i t h a n y

p u b lic h e a r in g ,

a r b i t r a t i o n

p r o c e e d in g , o r le g a l p r o c e e d in g ,

u n l e s s

th e

s u b j e c t

m a t t e r

a t

i s s u e

h a s

a r is e n fr o m

th e

e r r o r

omission,

inadvertence, or negligence

ofConsultant.

5.

2.

3 [

Intentional ly Omitted]

C IT Y A P P RO V E D A & E F O R M (

AUGUST 2010)

V, U

u0u

U •

VU0 U

V

U

1)

L

l

U L

U U ,.

U

U

V

U U

U U

U

V

VV

U

U U

U •

0 U

V

V

U U

U,,,,

L1

U

V V.J U

l

U J

V

V l:

iJUi V 0 l)

0

Page 62: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 62/152

5.

2: 4

Assistance in

connection ,

with bid

protests,

re-

bidding, or

re-

negotiating

contracts

except fo r Contract Document revisions and re-

bidding

services required

under

Section 4. 5 •

hereof, w h ich s ha ll be provided

at

no

additional cost to'

City).

ARTICLES:

REIMBURSABLE

EXPENSES

6 .

1 ' . Reimbursable Expenses

are

an

allowance

set aside

by

the

City

and- shall include

actual

expenditures made

by

the Consultant in

the

interest of

the

Project. .

The Reimbursable Expenses

allowance,

as

specified in_Schedule "B"

hereto, .

belongs

to,

an d

shall

be

controlled

by,

the

City. Any

m o n e y

n o t

d ir e c te d t o b e u s e d b y C it y f o r R e i m b u r s a b l e • E x p e n s e s s h a ll r e m a i n w i t h

t h e :

C i ty ( i.

e .

unused port ions w ill no t

be

paid to Consultant).

N o t W it h s ta n d in g •

t h e a b o v e , a n y R e i m b u r s a b l e

E x p e n s e s in e x c e s s of $

5 0 0 m u s t

b e

a u t h o r i z e d ,

i n . -

a d v a n c e , in w r it in g , b y t h e P r o j e c t C o o r d in a t o r . I n v o i c e s o r

v o u c h e r s

fo r R e im b u r s a b le E x p e ns e s s h a l l

be

submitted

to the Project Coordinator ( along with

any

supporting

receipts

an d other

beck -

up material

r e q u e s te d b y the Project Coordinator).

Consultant

shall certify a s to e a c h such in v o ic e a n d /

or

voucher

that the amounts

and

items

claimed as

reimbursable are " true and 'correct.

and

in accordahce

with

the

Agreement." . • .•

6. 2 Reimbursable Expenses may inc lude, bu t

no t

be' limited

to,

thefollowing:

6.2. 1 Cost of reproduct ion, cour ier, and postage an d h an dlin g o f d raw in gs, plans;

specifications, an d

other

Project documents (

excluding

reproductions

fo r th e o ffic e

use .of

the Consultant an d its sub - onsultants,

and

courier,

postage

an d handling costs between • •

the Consultant and its sub - onsultants). -

6. 2. 2

Costs

for

reproduction'

an d

preparation of graphics for community workshops.

6.2.3 Permit fees

required by City

of Miami

Beach

regulatory.

bodies having

jurisdiction

over the

Project ( i. e.

City

permit fees). .

CITYAPPROVEDA:E

E

FORM (

AUGUST2010)

uuu

uu

o

uuu-

u

U

u

u

u

v

0 . b . 0 J

U U

u

U

U 0

V

U 0•

U

c U U

V

U

UCJ

U

UUU V

U U U U

U

U

U

U U

U

u u U

u J

0 JJU

U O

0

U

Page 63: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 63/152

ARTICLE 7.

COMPENSATION

FOR SERVICES

7 :

1

Consultants " N o t to E x c e e d "

f e e

for

p r o v is io n o f t h e

S e r v i c e s s h a l l b e

n e g o t ia t e d '

b e tw e e n C i t y

and

Consultant, an d

sha ll be

set forth

in Schedule "

B"

hereto: .

7 : 2

Payments

for S e r v i c e s

s h a l l

b e

m a d e

w i t h i n

forty -

iv e ( 4 5 )

calendar

days of r e c e i p t a n d a p p r o v a l •

of a n acceptable invoice

b y

t h e P r o j e c t Coordinator. P a y m e n t s

s h a l l

b e

made.

in p r o p o r t i o n t o . t h e

S e r v i c e s

satisfactorily

p e r f o r m e d ,

s o that

t h e p a y m e n ts f o r S e r v ic e s ' never. e x c e e d t h e p r o g r e s s

percentage noted

in the

Consultant'

s

Progress Schedule (

to be

submitted

with

each invoice). N o mark-

up s ha ll b e

allowedon

subcontracted work. .

7 . 3 A p p r o v e d A d d i ti o n a l

S e r v i c e s

s h a l l

b e

c o m p e n s a t e d in a c c o rd a n c e w i t h the h o u r l y

r a t e s

s e t fo r t h

i n . Schedule " C , " attached hereto. Any

request

for payment of Additional Services shall b e included

with a Consultant payment. request.

N o

mark -

up

shall

be

allowed

on

Additional Services ( whether •

sub - ontracted or not).

7 .

4 A p p ro v e d R e im b u r s a b le E x p e n s e s s h a l l b e

p a i d

in a c c o r d a n c e

w i t h

A r t i c l e

6

h e r e t o ,

u p

t o t h e .

N o t t o E x c e e d " R e i m b u r s a b l e a l l o w a n c e

a m o u n t

in S c h e d u l e " B "

h e r e t o .

A n y r e q u e s t fo r p a y m e n t o f • • .

Reimbursable Expenses shall also

b e

included with

Consultant'

s payment

request.

N o mark -u p shall .

be allowed on

Reimbursable

Expenses:

7•.

5 ' ESCALATION :.

During the Term of this

Agreement,

the City may, by written directive approved

a n d e x e c u t e d

b y t h e

C i t y

M a n a g e r ,

a d j u s t t h e f e e s

i n c l u d e d

in t h e

H o u r l y

B il l in g R a t e " S c h e d u le i n .

S c h e d u le "

C " h e r e t o , to r e f l e c t

t h e c h a n g e

i n

t h e

C o n s u m e r P r ic e I nd e x (

C P I ) o n ,

a y e a r to •

y e a r

b a s i s .

Such

adjustment

will

b e b a s e d

o n

the cumulative

change

of

the

C P I for the Miami u r b a n ' . a r e a ,

provided

that

in n o event shall any the annual

increase 'exceed

three percent ( 3 % ) .

7 : 6

N o

r e t a i n a g e s h a l l b e m a d e f r o m

t h e

C o n s u l t a n t ' s c o m p e n s a t i o n

o n

a c c o u n t

o f

s u m s w i t h h e ld b y .

the City on .payments

to

Contractor...

7 . 7 .

M E T H O D . O F

B I L L I N G A N D

P A Y M E N T .

C o n s u l t a n t

s h a ll in v o ic e

t h e

P r o j e c t

C o o r d i n a t o r in

a

timely. manner, but

n6

m o r e t h a n once o n a

monthly basis.

Invoices

shall

identify the nature and

e x t e n t

o f th e w o r k

p e r f o r m e d ;

th e

t o t a l

h o u r s

o f

w o r k

p e r f o r m e d

b y

e m p lo y ee c a te g o ry ;

a n d

th e

r e s p e c t iv e h o u rly

b i l l i n g r a t e , a s s o c i a t e d

t h e r e w i t h .

In t h e

e v e n t

s u b -c o n s u l t a n t w o r k

is

u s e d , t h e

p e r c e n t a g e of c o m p l e t io n s h a l l b e • i d e n t if ie d . I n v o ic e s s h a l l

a l s o

i te m i z e a n d s u m m a r i z e

a n y

A d d i t i o n a l

S e r v i c e '

r v i c e s

a n d / . r

R e i m b u r s a b l e

E x p e n s e s . A c o p y o f t h e w r it t e n a p p r o v a l

o f

t h e P r o je c t

C o o r d i n a t o r

f o r

CITY APPROVED A &

E

FORM (AUGUST 2010)

o ' JU ,

A90.

o

VUU

U. U

U

0

U 0 0

0 u 0

J

0

V

0 0

0

0 0 0

V

U 0

V

0

U

U

U

U•

0

J

00•

0

0 J .

U 0 J

JUUJ

v

0 0

0 0

U,

J

U J

O

J00 U U

0

0

Page 64: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 64/152

the requested Addi tiona l Serv ice(

s)

dr Re imbursable Expense(

s)

shall accom pany. the invoice.

7.7. 1

I f r e q u e s t e d ,

Consultant shalt provide back -

u p

for p a s t

and current invoices that

records

hours

fo r al l work ( by

employee

category),

and cost

itemizations for

Reimbursable

Expenses (by category).

7.

7.

2

The

C i t y

s h a l l p a y

Consultant

within forty- five ( 45) calendar days

from

receipt a n d

approval

of an acceptable

invoice

by

the Pro ject Coordinator.

7.

7.

3

Upon completion of the Services, Consultant's final payment

shall

re qu ire th e p rio r

written approval of

the City

Manager

before-

disbursement of same.

ARTICLE 8. CONSULTANT'

S

ACCOUNTING A N D OTHE R R EC OR DS

8 .

1

All books, records (

whether financial or otherwise),

correspondence,

technical documents,

and

any o th e r r e c o rd s

o r

d o c u m e n ts r e la t e d t o t h e S e r v i c e s a n d /

o r

P r o j e c t w i l l b e a v a ila b le fo r e x a m i n a t i o n

a n d a u d i t

b y

t h e

C i t y

M a n a g e r , o r

h i s /

h e r a u t h o r i z e d r e p r e s e n t a t i v e s , a t C o n s u l t a n t '

s

o f f ic e ( a t t h e

address designated in Article 15 [" N otices "), during customary .

business

hours.

All

such records shall

be

kept

at

least for a

period of

three ( 3 ) ' years after Consu ltant '

s

c omple tion o f the Serv ices .

I n c o m p l e t e o r i n c o r r e c t e n t ri e s in s u c h , r e c o r d s a n d a c c o u n t s r e la t in g p e r s o n n e l s e rv ic e s -

a n d

expenses m a y

b e

g r o u n d s

for

C i t y ' s

disallowance

of a n y fees

o r e x p e n s e s b a s e d

u p o n s u c h e n tr ie s :

Consultant shall. also bind its sub-c on su lta nts to th e req uire men ts of this Article an d en su re

compliance therewith

ARTICLE'

9.

OWNERSHIP OF PROJECT

DOCUMENTS

9 .

1

All

notes, '

correspondence, documents, plans and specifications,

designs, drawings,

renderings,

calculations, specifications, models, • photographs, reports, surveys,

investigations,

and any other

documents ( whether completed or partially completed) and copyrights thereto

for Services

performed

or produced in the performance of this Agreement,. of related to the Project,

whether

in

paper

or other.

e

h a r d

c o p y m e d iu m

o r

in e l e c t r o n i c

m e d i u m ,

e x c e p t

w i t h

r e s p e c t to c o p y r i g h t e d

s t a n d a r d

d e t a i ls a n d

d e s i g n s o w n e d

b y

th e C o n s u l t a n t .

o r

o w n e d b y

a

t h ir d p a r ty a n d

l i c e n s e d to t h e

C o n s u l t a n t f o r u s e a n d

r e p r o d u c t i o n ,

s h a ll b e co m e

t h e

p r o p e r t y

o f

th e C i ty .

C o n s u l t a n t

s h a l l

d e l i v e r

a ll

s u c h

d o c u m e n t s

to

t h e •

Project Coordinator

w i t h i n

thirty ( 3 0 )

d a y s

of completion •of. h e .

S e r v ic e s (

o r within thirty ( 3 0 )

d a y s

of

expiration• or earlier :

termination

of this Agreement as th e c as e ma y be).

However,

the

City may

grant

an exclusive

license

of

the copyrig ht to the

Consultant for ' reusing

and reproduc ing copyrigh ted

uu C,r

CITYAPPROVEDA & E

F O R M (

AUGUST 2010 ) ° • °

u

U

U; ,

L

4

VU U

0' .

0 0

U

U U V

00)

0 0 0 0

U

0 u

0000

J

Page 65: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 65/152

materials

or portions

thereof as authorized by the City

Manager

in advance and

in

writing, I n addition, •

the

Consultant s ha ll n o t

disclose,

release,.

or

make available an y document to..any thi rd party without

prior

written approval from the

City Manager. The Consultant

shall

warrant

to

the-

City

that

it has been

granted

a

license

to

u se and

reproduce

any s tandard detai ls

an d

designs owned

by

a

thi rd party

an d

used o r

reproduced

b y

the Consultant in the performance of this Agreement. N othing, contained herein

shall

b e

deemed to exc lude any document from Chapter

1 1 9 ,

Florida

Statutes..

9 . 2 The

Consultant

is permit ted to reproduce copyrighted. material

described -

above

subject

to prio r

written approval of

the

City Manager.

9 .

3 A t

t h e

C i t y ' s o p t i o n , t h e

Consultant

m a y

b e

a u t h o r i z e d ,

a s a n Additional

S e r v i c e ,

to a d a p t -

copyrighted material for additional

or

other

work'

fo r the City; however, .

payment

to the Consu ltan t fo r

such adaptations will be limited to an amount not greater

than

50%

of

the

original

fee earned to adapt

the original

copyrighted material to a new site. .

9 . 4 The City shall have

the

r ight to

modify

the

Project

or any components thereof without permission

from the

Consultant o r without any additional c o m p e n s a t i o n to the

Consultant.

The Consultant

shall

be released from any l iabil ity resulting from

such modif ication.

9.

5 The Consultant shall bind':

all

sub - onsultants to the Agreement•requirements fo r

re -

use of plans

and

specficaions.

ARTICLE

10.

TERMINATION

OF

AGREEMENT

10. 1 TERMINATION FOR

LACK

OF

FUNDS:

The City is a

governmental

entity

and.

is subject to

the

a p p r o p r i a t i o n of

funds

b y it s legislative b o d y in a n a m o u n t s u ff i c ie n t - to a l lo w .

continuation

o f i t s :

performance in accordance with the te rms an d conditions of this Agreement. I n the event there is .a

lack of adequate funding either fo r the Serv ices

o r the

Project ( or

both),

the•

Ci ty may

terminate this

Agreement without furtherliability to the City.

10.

2

TERMINATION FOR CAUSE:

The City,

through

the City Manager, may terminate this

Agreement

for cause,

upon written

notice

to

Consultant, in the

event

that

the Consultant ( 1 ) violates

any

provision of

this

Agreement

o r :

performs

same

in '

b a d

faith; (

2) • unreasonably delays

the

performance of the

Services

o r any portion thereof;

or (

3 ) does not perform the

Services

or any .portion

t h e r e o f

in

a t i m e l y a n d s a t is fa c t o r y m a n n e r . in th e c a s e o f t e r m i n a t i o n

f o r •

c a u s e

b y

t h e C i t y ,

t h e

C o n s u l t a n t

shall

first b e

granted

a thirty ( 3 0 ) d a y c u r e

period ( commehcing

u p o n receipt of

the initial

OITY,APP ROVED

A & E

FORM (AUGUST2010)

U 1 .

0

000 0•

0•

O.

0 U.

0

0 0- 0

O

0

0

0

0

0

0 U 0 0 '

u

0

0

0

UO,-, 0

U•

0

U

0

000

00 0

00000 0

0

O

0

0 0 0

O J 0

0

0

0 0 0 0 0 0 0

0

Page 66: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 66/152

written notice

of default

from

the City).

1 0 . 2 .

1 In

t h e e v e n t this A g r e e m e n t is

t e r m i n a t e d

for'

c a u s e

b y

t h e C i t y , t h e C i ty , at it s

s o l e

option a n d d i s c r e t i o n ,

m a y

take o v e r t h e r e m a i n in g S e r v i c e s

and

c o m p l e te t h e m b y

contracting with another

consultant(

s ) , or

otherwise.

The Consultant

s h a l l

b e

l iable to the C i t y

fo r any addit ional .

cost(

s )

incurred by

the

City

due to

such

termination.. "

Additional Cost"

is

defined- as

the difference between.

the actual cost

of

completion of

the

Services, and

the cost

of

completion

of suc h Serv ices ha d th e

Agreement

not .

been

terminated.

10. 2.

2

I n the e ve nt o f

termination

fo r

cause

by the City, the City shall only be obligated

to •

p a y

C o n s u lt a n t f o r

t h o s e S e r v i c e s

s a t i s f a c t o r i l y

p e r f o r m e d a n d a c c e p t e d ' p r i o r

t o

t h e

d a t e o f

termination (

as such

date

is se t forth in, o r can

be

calculated from, the City's init ial written

default notice).

U p o n p a y m e n t of a n y amount

which m a y be

d u e to

Consultant pursuant

to

this subsect ion 10. 2.2, the

City

shall have

no

further liability to Consultant.

10.2. 3 As a condition precedent to release ofany payment which m ay be due to Consultant

under subsection 1 0 . 2 . 2 ,

the

Consultant

shall promptly assemble and

deliver to

the. Project

Coordinator any and all Project documents prepared (

or caused

to

be

prepared)

by

Consultant(

including, without

limitation,

those referenced

in subsection 9 .

1 . hereof).

The City

shll n o t

b e

r e s p o n s i b l e

f o r ' a n y

cost

in c u rr e d b y

Consultant for a s s e m b l y , c o p y ,

a n d /or

delivery-of Project

documents pursuant to this

subsection.

1 0 . 3

TERMINATION

F O R -CONVENIENCE: In addition t o the C i t y ' s

right

t o - terminate for

cause, the

C i t y t h r o u g h t h e C i t y M a n a g e r ,

m a y

a l s o t e r m in a te t h is A g r e e m e n t , _u p o n f o u rt e e n (

1 4 )

d a y s p r io r

written '

notice to Consultant

for

convenience, without cause, and

without

penalty,

when ( in

its

sole

discretion)

it

deems such termination

to

b e

in the best interest o f the C ity:.

In the event the

City

terminates the .

Agreement

for convenience, Consultant shall be compensated for

all

Services..

s a tis fa c to r i l y p e r fo rm e d a n d

a c c e p t e d

u p t o t h e t e rm i n a t io n d a te ( a s

s e t

f o r t h in t h e C i t y '

s

w r i t t e n

n o t i c e ) , a n d fo r

C o n s u l t a n t ' s c o s t s

i n

a s s e m b l y

a n d d e l i v e r y t o t h e

P r o j e c t

C o o r d i n a t o r o f t h e

P r o j e c t

documents ,(referenced in subsection 10.2.

3

above).

Upon p ayment o f any

amount

which

may be due

to Consultant pursuant this

subsection 1 0 . .3 , the City

shall

have n o further liability t o

Consultant.

10 .

4

TERMINATION

BY •CONSULTANT: ,

The

Consultant

may only

terminate this

Agreement

for

c a u s e ,

u p o n

t h i r t y (

3 0 )

d a y s

p r i o r

w r i t t e n

n o t i c e

to

t h e C i ty ,

in

t h e e v e n t

that

the

C i t y

w i l lf u l l y

v i o l a t e s

a n y

p r ov is io n s o f

t h i s

A g r e e m e n t o r

u nr e a so na b ly d e la y s p a y m e nt

o f t h e .

S e r v ic e s o r a ny

p o r t i o n

t h e r e o f . In t h e e v e n t o f a t e r m i n a t i o n

f o r c a u s e

b y C o n s u l t a n t , t h e

C i t y s h a l l

p a y

C o n s u l t a n t '

f o r a n y

S e r v i c e s s a t i s f a c t o r i l y

p e r f o r m e d

a n d a c c e p t e d u p

to

t h e d a t e o f

t e r m i n a t i o n ;

p r o v i d e d ,

h o w e v e r ,

t h a t

CITY

APPROVED A &

E

F O R M ( AU G U S T

201.

0)•

U e,

)

C

L:, 0

a

0

J

0

0 c .

0

l.-C J

U U•

J

U

U 0

U

V

J

U

U

O

0

0U0

0000

0

0

0

0

J 0

C

J

U

3 0

0 0

0000

0 0

U

0

Page 67: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 67/152

t h e C i ty s h a ll

f i r s t

b e g r a n t e d

a

t h i r t y ( 3 0 ) d a y c u r e p e r io d ( c o m m e n cin g u p o n r e c e i p t -

o f

C o n s u l t a n t ' s

initial written.

notice). •

1 0 .

4.

1

The

Consultant

shall

have

n o

r ight to terminate this Agreement

for

convenience.

10 . 5 IMPLEMENTATION

OF

TERMINATION:

In the event of termination (

whether

for

cause o r

for .convenience),

the Consultan t shall immediately, u po n re ce ipt of the City'

s .

written

notice

of

termination: (

1 ) s t o p t h e

p e r fo r m a n c e • o f S e r v i c e s ; ( 2 )

p l a c e

n o f u r t h e r

o r d e r s o r

is s u e a n y

o t h e r

subcontracts,

except for those which m a y have already b e e n a p p r o v e d , in writing, b y

the

Project -

C o o r d i n a t o r ; ( 3 ) t e r m i n a t e

a ll e x is t in g o r d e r s

a n d s u b c o n t r a c t s ; a n d (

4 )

p r o m p t l y a s s e m b l e a l l P r o je c t

documents ( fo r delivery to the Project

Coordinator).

ARTICLE

11.

INSURANCE

11. 1 A t a ll t i m e s d u r i n g t h e '

T e r m

o f t h i s A g r e e m e n t ,

C o n s u l t a n t .

s h a l l

m a i n t a i n

t h e

f o l l o w i n g

required insurance coverage

in

full fo rce and effect. The Consultant

shall

no t

commence

an y

work unti l

s a t is fa c t o r y p r o o f o f

a ll

r e q u i r e d

i n s u r a n c e

c o v e r a g e h a s b e e n f u rn is h e d to t h e

P r o j e c t

C o o r d i n a t o r :

a )

Professional Liability Insurance, in

the

amount

of

o n e m i ll io n

dollars ($

1 ',

000,

000.00), per

occurrence,

with

a maximum

deductible of $ 150, 000 .per occurrence, $

450,000 aggregate.

C o n s u l t a n t

s h a l l

n o t i f y

t h e P r o j e c t

C o o r d i n a t o r , i n w r i t i n g , w i t h i n t h i r t y . (

3 0 ) • d a y s

o f

a n y

c l a i m s

filed or

made

against

its Professional•

Liability

Insurance policy. - •

b)

Comprehensive General ' Liability , Insurance,

in

t h e

a m o u n t

of

o n e

m i ll io n ' •

d o l l a r s

1 ,

000,000.

00), -

Single Limit B odily

Injury

a n d

Property

Damage coverage, for

each

occurrence,

w h i c h shall include

products,

completed operations, . and contractual liability .

c o v e r a g e . T h e C i t y o f M i a m i B e a c h , F l o rid a m u s t '

b e

n a m e d a s a n a d d i t i o n a l

i n s u r e d o n t h i s

policy.

c ) W o r k e r '

s

C o m p e n s a t i o n a n d

E m p l o y e r '

s L i a b i l i t y

c o v e r a g e

w i t h i n

t h e

s t a t u t o r y l im i t s

required

under Florida

law.

11. 2

The

Consultant

must

give

the Project Coordinator

at

least thirty ( 30) days prior written

notice

of

c a n c e l l a t i o n o r o f s u b s ta n t i a l m o d if ic a t io n s in a n y r e q u ir e d in s u r a n c e c o v e r a g e . A l l c e r t if ic a t e s

a n d

endorsements shall contain this requirement.

11. 3

T h e

in s u r a n c e m u s t.

b e f u r n i s h e d b y a n

in s u ra n c e c o m p a n y

r a t e d B + :V I • o r . '

b e t t e r , o r

i t s •

OITY A PPR OVE D A & E FORM (AUGUST 2010) ' . .

U U

U

V

U

U U

4

c 0

u (

u

U U U

U

U

0

u

U

U

J

 

000

U

U

0

li

Page 68: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 68/152

e q u i v a l e n t , a c c o r d i n g to B e s ts ' G u id e R a t in g B o o k ,

a n d b y

i n s u ra n c e c o m p a n ie s d u l y a u t h o r iz e d . o

d o

business in

the Sta te of Florida,

an d

countersigned

by the company'

s

Florida resident

agent.

11. 4

Consultant

shall provide

the

Project Coordinator with a certificate of insurance of

all.

required •

insurance

p o l i c i e s . T h e

C i t y

r e s e r v e s

t h e

right

t o

r e q u i r e a c e r t i f i e d

c o p y of s u c h p o l ic ie s , u p o n

written

request

to

Consultant. •

ARTICLE 12: INDEMNIFICATIONAND

HOLD

HARMLESS

12.

1

Pursuant to

Section 725.

0 8 ,

Florida Statutes,

the C onsu ltant shall indemnify. and hold

h a r m l e s s

t h e C i t y a n d it s o f f i c e r s , e m p l o y e e s , a g e n t s , a n d i n s t r u m e n t a l it ie s , f ro m

l i a b i l i t i e s ; '

d a m a g e s ,

l o s s e s , a n d costs, i n c l u d i n g ;

but not

limited to, r e a s o n a b l e attorneys'

fees,

to the extent

caused by

the

negligence,

recklessness, :

or

i n ten tiona lly wrong fu l conduct

o f

the.

Consultant

and

o ther p ers on s

employed

or

utilized b y the

Consultant

in the performance of

this Agreement.

The.

Consultant shall pay all claims and losses in connection therewith and shall investigate and

defend

all claims, suits, or.

actions

of

any

kind

or

nature

in the

name of the City, where

applicable, .

i n c l u d i n g a p p e l l a t e

p r o c e e d i n g s ,

a n d s h a l l p a y

a ll

c o s t s , j u d g m e n t s , a n d a t t o r n e y ' s .f e e s w h i c h m a y

issue thereon.

Consultant

expressly

Understands

and

agrees

that any insurance .protect ion required

b y

t h i s

A g r e e m e n t

o r

o t h e r w i s e • p r o v i d e d b y . C o n s u lt a n t s h a l l in n o '

W a y

l im i t

it s

r e s p o n s ib i li t y t o

i n d e r r i n if y , k e e p , ' a n d .

s a v e

h a r m l e s s a n d d e f e nd t h e C it y o r

it s

o f f i c e r s , . e m p l o y e e s , a g e n t s , a n d -

instrumentalities

as herein provided.

12.

2

T h e C o n s u lt a n t a g re e s

a n d

r e c o g n i z e s

t h a t

t h e

C i t y • s h a l l n o t be h e l d l i a b l e o r

r e s p o n s i b l e

for a n y claims which m a y result f r o m

any

negligent, reckless, or intentionally

wrongful

actions, errors

or omiss ions of the Consul tan t

in

w hich the City participated either' through r ev ie w o r c onc u rren c e of

the

Consultant' s

actions..

In reviewing, approving

o r

rejecting any submissions by

the

Contractor, or

o t h e r

a c t s

of the Consultant, t h e

C i t y in

n o w a y .

a s s u m e s

or s h a r e s a n y responsibility

or

l i a b i l i t y of t h e

C o n s u l t a n t ( in c lu d i n g , without l im i ta t io n it s

s u b -

o n s u l t a n t s a n d /o r

any

r e g is te r e d p r o fe s s io n a l s

architects and /or engineers) under this Agreement). •

ARTICLE 13: ERRORS AND OMISSIONS

13. 1 '

ERRORS AND.

OMISSIONS: •

It is specifically agreed that any

construction

changes

c a t e g o r i z e d b y t h e

C i t y

a s c a u s e d b y . a n e r r o r , a n o m i s s i o n , o r

a n y

c o m b i n a t i o n t h e r e o f in t h e C o n t r a c t

D o c u m e n t s t h a t

w e r e p r e p a r e d b y

t h e

C o n s u l t a n t

w i l l c o n s t i t u t e

a n

a d d i t i o n a l

c o s t

t o '

t h e

C i t y t h a t

CITY APPROVEDA & E

FORM (

AUGUST2010)

U

I.

U

l

C(:•

U l:l

V•

Uc U 0

0

0 0 0. 0

V

J

U

Page 69: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 69/152

would

n o t h a v e b e e n i n c u rr e d without t h e e r ro r . T h e d a m a g e s t o the C i t y for e r r o r s , o m i s s io n s

o r a n y

c o m b i n a t i o n s

thereof s h a l l

b e '

c a l c u l a t e d a s

t h e t o ta l

c o s t o f a n y

d a m a g e s o r in c r e m e n t a l c o s ts t o t h e

C i t y r e s u l t i n g o u t

of t h e

e r r o r s

o r

o m i s s i o n s b y t h e

C o n s u l t a n t .

D a m a g e s s h a l l i n c l u d e

d e l a y

d a m a g e s

c a us e d b y

t h e e r r o r, o m is s io n , o r a n y c o m b i n a t i o n . t h e r e o f .

Should

the

Consultant disagree that a ll

o r

part of such damages

are

the resu lt o f

errors,

omissions, or

a n y c o m b i n a t i o n t h e r e o f , t h e C o n s u l t a n t m a y

a p p e a l t h i s

d e t e r m i n a t i o n , i n w r i f i r i g , t o t h e C i t y ' s

C a p i t a l

Improvement

Projects

D ire cto r th e Director).

The Director's decision on

all

claims, questions and

d i s p u t e s

s h a l l b e

f i n a l ,

c o n c l u s i v e

a n d

b in d in g u p o n

t h e

p a r tie s h e r e t o unless s u c h d e t e r m i h a t i o n .

is

c l e a r l y

a r b i t r a r y

o r

u n r e a s o n a b l e .

I n ' th e

e v e n t t h a t

th e

C o n s u l t a n t d o e s n ot a g re e w i t h

t h e d e c is io n

o f

t h e .

D i r e c t o r ,

t h e C o n s u lt a n t s h a ll p r e s e n t

a n y •s u c h

o b j e c t i o n s , in w r i t i n g , t o t h e C it y M a n a g e r . T h e

D i r e c t o r

a n d

t h e C o n s u lt a n t

s h a l l

a b i d e

b y

th e d e c i s i o n o f

t h e

C i t y

M a n a g e r .

T h i s p a r a g ra p h d o e s

n o t

c o n s t i t u t e a w a i v e r o f

a n y

p a r t y ' s r i g h t to p r o c e e d .

i r i .

a c o u r t o f c o m p e t e n t ju r is d i c tio n ' a ft e r t h e a b o v e

administrative

remedies

have been exhausted.

ARTICLE 14. LIMITATION

OF LIABILITY

T h e C i t y d e s ir e s t o e n t e r i n t o th is A g r e e m e n t o n l y i f in

s o

d o i n g th e C i t y c a n p l a c e a l i m i t o n i t s l i a b i l i t y

fo r

a n y c a u s e o f a c t io n fo r m o n e y d a m a g e s d u e to

a n

a lle g e d b re a ch b y th e C i t y o f t h i s

A g r e e m e n t ,

s o

t h a t

i t s l i a b i li ty f o r a n y s u ch b re a ch n e ve r e x c e e d s th e " n o t to e x c e e d " a m o u n t

o f

t h e

fe e p a i d t o

C o n s u l t a n t

under

t h i s

A g r e e m e n t , le s s a n y •

a m o u n t ( s ) a c t u a l l y

p a i d t o

C o n s u lt a n t h e re u n d e r.

C o n s u lt a n t h e r e b y

e x p r e s s e s

it s w i l l i n g n e s s t o e n t e r i n t o t h i s

A g r e e m e n t , :w i th

C o n s u l t a n t ' s r e c o v e r y

f r o m th e C ity

f o r a n y d a m a g e s f o r

a c t i o n

fo r

b r e a c h o f

c o n t r a c t

t o b e l i m i t e d t

C o n s u l t a n t '

s "

n o t t o

e x c e e d " f e e

u n d e r

t h i s

A g r e e m e n t ; l e s s a n y

a m o u n t ( s )

a c tu a l l y p a i d b y t h e

C i t y

t o t h e C o n s u lt a n t

hereunder,

A c c o r d i n g l y , a n d n o t w i t h s t a n d i n g

a r i y

o t h e r t e r m

o r

c o n d i t i o n o f t h i s A g r e e m e n t ,

C o n s u l t a n t

h e r e b y -

a g re e s th a t t h e C i t y

s h a l l n o t

b e

l i a b l e

t o C o n s u lt a n t f or

m o n e y

d a m a g e s

d u e

t o a n a l l e g e d

b r e a c h

b y

t h e

C i t y •

f

t h i s

A g r e e m e n t , i n a n -

m o u n t in e x c e s '

s o f t h e

n o t t o e x c e e d

a m o u n t

o f

C o n s u l t a n t s

f e e s

u n d e r t h i s A g r e e m e n t , w h ic h a m o u n t s h a l l b e r e d u c e d b y a n y a m o u n t ( s ) a c t u a l l y

p a i d

b y t h e C i t y to

Consultant•hereunder.

N o t h i n g

c o n t a i n e d

i n

t h i s

s u b s e c t r o n , o r e l s e w h e r e

i n

th is A g r ee m e n t ,

i s

i n

a n y

w a y

i n t e n d e d

t o b e a

w a i v e r

o f

t h e l im i ta t io n p la c e d u p o n C i t y ' s

l i a b i l i t y , a s

s e t f o r th ' i n . S e c t io n . 7 6 8 . .2 8 , F l o r i d a S t a t u t e s .

25

CITY

APPROVED A & E FORM (AUGUST

2010

L 1. V

u

U

u ;

a 2

U

Page 70: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 70/152

ARTICLE 15. NOTICE

Alf

written notices given to City

by

Consultant shall

be

addressed to:

City Manager' s Office

City.of Miami Beach •

1700 Convention Center Drive

Miami

Beach, Florida 33139

Attn: •

Jorge Gomez, Assistant City Manager

With. a

copy

to:

Capital Improvement

Projects

Office

City

of Miami

Beach

1700 Convention:Center Drive

Miami

Beach,

Florida 33139

Attn:

Charles

Carreno,

CIP Director

All written notices given

t o

the Consultant from the City shall b e addressed to:

Borreili• -

Partners,

Inc.

2600

South Douglas

Road,

Suite 801

Coral

Gables,

Florida 33134

Attn:

Judy A. Carty, A1A, LEED, AP, NCARB, Principal -

in

Charge

A li

n o t ic e s .

m a i l e d t o e i t h e r

p a r t y

s h a l l

b e d e e m e d .

t o b e

s u f fic ie n t ly t ra n s m i t te d if

s e n t

b y c e r t i f i e d m a i l ,. .

return receipt

requested,

ARTICLE

16.

MISCELLANEOUS PROVISIONS

16.

1

VENUE:

T h i s Agreement s h a l l b e governed b y , a n d construed in

accordance

w i t h , the

l a w s

of the

S t a t e

of F l o r i d a , b o t h

substantive

a n d

remedial, w i th o u t r e g a r d

to p r i n c ip l e s . o f

c o n f l i c t

of '

l a w s . T h e e x c lu s iv e v e n u e fo r a n y

l i t ig a t io n a r is in g o u t

o f

t h is A g r e e m e n t

s h a l l .b e • M ia r n i -D a d e

C o u n t y , •

F l o r i d a , if

in s t a t e

c o u r t , '

a n d

t h e U . S . . D i s t ric t C o u r t, S o u t h e r n . D i s tr ic t o f F l o rid a ,

i n . fe d e r a l c o u rt .

B Y

E N T E R I N G

I N T O T H IS A G R E E M E N T , C O N S U L T A N T

ANDCITY

E X P R E S S L Y

W A I V E A N Y

R I G H T S .

E IT H E R P A R T Y

M A Y

H A V E

T O

A

T R I A L B Y J U R Y O F A N Y

C I V I L

L I T I G A T I O N

R E L A T E D T O ,

O R

ARISING OUT OF, THIS

AGREEMENT.

CITY

ARPROVED A &

E F O R M (

AUGUST 2010)

26 •

U

U

V

I U U

U

U

0 3 U

V

3 U

U

V•

L

U

U

U

U

U

U

U

U U

3)

U U

00

J

U

li

0

V

U

U

V

U

U

Page 71: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 71/152

16.2

EQUAL

OPPORTUNITY. EMPLOYMENT GOALS: Consultant

agrees

that

it

will

no t

discriminate against

any

employee or applicant for employment for

work

under this Ag'reement

because of race, color,

national origin, religion, sex,

gender

identity, sexual- orientation,

disability,

marital

or

familial

status,

or age, and will take

affirmative

steps to ensure that

applicants

are

employed

and employees are t re ate d d uri ng e m plo ym e n t w ithou t

regard

to

race,

color, national: origin,

religion,

s e x ,

g e n d e r id e n t it y , s e x u a l o r i e n t a t i o n ,

d i s a b i l i t y ,

m a r i t a l

o r f a m i l ia l

s t a t u s , o r

a g e .

16.3

PUBLIC

ENTITY

CRIMES ACT: In accordance

w ith th e

Public

E n ti ty C ri me s

Act ( Section

287.

133,

Florida Statutes),

a .

person or affiliate

who is

a

consultant, who

has been. placed

on the

convicted vendor l ist following a conviction for

a

public

entity

crime may no t submit a

bid

on a contract

t o

p r o v i d e a n y g o o d s o r s e r v i c e s t o t h e C i t y , m a y

n o t

s u b m i t a b id o n ' a cbntract

w i t h

t h e C i t y

for

t h e

c o n s t r u c t i o n

o r

repair

o f

a public b u i l d i n g or p u b l ic w o r k , m a y n o t b id o n leases

of r e a l

p r o p e r t y to t h e

City,

may

not'

be

awarded or per fo rm

work-

as

a

contractor, supplier,

subcontractor, or

subconsultant

under a contract

with

the City, .and m ay not transact

business with

the

City in excess

of the threshold

amount

provided in Section

287.

017,

Florida Statutes, fo r C ate go ry T wo ,

for

a

period o f

36 months

from

the date

of being placed.

on

the

convicted

vendor li st.

For violation of •his subsection by

C o n s u l t a n t , C i t y

s h a l l

h a v e t h e r i g h t t o t e r m i n a t e

t h e

Agreement without any l i a b i li t y t o C i t y , a n d

pursue debarment of Consultant

16.4

N O CONTINGENT

FEE:

Consultant

warrants

that it

has

no t 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

so le ly fo r

Consultant,

an y

fee, -co mmission.,

percentage, gift, or other consideration contingent u pon o r resulting from

the

award or making of this

Agreement.

For the breach

or

violation of

this subsection,

City

shall

have- the r igh t to

terminate

the

Agreement, without any liability

or, at

its

discretion, to

deduct from

the

contract price ( or

otherwise

recover)

the

full amount of such

fee, commission,

percentage, gift,

or

consideration. •

16.5 '

LAWS AND REGULATIONS:

16.5. 1 . The Consultant shall, ' during the Term o f this Agreement,

b e

governed by

Federal, State,

Miami-

Dade. County,

a n d City laws,

ordinances,

and

codes

which

m a y h a v e

a -

bearing on

the

Services

involved

in the Project.

CITYAPPROVEDA & E FORM (AUGUST

2010)

27

0

0

J 0

U

V

U U

0 U

U

U

J 0

0

v

0

U

U

0

0

U

ll

U U

U

U

U

U

U

U

U

JU

U

Page 72: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 72/152

16.

5. 2

Project

Documents.

In

accordance with

Section 119.07 ( 3) (

ee),

Florida .

Statutes,

entitled "

Inspection, Examination, and Duplication

of

Records; Exemptions,"

all

b u ild i n g p la n s ,

b l u e p r i n t s , s c h e m a t i c

d r a w i n g s ,

a n d d i a g r a m s , i n c l u d i n g

d r a f t ,

p r e l i m i n a r y , a n d

final

formats,

are

exempt

from the prov is ions of Sec tion

1 1 .

9 .

07(

1 ) ,

Florida Statutes ( inspection

an d

copying of

public records),-

and s.

24(a), Article I of the State Constitutioh.

Information

m a d e '

e x e m p t b y t h i s

p a r a g r a p h . , w i t h

p r i o r

w r i t t e n

a p p r o v a l

f r o m

t h e C i t y M a n a g e r ,

m a y

b e

d i s c l o s e d t o another •

e n t i t y t o ' p e r f o r m • ts d u t i e s

a n d responsibilities; lo

a

l i c e n s e d architect,

engineer, orcontractor. w h o

is

p e r f o rm in g work o n

or

related to

the

Project; o r

upon

a s h o w i n g

of

good .cause before

a

court of competent jurisdiction.

The

entities or persons receiving such

information sha ll ma in ta in the exempt status

of

the information.

16 :5.

2.1

I n addition to the requirements in this. subsection 1 6 . 5 . 2, the Consultant

a g r e e s , t o a b id e b y a ll a p p l ic a b l e F e d e r a l, S t a te , a n d C i ty p r o c e d u re s ,

a s m a y

b e

amen ded from time t o time, by

which

the

documents are handled, copied, arid

distributed which m a y

i n c l u d e ,

b u t is n o t l im i t e d t o , e a c h employee of Consultant and

sib-

onsultants

that

will

be

involved

in the

Project

being

orequired to sign

an

agreement

s t a t i n g that t h e y w i l l r io t c o p y ,

d u p l i c a t e , o r

d i s t r i b u t e t h e d o c u m e n t s

u n le s s a u t h o riz e d

by the City Manager, in writing.

16.5.2.2

T h e C o n s u l t a n t

a n d

it s

s u b -

o n s u l t a n t s

agree

in w r i t i n g

that

t h e %P r o j e c t .

documents

are

to be

kept

an d maintained in a secure location.

16.5.

2.

3 .

Each

set

of

the P ro ject

documents

are

to

be

numbered

and

the

whereabouts of

the

documents

shall

b e tracked at a ll times.

16. 5. 2.4

A lo g is d e v e lo p e d

t o

t r a c k e a c h

s e t o f d o c u m e n t s

l o g g i n g in

t h e • d a t e ;

time,

and name o f

the individuals) that

work

o n

or v iew

the .documents:

16.6.

CORRECTIONS TO

CONTRACT

DOCUMENTS: The Consultant shall prepare, without • •

added compensation,

a il

necessary supplemental documents to correct

errors,

omissions,

a n d /

or ' • •

a m b i g u i t ie s w h i c h

m a y

e x i s t in t h e

C o n t r a c t

D o c u m e n ts p r e p a r e d b y C o n s u l t a n t , in c lu d in g d o c u m e n ts

p r e p a r e d b y it s

s u b -

c o n s u l t a n t s . C o m p l i a n c e

w i t h t h i s

s u b s e c t i o n

s h a l l

n o t b e c o n s t r u e d • t o

r e l i e v e

th e

C o n s u lt a n t fr om

a n y

l i a b i l i t y

r e su lt in g fr o m a n y

s u c h

e r r o r s , o m i s s i o n s ,

a n d /

o r a m b i g u it ie s

i n

th e

Contract Documents and other

documents

or

Services

related thereto.

CITY

APPROVED A &

E

FO RM (

AUGUST

2010)

28.

UUV

0

0

V

V

V 0 U U

l

U 0

U

L

0 V L L .

U

u U V

V

LU

U-

L.

V

kJ

U U

V

V0

V

U U U

U

0U U

V

U V

V

U

V.V V U

V U

0

00000

Page 73: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 73/152

1 . 6.7

WARRANTY:

Th e

Consultant warrants

that

the Services

furnished to

the

City

under

this

Agreement shall

conform t o the

quality

expected.

of

a n d usually provided

b y

the .profession in the

State

of

Florida applicable to

the

design. and construction.

of .public

and

commercial

facilities.

16. 8 '

NON=EXCLUSIVITY:

Notwithstanding

any provis ion of this

non -

exclusive Agreement,

the

C i t y is n o t p r e c r u d e d f r o m r e t a i n i n g o r u t i l i z in g a n y o t h e r a r c h it e c t ,

e n g i n e e r ,

d e s i g n p r o f e s s i o n a l o r

other consultant

t perform'

any incidental Basic Services, Addi tional Services, or other

professional'•

services within the contract

limits

defined

in the Agreement.

The Consultant 'shall 'have 'no claim,

a g a i n s t t h e C i ty

a s a

r e s u l t

of

t h e C i ty e le c ti n g t o r e t a i n o r u ti l i z e

s u c h •

o t h e r a r c h i t e c t , e n g i n e e r , .d e s i g n

professional,

or

other

consultant to perform any such inc identa l Services. .

16.9

ASSIGNMENT:

Th e Consultant

shall

no t assign, t rans fe r o r convey

this..

Agreement to

an y

other person, f irm, association

or

corporation,. in whole

or

in part, without

the.

prior written. consent o f

the City Commission, which consent,, if given at all, shall be

the Commission'

s sole

option and •

discretion. However,

the Consultant wil l b e . permitted

to

cause portions of the Services •

o

be

performed

by sub - onsultants,

subject

to

the prior

written approval.

of

t h e City Manager.

16.10.

SUCCESSORS

AND

ASSIGNS: The Consultant an d the City e ach bin ds himself /herself,

his /

her

partners, successors, legal representatives

a n d

assigns

t o t h e other p a r t y of

the

Agreement • '

and to

the partners,

successors, l e g a l

representatives,

a n d assigns

o f such p a r t y

in

respect to

all

covenants of

this-

Agreement. The Consultant shall afford the

City ( through

the

City

Commission) the

o p p o r t u n i t y t o a p p r o v e

o r

r e j e c t

a ll

p r o p o s e d

a s s i g n e e s ,

s u c c e s s o r s

o r

o t h e r

c h a n g e s

in

t h e

o w n e r s h i p

structure

and composit ion

of

the Consultant.

Fai lure to do so constitutes

a

breach

of

this

Agreement •

by the Consultant. •

16.

11.

PROVISION OF IT EM S NE C E S SA RY .TO COMPLETE SERVICES: I n the performance

of

the

Services prescribed• herein, it shall

be

the responsibility

of

the Consultant

to

provide all salaries,

wages, materials, equipment, sub - onsultants,• a n d

other

p u r c h a s e d services, e t c . , a s

necessary

to '

complete said

Services.

16. 12

INTENT OF AGREEMENT:

1 6 . 1 2 .

1

The intent

of the Agreement

is

for

the Consultant

t o

provide

design

services,

and

to

i n c l u d e a ll

n e c e s s a r y i t e m s

f o r t h e p r o p e r c o m p l e tio n

o f s u c h

s e r v i c e s for

a

f u l l y f u n c t io n a l

Project which, when constructed in accordance with the design, will b e able to

b e

used

b y

the

CITY

APPROVEDA &

E

F O R M (

AUGUST

2010)

29

U

U 0 UUU

0 0

U

1

0•

U

UU

U

U

0 J.

0U

0 U J

U

U

U

J

U

UU

0

JU J

J

J

J

J VJ

Page 74: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 74/152

C i t y f o r it s in te n d e d p u r p o s e . T h e C o n s u l t a n t s h a l l p e r f o r m , a s

B a s i c

S e r v i c e s , s u c h i n c i d e n t a l

w o r k w h ic h m a y n o t

b e s p e c i f i c a l l y

r e f e r e n c e d , a s n e c e s s a r y to -c o m p l e t e t h e

P r o j e c t .

1 6 .

1 2 .

2 This

Agreement

is

fo r the,

benefit of the parties only

and it

does not grant r ights to

a

t h ir d p a r t y b e n e fic ia r y ,

to

a n y p e r s o n , n o r d o e s i t a u t h o r iz e a n y o n e n o t

a

p a rt y t o t h e

Agreement t o

maintain

a

suit

for personal

injuries,

professional liability, or property damage

pursuant

to the

terms.or

provisions

of

the

Agreement.: -

1 6 .

12.

3 N o

acceptance, order,

payment, or certificate.

of .

or

by

the City,

or its

employees or

agents, shall either

sto p the City from

asserting

any. r ights or. operate

as

a waiver o f any

p ro v is io n s h e r e o f o r o f

a n y p o w e r o r

r i g h t

h e r e i n r e s e r v e d to

t h e

C ity o r

o f

a n y r ig h t s

t o

damages herein

provided.

16. 13

This

document •

incorporates

an d

includes

all

prior

negotiations,

correspondence

conversations, agreements: or

understandings

applicable to the matters

contained

herein;

an d

the parties agree that there are

no

commitments, agreements, or understandings

c o n c e r n i n g

t h e s u b je c t.

m a t t e r

o f

t h i s

A g r e e m e n t

t h a t a re n o t c o n t a i n e d in

t h is d o c u m e n t :

A c c o r d i n g l y ,

t h e

p a r t i e s a g r e e

t h a t

n o

d e v ia t io n f r o m .t h e

t e r m s h e r e o f

s h a l l •b e

p r e d i c a t e d

u p o n a n y p rio r

r e p r e s e n t a t i o n s

o r a g r e e m e n ts

w h e t h e r

o ra l o r

w r i t t e n .

I t is fu r t h e r a g r e e d .

that

n o modification, amendment o r alteration in

the

terms or

conditions

contained herein •

shall

b e

effective unless

memorialized• n written

document

approval an d

executed with

the

same formality an d of equal d ign ity herewith.

R E MA I N D E R OF THIS P AG E L EF T INTENTIONALLY

BLANK]

30

CITY

APPROVED

A & E

F O R M (AUGUST2010) • "

U

L

u

U

U=

o

U

JU

U U

U U

L 0 0

U

JU

U

J

U L

L . , u J

U

0 0

0

J VJ :'

iJ V 0

U

V VUVV ,_

u

u 0

U

0,

0 U U

O

U 0

JUU

0•

Page 75: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 75/152

I N . W I T N E S S W H E R E O F , t h e p a r t ie s . h e re to h a v e

h e r e u n to c a u s e d t h e s e

p re se n ts t o b e

s i g n e d

in

their

n a m e s

b y

their duly

a u t h o r iz e d o f f i c e r s

a n d principals, attested

b y their

respective

witnesses

and City Clerk on the day a n d yearfirst

hereinabove

written.

Attest

CITY OF MIAMI. BEACH:

CITY

CLERK

Attest

Signature /Secretary

Print.Name

sst

A

c

t 2

N

sip

o • #

D D 8 3 9 1 3 4 :

Q

f

jl

1 1 1 1

O '

CONSULTANT:.BORRELLI

f

PARTNERS,

I. N C.

APPROVEDASTO

FORM &

LANGUAGE

EXECUTION

F A P U R L \

S A L L

1 M a r ia l R F a S \

0 9 - 1 0 1 R F Q - 0 1 - 0 9 - 1 0 A E R o t a t i o n a l L i s t tA g r a e m e n t s \B o r r e I l i+ P a r t n e r s . d o c

C IT Y AP P R O VED

A & E

F O R M ( AUGUST 2010)

31

L LU UUu.

U

t. C U

C .

u

UAL

U

U

0

O

0

o0

u

L3

L

0 L:

0 0 0

0

6 0 U

U

U

0

0

Page 76: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 76/152

Page 77: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 77/152

SCHEDULE

A:

PROFESSIONAL

SERVICES

AGREEMENT BETWEEN

THE

CITY

OF

MIAMI BEACH &

BORRELLI AND PARTNERS

FOR THE

NORTH

SHORE

BANDSHELL PARK

PROJECT

SCOPE

OF

SERVICES,

CONSULTANT

Borrelli

an d

Partners (

the " CONSULTAN T ")

BACKGROUND

T h e f o l l o w i n g

i s a

d e t a i l e d

d e s c r i p t i o n o f

t h e

S c o p e

o f

W o r k t o b e

p r o v i d e d

b y B o r r e l l i

a n d P a r t n e r s f o r

t h e C i t y o f

M i a m i

B e a c h (

C I T Y )

r e l a t i v e .

t o t h e d e s i g n ,

p e r m i t t i n g ,

a n d

i m p l e m e n t a t i o n

o f

t h e p r o p o s e d

B a n d s h e l l

P a r k

P r o j e c t (

P r o j e c t )

l o c a t e d

e a s t o f C o l l i n s A v e n u e b e t w e e n 7 2

a n d 7 3

S t r e e t s . T h e p r o p o s e d p a r k i m p r o v e m e n t s

a s

o u t l i n e d

in

t h e

a p p r o v e d

M a s t e r

P l a n ,

a p p r o v e d

b y t h e

C i t y

C o m m i s s i o n

o n F e b r u a r y

9 , 2 0 1 1 , i n c l u d e a

n e w

w a l k w a y

c o n n e c t i n g t h e

p a r k

t o

t h e

b e a c h w a l k a t

7 2 n d

S t r e e t ,

t h e w i d e n in g

o f t h e s o u th s id e w a lk

a t

7 3 r d

S t r e e t w h i c h w i l l r e q u ir e e i t h e r t h e

r e m o v a l o r

r e c o n f i g u r a t i o n

of o n -

s t r e e t

p a r k i n g , t h e d e m o l it io n

o f

the bu s shelter, landscaping, outdoor accent &

security

l i g h t i n g ,

r e c o n f i g u r a t i o n

a n d / o r a d d i t i o n o f w a l k w a y s , i n s t a l l a t i o n

o f

a n e l e c t r o n i c

m a r q u e e ,

i n s t a l l a t i o n o f

t h e

B e a t l e s

M a n d e l a , a m o s a i c

t i l e -

a r t w o r k , a n d

n e w

u r b a n e le m e n t s s u c h a s

d r i n k i n g

f o u n t a i n s , g a r b a g e c o n t a i n e r s

a n d

b i k e r a c k s .

T h e

w o r k

s h a l l

i n c l u d e , c o n c e p t u a l

d r a w i n g (

s ) f o r t h e

7 2

d

S t r e e t

w a l k w a y a n d 7 3 ' d S t r e e t s i d e w a l k ,

d e s i g n

d e v e l o p m e n t ,

estimate(s)

of probable construction cost, construction

document preparation,

bidding /

award, and construction

a d m i n i s t r a t i o n s e r v i c e s fo r t h e P r o je c t . T h e p r o j e c t c o n s t r u c t i o n s h a l l n o t e x c e e d $ 1 , 2 0 0 , 0 0 0 .

SCOPE

OF

SERVICES

T h e C O N S U L T A N T ' S B a s ic S e r v i c e s s h a l l c o n s i s t s o f T a s k s a n d /o r s e r v i c e s ( i n c l u s i v e

o f

D e s i g n , B i d d i n g a n d A w a r d ,

C o n s t r u c t i o n A d m i n i s t r a t i o n , O t h e r S e r v i c e s ( S p e c i a l I n s p e c t i o n S e r v i c e s , S u r v e y i n g , G e o t e c h n i c a l , A s b e s t o s S u r v e y ) ,

A d d i t i o n a l S e r v i c e s i f a p p r o v e d b y

t h e

C I T Y ; a n d o t h e r

R e i m b u r s a b l e

S e r v i c e s ,

a s d e s c r i b e d

in t h e

t h i s

S c h e d u l e

A ;

a n d

i n c l u d i n g , w i t h o u t l i m i t a t i o n , a n y

a n d

a l l

o f t h e C O N S U L T A N T ' S r e s p o n s i b i l i t i e s a n d o b l i g a t i o n s , a s s e t f o r t h i n

t h e

a t t a c h e d

G e n e r a l

C o n d i t i o n s

o f t h e

C o n t r a c t

f o r

C o n s t r u c t i o n

a n d t h e

C o n s t r u c t i o n

M a n a g e r

a t

R i s k A g r e e m e n t .

T h e C I T Y m a y ,

a t i t s

s o l e o p t i o n , c h o o s e

t o e m p l o y

c o n v e n t i o n a l b i d s , o r

C o n s tr u c t i o n M a n a g e r ( C M ) a t -

R i s k

f o r t h e

P r o j e c t . T h e

C O N S U L T A N T

s h a l l c o o p e r a t e f u l l y w i t h

t h e G e n e r a l C o n t r a c t o r ,

o r C o n s t r u c t i o n M a n a g e r ( C M ) a t -R i s k

s e l e c t e d

b y

t h e

C I T Y .

A l l

r e q u i r e d d r a w i n g s

s h a l l b e

p r e p a r e d

u t i l i z i n g C A D D (

v e c t o r

f o r m a t )

i n

c o n f o r m a n c e w i t h t h e

latest CITY

format.

T h e C O N S U L T A N T

s h a l l

b e c o m e f a m i l i a r w i t h t h e P r o j e c t s i t e t h r o u g h f r e q u e n t s i t e v i s i t s , r e s e a r c h ,

a n d

e x a m i n a t i o n o f

a n y

r e c o r d d r a w i n g s ,

a s

a p p l i c a b l e ,

a n d

s h a l l n o t i f y

t h e C I T Y o f

a n y

f i e l d ,

o n -

s i t e , o r o f f -

s i t e c o n d i t i o n s n o t s h o w n

o r

U

i n c o r r e c t l y

s h o w n o n

t h e r e c o r d

d r a w i n g s ,

a s

m a y , ,

a v e

b e e n e a s o n a a l y d i s c u v r e i . A t t h e C O N S U L T A N T ' s

r e q u e s t ,

t h e C I T Y w i l l f a c i l i t a t e

t h e

C O N S U L T A N T ' S a c e e s s

t

t h e P r c j e G t , G i t e

G n d /

o i

f a c i l i t i e s

f o r i n v e s t ig a t i v e p u r p o s e s .

Borrelli:

Schedule A

11/

28/2011 6:

56

PM

1

0

0

0

V V.

V 1. 0 0

0 0V U 0

vv

V

V 0

1.

U

Page 78: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 78/152

F r e q u e n t

s i t e

v i s i t s

a n d

m e e t i n g s

s h a l l c o n t i n u e t h r o u g h a l l d e s i g n p h a s e s

o f

t h i s A g r e e m e n t u n t i l t h e C O N S U L T A N T i s

t h o r o u g h l y

f a m i l i a r

w i t h

t h e e x is t i n g c o n d i t i o n s , a n y p r o b l e m a r e a s , a n d /o r

e x i s t i n g

h a z a r d o u s c o n d i t i o n s o r m a t e r i a l s .

T h e s e s i t e v i s i t s a n d m e e t i n g s

a r e p a r t

o f

t h e

C O N S U L T A N T ' S

B a s i c

S e r v i c e s ,

a r e

c o n s i d e r e d d u e d i l i g e n c e ,

a n d

t h e

C O N S U L T A N T

s h a l l r e c e i v e n o a d d i t i o n a l c o m p e n s a t i o n f o r s u c h

d e s i g n

p h a s e s i t e v i s i t s a n d m e e t i n g s . P r o v i d e d t h e

C O N S U L T A N T

h a s c o n d u c t e d

a

g o o d f a i t h

i n v e s t i g a t i o n , t h e C O N S U L T A N T

s h a l l

n o t

b e

r e s p o n s i b l e o r h e l d l i a b l e

f o r

undiscovered hazardous

conditions or

materials.

T h e

t o t a l

e s t i m a t e d C o n s t r u c t i o n

C o s t B u d g e t fo r t h e P r o j e c t is

a p p r o x i m a t e l y $

1 , 2 0 0 , 0 0 0 ,

n o t

i n c l u d i n g

a

c o n s t r u c t i o n •

p h a s e

c o n t i n g e n c y

a l l o w a n c e t h a t

i s t o

b e h e ld

i n

r e s e r v e b y t h e C I T Y ,

f o r

C I T Y '

s

u s e d u r i n g

t h e

c o n s t r u c t i o n p h a s e .

B e c a u s e

t h e r e a r e

t w o (

2 ) f a c i l i t i e s

w i t h i n

t h e

p r o j e c t

s i t e

c u r r e n t l y

i n o p e r a t i o n (

t h e

B a n d s h e l l a n d t h e

U n i d a d

S e n i o r

C e n t e r ) , t h e C I T Y m a y r e q u i r e t h e C O N S U L T A N T t o p h a s e t h i s P r o j e c t i n o r d e r t o m a i n t a i n f u l l a c c e s s

a t

a l l t i m e s t o t h e

facilities.

T h e C O N S U L T A N T

s h a l l

a r r a n g e

f o r

a n d

c o o r d i n a t e t h e e f f o r t s

o f d e s ig n s u b -

o n s u l t a n t e x p e r t i s e

a s

s u c h

e x p e r t i s e

i s

n e e d e d a n d d e t e rm i n e d b y

t h e

e v o l u t i o n o f

t h e P r o j e c t

p r o g r a m r e q u ir e m e n t s

a n d /

o r s it e

c o n d i t i o n s .

T h e C O N S U L T A N T a t t h e C O N S U L T A N T '

S

e x p e n s e , p r o p o s e s t o h a v e t h e s p e c i a l i s t s d e s i g n a t e d b e l o w , e i t h e r f r o m t h e

C O N S U L T A N T ' S

o r g a n i z a t i o n

o r a s t h e C O N S U L T A N T ' S

c o n t r a c t e d

s u b -

o n s u l t a n t s

o r

a s s o c i a t e s ,

t o

p e r f o r m

t h e

services

indicated.

Surveyor

Geotechnical Engineering

Civil

Engineer

Landscape Architect,

S t ru c tu r a l E n g i n e e r ( f o r

E l e c t r o n i c

M a r q u e e

a n d B e a tle s

M a n d a l a f o u n d a t io n d e s i g n )

MEP Engineers

Construction

Cost Estimating

FDEP

Consultant

Basic

Services consist of the

following:

TASK

1 NOT

USED

TASK

2

DESIGN SERVICES:

T h e p u r p o s e o f

t h i s

T a s k

i s

t o

e s t a b l i s h

r e q u i r e m e n t s f o r t h e

p r e p a r a t i o n

o f c o n t r a c t d o c u m e n t s

fo r

t h e P r o j e c t .

T a s k 2 . 1 r e q u i r e s t h a t C O N S U L T A N T p e r f o r m a v a r i e t y o f f o r e n s i c t a s k s t o

v e r i f y

e x i s t i n g c o n d i t i o n s

a n d

t h e a c c u r a c y o f

a n y a v a i l a b l e a s -b u i l t d r a w i n g s , s u r v e y s a n d m a p 3 t o

b o x s e d

f o ^

d e v e l o p m e n t o f t h

c o n t r a c t

d r a w i n g s .

T a s k 2 . 2

d i s c u s s e s

r e q u i r e m e n t s fo r

th e

p r e p a r a t i o n

o f

c o n t r a c t

6- u r r e n t s , in , l i

s i v e

o f

d r a w i n g s , s p e c i f i c a t i o n s

a n d

UV-

U

Borrelli:

Schedule

A

11/ 28 / 2011 6:

5 6

PM

2

J

J

J 0

Page 79: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 79/152

front -

end

documents.

Task

2 . 3

establishes requirements with regard to constructability

a n d value

engineering reviews.

T a s k

2 . 4

e s t a b l i s h e s

r e q u i r e m e n t s fo r

th e

p r e p a r a t i o n . o f

S t a t e m e n t s

o f

P r o b a b l e

C o n s tru c t io n C o s t b y th e

CONSULTANT.

Task

2.

5

Not

Used

Task

2.6

Not Used

T a s k 2 .

7

s p e c i f i e s r e q u ir e m e n t s f o r r e v i e w

o f

c o n t r a c t d o c u m e n t s w i t h

j u r i s d i c t i o n a l

p e r m i t t i n g a g e n c i e s p r i o r t o

finalization.

Task 2 .

8 , discusses

the

CONSULTANTs

QA/

QC of

Design

Documents.

T o f a c ili t a te t he im p l e m e n ta t io n o f a P u b l i c I n f o r m a t i o n P r o g r a m , th e C O N S U L T A N T s ha ll p r o v i d e e l e c t r o n i c f i l e s

o f

a l l

P r o j e c t

d o c u m e n t s ,

a s

r e q u e s te d b y th e C I T Y fo r

p o s t i n g

o n th e p r o g r a m w e b s i t e , T h e

C O N S U L T A N T

s h a l l p r o v i d e

th e

e l e c t r o n i c

f i les f o r th e

f r o n t -e n d

d o c u m e n t s , t e c h n i c a l

s p e c i f i c a t i o n s ,

a n d c o n s t r u c t i o n

d r a w i n g s

i n

M S -

W o r d , A u t o C A D

an d AdobeAcrobat file format.

The review

process

shall

consist o f

50 %,

90%

and

100%

c o m p l e t e

s u b m i tt a l s . Contract d o c u m e n t s s h a ll

b e s u b j e c t

t o

c o n s t r u c t a b i l i t y

a n d

v a l u e . e n g i n e e r in g r e v i e w s t o

b e p e r f o r m e d b y o t h e r s . C O N S U L T A N T s h a l l w o r k

w i t h

t h e C I T Y t o

adust /

r e v i s e

P r o j e c t

s c o p e a s m a y b e d e e m e d n e c e s s a r y t o

m e e t

e s t a b l i s h e d b u d g e t s a s t h e d e s i g n e v o l v e s f ro m

earlier to latter stages of

completion.

C O N S U L T A N T

s h a l l

u t i l i z e a n d b e

b ou n d b y

th e

C I T Y

o f

M i a m i

B e a c h

D e s i g n

S t a n d a r d s M a n u a l - A u g u s t, 2 0 0 2 (

D S M )

d e t a i l i n g p r o c e d u r e s , s ta n d a r d s a n d p o l ic ie s , t h e C I T Y o f M i a m i

Beach Public Works Manual —

April, 2007, as well as any •

s u b se q u e nt u p d a t es , to s u p p le m e n t d e t a i l s r e q u i r e d t o c o m p le te th e P r oje c t. O n e c op y

o f

t h e D S M w i l l b e p r o v i d e d to t h e

CONSULTANT.

T a s k 2 . 1 V e r if ic a t io n o f E x is tin g C o n d i t io n s : C O N S U L T A N T s ha ll o bta in a ll

a v a ila b le A s -

B u i lt d r a w i n g s, p e r fo r m

s t r u c t u r a l

e v a l u a t i o n

o f

t h e s tr u c tu r e s ,

p e r f o r m a d e t a i l e d

t o p o g r a p h i c

s u r v e y

o f th e e x is tin g P r o je c t

s i t e .

T h e

s u rv e y s h a ll

b e p e r f o r m e d b y a P r o f e s s i o n a l L a n d S u r v e y o r i n

th e

s t a t e o f F l o r i d a , a n d

s h a l l

m e e t t h e m i nim u m te c h n ic a l s ta n d a r d s

i d e n t i f i e d in C h a p t e r 6 1 G 1 7 -

6 , F A C ,

6 2 B -

3 3 0 0 8 1 , F A C a n d

F l o r i d a S t a t u t e s .

All

survey files shall

be prepared

in

AutoCAD. At

a

minimum, the survey shall address the

following:

B a s e l i n e o f s u r v e y s h a l l b e t i e d i n t o t h e r i g h t -o f -w a y a n d s e c t i o n a l i z e d l a n d m o n u m e n t s . R i g h t -o f -w a y i n f o r m a t i o n

shall be obta ined from avai lable records

by the

CONSULTANT.

T h e C O N S U L TA N T

s h a l l s e t b e n c h m a r k s a t c o n v e n ie n t l o c a t io n s , a l o n g t h e s i t e

to

b e u s e d d u r i n g b o t h t h e d e s i g n

an d

construction phases of the Pro jec t. ,

T h e

C O N S U L T A N T s h a ll lo c a te a n d id e n t ify e x i s t i n g

s u r fa c e im p r o v e m e n t s / t o p o g r a p h i c

f e a t u r e s

t h a t

a r e v i s i b l e

within the Project s ite,

including

bu t

no t

l imited to, the following:

M a r k i n g o f a l l p r o p e r t y c o r n e r s , l o c a t i o n

a n d

d e t a i l s o f

th e

e x i s t i n g b u i l d i n g s i n c l u d i n g o v e r a l l d i m e n s i o n s a n d

finished floor elevations including

existing

valve boxes,

water /

electrical meter boxes,

electrical

pull boxes,

telephone / cable

risers,

fences,

hydrants,

etc.

l

U

U

0

J G U U

U.

U U

U

U U

U U

U

vU

U

U

U

V

Borrelli:

Schedule A

11/

28 / 2011

6:

5 6 PM UJUU

U

U

0

V

0

0 0

U 0 U

Page 80: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 80/152

A b o v e g r o u n d

a n d

u n d e r g r o u n d u t il i t i e s in v e r t

e l e v a t i o n s of

a c c e s s i b le u n d e r g r o u n d u t il i t ie s , w o o d / c o n c r e te u t i l i t y

p o l e s ,

c u l v e r t s ,

g u a r d r a i ls , p a v e m e n t lim it s , h e a d w a ll s, e n d w a l ls , m a n h o le s , v a u l ts ,

m a i l b o x e s , d r i v e w a y s ,

s i d e

s t r e e t s , t r e e s ,

l a n d s c a p i n g , t r a f f i c

s i g n a g e

a n d a n y o t h e r

n o t e d

i m p r o v e m e n t s .

Survey shall identify fence

m a t e r ia l /

h e i g h t , a n d d r i v e w a y

c o n s t r u c t i o n

m a t e ria l s. L a n d s c a p i n g m a t e ria l s w i th a

t r u n k d ia m e te r g re a te r

t h a n

s i x (

6 )

i n c h e s .

i n

d i a m e t e r s h a l l

b e

i d e n t i f i e d

i n d i v i d u a l l y . M a t e r i a l s w i t h s m a l l e r d i a m e t e r s s h a l l b e i l l u s t r a t e d i n

groupngs:

S u r v e y

l i m i t s

s h a l l

i n c l u d e

t h e e n tir e

P r o j e c t

s i t e a n d

a n

a d d i tio n a l o v e rla p

to e n c om p a s s

a ll a d j oin in g a r ea s

potentially

impacted by

the Project.

S u r v e y T o p o g r a p h i c s u r v e y / b a s e m a p s h a l l b e p r e p a r e d

i n

A u t o C A D V e r s i o n

2 0 0 0

o r l a t e s t , a n d s u b m i t t e d - o n

r e c o r d a b le C o m p a c t D i s k w i t h t h r e e ( 3 ) s ig n e d a n d s e a le d c o p y o n 2 4 - n c h b y 3 6 -i n c h b o n d p a p e r . N o te t h a t a ll

s ta n d a r d s f r o m . t h e D S M s h a l l a p p l y t o t h e d e v e lo p m e n t o f t h e s u r v e y d o c u m e n t . I n a d d i t io n , t h e C O N S U L T A N T

s h a l l

s u b m i t

3

c o p i e s o f

a

p r e l i m i n a r y

D r a f t

S u r v e y

f o r C I T Y r e v ie w a n d

c o m m e n t . T h e

C O N S U L T A N T

s h a l l

p r e p a r e a f i n a l s u r v e y s u b m i t t a l

p a c k a g e

b a s e d o n a d d r e s s i n g a n y

a n d

a l l

c om m e n ts s u b m i tt e d th ro u g h

t h i s

r e v i e w

p r o c e s s , t o t h e s a t i s f a c t i o n o f

t h e

C I TY . A ll C A D m a p p in g s h a ll b e

p e r f o r m e d to

a

s c a l e

o f

1 : 1 i n th e W o r l d

Coordinate System. Text s i z e shall be

1 0 0

Leroy for

a

final product a t 1 =

2 0

units.

U p o n

c o m p l e t i o n

a n d a c c e p t a n c e o f

t h e

f i n a l

s u r v e y , . th e C O N S U L T A N T

s h a l l

f o r w a r d s a m e t o t h e f o l l o w i n g a g e n c ie s w i th

a r e q u e s t t o 'm a r k / i d e n t i f y r e s p e c t i v e u t il i t i e s o n t h e s u rv e y

b a s e

m a p . T h e C O N S U L T A N T s h a l l c o o r d i n a t e t h i s e f f o r t

with

each agency

in a n effort to

identify

the locat ion of

all

existing

underground utilities.

The CONSULTANT

shall

incorporate

utility

owner markups /

e d i t s

i n t o it s

s u r v e y

b a s e m a p f i le . T h e C O N S U L T A N T s h a l l c o n t a c t t h e f o l l o w i n g

e n t i t i e s a n d

r e q u e s t

t h a t

t h e y

e a c h

v e r i f y

l o c a t io n s o f

t h e i r

e x is t in g im p r o v e m e n t s

in t h e - a f f e c t e d a r e a s :

Florida

Power

an d

Light

Company

BellSouth / ATT

Mami -Dade

Water

and SewerAuthority

Cable Provider Charter Commu nications (Atlantic Broadband)

Natural

Gas provider

CITY of M i am i B e a ch Public

Works

Department

Traffic

Signals: Miami

D ad e C ou nty P u blic W o rk s

Others as deemed

necessary

by the

CONSULTANT

T h e C O N S U L T A N T s h a l l a l s o r e q u e s t i n f o r m a t i o n r e g a r d i n g a n y f u t u r e p r o p o s e d i m p r o v e m e n t s b y e a c h a g e n c y . T o

f a c i l i t a t e t r a c k i n g o f th e p ro g r e ss m a d e

i n t h i s w o r k e ffo r t,

th e

C O N S U L T A N T

s h a l l

c o p y

t h e C I T Y o n a ll c o r r e s p o n d e n c e

w i t h e a c h a g e n c y .

I n a d d i t i o n ,

t h e C O N S U L T A N T

s h a ll k e e p

a

r e a d i l y

a c c e s s i b l e

a n d

p r o p e r l y

l a b e l e d /

c o l l a t e d f il e o f

a l l

c o r r e s p o n d e n c e

a n d

m a r k u p s

p r o v i d e d

to

i t b y t h e

v a r i o u s a g e n c i e s fo r

r e fe r e nc e u s e

b y

t h e

C I T Y

a n d / o r

C O N S U L T A N T ,

during

construction.

T h e C O N S U L T A N T

s h a l l

b e c o m e

f a m i l i a r

w i t h t h e P r o j e c t s it e t h ro u g h f r e q u e n t s i t e

v i s i t s , r e s e a r c h , a n d e x a m i n a t i o n o f

a n y r e c o r d

d r a w i n g s ,

a s

a p p l i c a b l e ,

a n d s h a l l

n o t i fy

t h e C I T Y

o f

a n y ` .

i e l d ,

o n s i t e ,

o r

of f -s i t e

c o n d i t i o n s n o t

s h o w n

o r

i n c o r r e c t l y s h o w n o n

r e c o r d

d r a w i n g s , a s m a y h a v o `

b e s : r i

r e a s ` o n a b l y , d f i s c o v a r e d . ; . F ,

t

t h e C O N S U L T A N T ' s r e q u e s t ,

t h e

C I T Y s h a ll f a c i l i t a t e t h e C O N S U L T A N T ' s a c c e s s t o t h e P ~o j e c t

s i t a

a n d - o r f a c : l i t i a s f o r i n v e s t ig a t iv e p u r p o s e s . T h e s e s i t e

Borrelli:

Schedule

A

4

11/ 28/2011

6:

56 PM

oJJJu

u

V

J J

J

0000

J J

0

J U,

J

V J

U.) 00

0

J

J

Page 81: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 81/152

v i s i t s

a r e p a r t

o f t h e C O N S U L T A N T '

s

B a s i c

S e r v i c e s , a r e c o n s id e re d d u e

d i l i g e n c e ,

a n d

t h e C O N S U L T A N T

s h a l l r e c e iv e

n o a d d i t i o n a l compensation

for

s u c h

design

p h a s e s i t e

visits

a n d

meetings.

Provided

that

the

CONSULTANT

has

c o n d u c t e d

a

g o o d fa ith

i n v e s t i g a t i o n , t h e

C O N S U L T A N T a n d

C O N S U L T A N T ' S

s u b -C O N S U L T A N T S s h a ll

n o t b e

responsible or he ld li ab le

for

undiscovered

hazardous condi ti ons or materials.

B a s e d

o n

t h e

c o lle c te d d a t a ,

t h e

C O N S U L T A N T

s h a l l d e v e lo p d e t a ile d d e sig n b a se m a p s

fo r t h e P r o j e c t.

T h e

m a p s

s h a l l

i n c l u d e

a n

o v e ra ll k e y m a p a n d p a rt ia l p la n s s ca le d a t O n e ( 1 ) i n c h e q u a ls 2 0 f e e t o r

a s ca le t h a t

b e t t e r s u i t s

th e

P r o j e c t

requirements.

CONSULTANT s h a l l

illustrate p r o p o s e d

improvements

o n

the

s i t e

p l a n

a n d s h a l l

prepare final

s i t e

p l a n

b a s e d

o n t h e

i n f o r m a t i o n

g a t h e r e d

h e r e i n .

C o p i e s

o f b a s e m a p s s h a l l b e

d i s t r i b u t e d

t o C I T Y .

Deliverables:

1 .

Perform

work as

noted

to d ev elop fin al

survey.

2 . D e l i v e r

three (

3 )

draft a n d

f iv e ( 5 )

final signed a n d

s e a l e d

surveys

to

CITY.

Schedule: See Schedule E: Project Schedule

T a s k 2 .

2

D e t a i le d D e s i g n :

C O N S U L T A N T s h a l l

p r e p a r e

d e t a i l e d

d e s i g n

d o c u m e n t s c o n s is t in g

o f

a r c h i t e c t u r a l ,

s t r u c t u r a l ,

c i v i l , e l e c t r i c a l ,

p l u m b i n g , la n d s c a p e , a n d ir rig a t io n d r a w i n g s ,

a s

a p p l ic a b le . A l l c o n tr a c t d o c u m e n ts

a r e

to b e p r o v i d e d i n

a c c o r d a n c e

w i t h a p p l ic a b le D S M s ta n d a r d s a n d w i t h t h e

r e q u i r e m e n t s

o f a ll a p p l ic a b l e s ta t e , l o c a l

a n d

f e d e r a l

r e g u l a t o r y

agencies having jurisdiction overthe Project.

T e c h n i c a l . s p e c i f ic a t io n s s h a l l b e p r e p a r e d i n c o nfo rm a n c e w i th C o n s tr u ct io n S p e c i f i c a t i o n s I n s t i t u t e ( C S I ) f o r m a t s . T h e

C I T Y , th ro ug h th e

D S M ,

s h a l l f ur n is h

th e

C O N S U L T A N T w ith s ta n d a r d C I T Y

s p e c i f i c a t i o n

o u tl in e s fo r D i v i s i o n s

1 .

F o r

r e f e r e n c e p u rp o se s , t h e C I T Y w i l l p r o v id e c o p ie s o f it s

s t a n d a r d

J o b O r d e r C o n t ra c t ( J O C ) s p e c if ic a t io n s v ia t h e D S M .

C O N S U L T A N T

s h a l l p r o v i d e a d d i t i o n a l s e c t i o n s

t h a t

t h e C O N S U L T A N T m a y

r e q u i r e ,

n o t

a l r e a d y

p r o v id e d t h r o u g h t h e

CITY standards /

D S M ,

s u b je c t t o r e v ie w

a n d

c o m m e n t

b y

t h e C I T Y . C O N S U L T A N T

must

r e v i e w

C I T Y s ta n d a rd s

a n d

a d o p t a n d c h a n g e /u p d a t e w h e r e n e c e s s a r y . A n y s u p p lie r l is tin g s r e q u ir ed b y

s p e c i f i c a t i o n s

s h a l l i n c l u d e a m i n i m u m

o f

t w o (

2 )

n a m e d s u p p l i e r s a n d s h a ll 'm e e t

a ll

a p p lic a b le C I T Y a n d S ta te

o f

F l o r i d a

p r o c u r e m e n t

c o d e s . S p e c if ic a t io n s s h a l l

b e p r o v i d e d to th e C O N S U L T A N T

i n

M i cr o s o f t M S - W o r d " fo rm a t . C O N S U L T A N T s h a ll u s e th e s a m e

s o f t w a r e

in

a l l

P r o je c t r e la t e d w o r k . C O N S U L T A N T s h a ll u ti l iz e b a s e

f r o n t -

e n d d o c u m e n ts p r o v id e d b y

t h e

C I T Y . C O N S U L T A N T s h a l l

e d i t

a c c o r d i n g l y

t o

r e s u l t

i n a P r o j e c t s p e c i f i c d o c u m e n t .

A n y r e q u i r e m e n t s

f o r S u p p l e m e n t a r y

G e n e r a l C o n d i t i o n s

s h a l l

b e

subject to review

an d

acceptance

by the

CITY.

C O N S U L T A N T s h a l l a t t e n d u p to

t w o (

2 ) D e s i g n

P r o g r e s s

M e e t i n g s a s r e q u i r e d

to

m e e t

th e

p r o je c t s c h e d u le ( s e e E x h i b i t

E )

w i t h C I T Y

a t t h e C I T Y ' s C I P o f f i c e s

a s s ch e d u le d b y

C I T Y

s t a f f .

T h e

C O N S U L T A N T . s h a l l

p r o v id e , a n d m a i n ta i n a

d e s i g n

p r og r e s s s c he d u le .

S h o u l d

t h e C I T Y

d e t e r m i n e

t h a t th e

C O N S U L T A N T h a s fa lle n

b e h in d s ch e d u le ,

t h e

CONSULTANT

shall provide

a

recovery schedule that s h a l l

accelerate

work to

get

back

o n

schedule.

T h e C O N S U L T A N T s h a l l s u b m i t

m o n t h l y

i n v o i c e , e q u e s t s

a c c o m p a n i e d

b y

a n

u p d a t e d d e s i g n p r o g re s s s c h e d u le .

uU

U

U

OUO

U

U

F o r p u r p o s e s o f t h i s

S c o p e

o f S e r v t c e s

t h e

f o l l o w i n g

i v i l l

b e

c o n s i d e r e d

t h e n i i r i m u m e f f o r t t o b e p ro vid e d b y

t h e

CONSULTANT for

establishing

detail

design

milestone sOmittal5;," "

00

Borrelli:

Schedule

A

5

11/

28 / 2011

6: 5 6 PM

U

J

V

V

J

J

UUJO, '

J

Page 82: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 82/152

Task 2 . 2 . 1 : Schematic Design fo r 72 "

Street walkway

and 7 3 r d

Street sidewalk

widening

C O N S U L T A N T s h a l l

s u b m i t d e s i g n c o n c e p t ( s ) f o r a w a l k w a y a n d

a s s o c i a t e d

i m p r o v e m e n t s (

l a n d s c a p e , ir r ig a t io n ,

l i g h t i n g ,

e t c . , ) c o n n e c t i n g

t h e

B a n d s h e l l

P a r k

t o t h e

N o r t h

B e a c h R e c r e a t i o n a l

C o r r i d o r . (

b e a c h w a l k ) a t 7 2 S t r e e t , a s w e l l

a s t h e

w i d e n i n g

o f t h e 7 3 r d

S t r e e t s o u t h s i d e w a l k (

a n d

a s s o c i a t e d i m p r o v e m e n t s ) , t o e n c o u r a g e

t h e

p e d e s t r i a n

c o n n e c t i v i t y

f r o m

Collins

Avenue

to

Ocean

Terrace.

T h i s

t a s k

s h a l l i n c l u d e c o o r d i n a t i o n w i t h t h e C i t y ' s P u b l i c

W o r k s ,

P a r k i n g , P l a n n i n g , a n d P a r k s D e p a r t m e n t s , F l o r i d a ' s

D e p a r t m e n t o f

T r a n s p o r t a t i o n ( F D O T ) , M i a m i -D a d e C o u n ty a n d

F l o r i d a D e p a r t m e n t o f

E n v i r o n m e n t a l

P r o t e c t i o n (

F D E P )

as

appicabe

Deiverabes:

A t t e n d u p t o t h r e e ( 3 ) d e s i g n p r o g r e s s m e e t i n g s w i t h C I T Y s t a f f a t t h e C I P o f f i c e s

a s

s c h e d u l e d b y t h e C I T Y .

Task

2.

2.

2:

50%

Design Development Documents Requirements

Prior

to

the

preparation

of

the

30%

d e s i g n

c o m p l e t i o n

s t a g e d r a w i n g s ,

t h e

C O N S U L T A N T s h a ll i n c o r p o r a t e

c h a n g e s

t o i t s

d e s i g n b a s e d

u p o n

it s

e x i s t i n g

a s -b u i lt /

e x i s t i n g

c o n d i tio n s v e r if ic a t io n e f fo r ts .

The 50%

d e s i g n

d e v e l o p m e n t

d o c u m e n t s s h a l l

c o n s i s t

o f

t h e

p l a n a n d p r o f i l e

v i e w

o f

a l l i m p r o v e m e n t s , a p p l i c a b l e

sections and construction details. The CITY requires

that the 50%

d e s ig n d e v e lo p m e n t d o c u m e n t s in c lu d e

b u t n o t

b e

l i m i t e d t o t h e f o llo w i n g d e s ig n d e v e lo p m e n t d r a w in g s a n d d o c u m e n t s

a t

a

m i n i m u m :

1.

Topographic

Survey

2.

Demolition

Plan

3.

Civil Drawings

4.

Landscape,

Irrigation

Plans

5.

Life

Safety

Plan

6.

Architectural

Plans:

7.

Structural Pans

8.

Electrical Pans

9.

Photometric

Plans

10. Plumbing

Plans

11.

Site

Signage

Plans

S p e c i a l i z e d R e p o r t s a n d

T e s t i n g :

T h e

r e s u l t s

o f

a l l

t h e r e p o r t s a n d

t e s t s i n c l u d i n g

b u t n o t l i m i t e d t o g e o t e c h n i c a l

r e p o r t s ,

s t r u c t u r a l c a l c u la t i o n s , d r a in a g e r e p o r ts a n d t e s t i n g s h a l l

b e

i n c o r p o r a te d i n t o t h e d e s ig n d o c u m e n t s

a n d

t h e y

s h a l l id e n t if y p r o p o s e &

f o u n d a t io n d e s ig n a n d d r a i n a g e .

T e c h n i c a l S p e c i f i c a t i o n s :

S p e c i f i c a t i o n s

g i v i n g

g e n e r a l d e s c r ip t i o n

o f

f i n i s h e s , m a t e r i a l s , a n d s y s t e m s , a s

r e q u i r e d ,

t o

s u p p l e m e n t

a n d s u p p o r t t h e i n t e n t , q u a l i t y a n d

p e r f o r m a n c e

o f

t h e

C O N S U L T A N T ' S d e s i g n d o c u m e n t s .

000000

0

000

u

0

J

0 U

c

0 0, 0 u

0

0

0 0_

0

0

o

u

0

00

0

0

0

U 0

00

u 0

u

0

0

00

o

000

0

Borrelli: Schedule A

11/ 28/2011

6:

56 PM

00000

0

0

O

0 0

0 0

O

J

0

0

0

0000 0 u 0

0

O

0 0-

00

0 0

00030

0

0

Page 83: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 83/152

S c h e d u l e o f U n i t

P r i c e s :

U p d a t e d s c h e d u l e o f u n i t p r i c e s

b i d ( b i d

f o r m ) i d e n t i f y i n g t h e i t e m s , u n i t s , a n d q u a n t it ie s t o b e

b id

b y

p r o s p e c t iv e c o n t r a c t o rs

a s

p a r t

o f t h e i r

b id s u b m i t t a l .

S t a t e m e n t

o f

P r o b a b l e

C o n s t r u c t i o n C o s t : T h e s u b m i t t a l s h a l l i n c l u d e th e C O N S U L T A N T ' s u p d a t e d S t a t e m e n t , o f

P r o b a b l e C o n s t r u c t i o n C o s t a s d e f i n e d

b y

th e

A m e r i c a n

A s s o c ia t i o n o f C o s t E n g in e e r s

to

b e c o ns is te n t

w i t h

th e

o v e r a l l

not -to-

exceed

Pro ject budget.

The

Consultant

shall submi t the

50%

d e s ig n t o

t h e

C I T Y

f o r

d i s tr ib u t io n t o C i t y D e p a r t m e n t s

a n d C i t y '

s R e g u l a t o r y

A g e n c i e s f o r r e v i e w a n d c o m m e n t s . S a i d c o m m e n t s f r o m t h e

C I T Y s h a l l

b e

incorporated into the 90%

design

submittal.

Task

2.2.3: 90 %.

and '100%

Design

Development

Documents Requ i rements

The 90%

d e s i g n c o m p l e t i o n s t a g e m i l e s t o n e s h a l l c o n s is t o f a n e a r f i n a l c o n s t r u c t i o n

d o c u m e n t

s e t i n c l u d i n g th e f r o n t -e n d

d o c u m e n t s ( g e n e r a l

a n d s u p p l e m e n t a l c o n d i t i o n s ) , t e c h n i c a l

s p e c i f i c a t i o n s , a n d

c o n s t r u c t i o n d r a w i n g s

fo r

a l l W o r k . T h e

C O N S U L T A N T s h a l l i n c l u d e d e t a i l e d c o n s t r u c t i o n s e q u e n c i n g r e s t r i c t i o n s

fo r

t h e C I T Y ' s r e v i e w w i t h t h i s s u b m i t t a l . P r io r

to

the

preparation of

the

90%

d e s i g n

c o m p l e t i o n

s t a g e

d r a w i n g s ,

t h e

C O N S U L T A N T s h a l l in co rp o r a t e

c h a n g e s

t o

it s

d e s i g n

b a se d u p o n r e v i e w c o m m e n t s r e c e i v e d , a s n o t e d

i n

T a s k 2 . 3 b e l o w . I n a d d i t i o n , t h e C O N S U L T A N T s h a l l p r o v i d e

i t s D e f i n i t i v e S t a t e m e n t o f

P r o b a b l e C o n s t r u c t i o n

C o s t a s d e f i n e d b y

t h e A m e r i c a n

A s s o c i a t i o n o f

C o s t

E n g i n e e r s w i t h

this

s u b m i t t a l t o

b e

c o n s i s t e n t w i t h

the o v e r a l l n o t - o - e x c e e d

P r o j e c t

Construction Cost Budget.

Prior to

90%

design,

C O N S U L T A N T

s h a l l m e e t w i t h

a p p r o p ria t e r e g u la t o r y

a g e n c i e s

t o

c o n fi r m t h a t t h e

P r o j e c t d e s ig n m e e t s

r e g u l a t o r y

requremens

The 100%

design

completion stage

milestone shall

consist

of

the 90%

documents updated to

include

all

constructability

and des ign rev iew comments, an d regulatory agency comments .

The

CONSULTANT

shall

provide its "

Definitive"

S t a t e m e n t o f P ro b a b le C o n s tr uc tio n C o s t, a n d u n i t

p r i c e

b i d f o r m , m o d i f i e d

a s .

n ee d e d , to r e fle c t f in a l p e rm i t a n d .

regulatory a g en c y c o m m en ts an d modifications.

In addition, the 100%

p l a n s

s h a l l b e

c o n s i d e r e d

f in a l , o n c e th e

C O N S U L T A N T

h a s

a c h ie ve d a

C i t y

o f

M i a m i B ea ch

B u i l d i n g

p e r m i t a n d a l l o t h e r

a p p l i c a b l e

p e r m i t s n e c e s s a r y

t o

c o m m e n c e

c o n s t r u c t i o n

o f t h e

P r o j e c t .

Deiverabes:

1 . F u r n i s h s i x ( 6 ) s e t s e a c h o f t h e 5 0 ,

9 0 , a n d 1 0 0

p e r c e n t d e s i g n c o m p l e t i o n s t a g e d o c u m e n t s a n d S t a t e m e n ts o f

P r o b a b l e

C o n s tr uc tio n C o s t

to

C I T Y , a s a p p l ic a b l e (

t h r e e fu l l

s i z e

a n d t h r e e h a l f

s i z e fo r e a c h s u b m i t t a l ) .

2 .

A t t e n d

u p

t o t w o (

2 )

d e s ig n p r o g r e s s m e e t i n g s

w i t h C I T Y

s t a f f

a t

t h e

C I P o f f i c e s

a s

s c h e d u l e d b y t h e

C I T Y : . .

Schedule:

See Schedule

E —

Project

Schedule

T h e

CONSULTANT shall respond in writing

and revise the

design /

construction

documents as

necessary

to

r e f l e c t a ll

c o m m e n t s

fr o m th e R e g u la to ry

A g e n c f e e ,

H a v in g , f e r r is d i c t . =n e v e r

th e

p r o j e c t a n d /o r o t h e r C I T Y

Departments

within ten ( 1 0 ) calendar

days

of receipt;of comments fo r the 5 0 V 0 ,

9 0 %

and 100%

design submittals.

u

Borrelli:

Schedule A

11 /

28/

2011

6:

56 PM

7

0000. 0 _

0 t

0

0 0

0000

0

0 0 0

4 0 0 0 0

00000

0

O

Page 84: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 84/152

Page 85: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 85/152

p o r t i o n s

o f

t h e P r o j e c t

n e e d

t o b e d e l e t e d , p h a s e d a n d / o r

b i d

a s a l t e r n a t e

b i d i t e m s t o s a t i s f y

C o n s t r u c t i o n C o s t B u d g e t

based

upon CONSULTANT S analysis and recommendations).

In

this

effort,

t h e CONSULTANT m a y b e r e q u i r e d t o

a t t e n d a s e r i e s o f m e e t i n g s

a n d

d e v e l o p a l t e r n a t i v e c o s t s a v i n g s

o p t i o n s f o r

C I T Y c o n s i d e r a t i o n ,

i f

t h e e s t i m a t e s s h o w t h a t

t h e p r o j e c t e d P r o je c t C o n s t r u c t i o n C o s t w i l l e x c e e d t h e C o n s t r u c t i o n

C o s t B u d g e t .

T h e C O N S U L T A N T s h a l l

r e v i s e

t h e

c o n t r a c t

d o c u m e n t s

to

r e f l e c t n e c e s s a ry r e v is io n s t o

m e e t

b u d g e t p a r a m e t e r s a t

n o

a d d it io n a l c o s t a c c o r d in g l y .

Deiverabes:

1 .

F u r n i s h t h r e e (

3 )

s e t s

o f 5 0 , 9 0 a n d 1 0 0 p e r c e n t

c o m p l e t i o n

s t a g e S t a t e m e n t s o f P r o b a b l e C o n s t r u c t i o n C o s t

t o C I T Y , in

M S -E x c e l e l e c t r o n i c

d i s c f o r m a t ,

c o n c u r r e n t l y w i t h t h e d e s i g n

s u b m i t t a l s

n o t e d

i n T a s k

2 . 3 .

2.

A t t e n d m e e t i n g s w i th th e

C I T Y

t o r e v ie w a n d d is cu s s c os t e s t im a t e s. T h is T a s k i n c l u d e s

d e v e l o p m e n t

o f a n y

required cost

savings

alternatives, and implementation /

revision of

documents

to a dd re ss su ch ite ms, a s

necessary

to meet established

budget

parameters.

Schedule:

Complete

concurrently

w ith D es ign P ha se schedule.

Task

2. 5 Not Used

Task

2.6

Not

Used

T a s k

2 . 7

P e r m i t t i n g

R e v i e w s : C O N S U L T A N T s h a l l

p r e p a r e

a p p l i c a t i o n s a n d s u c h d o c u m e n t s a n d d e s i g n d a t a a s m a y

b e

r e q u i r e d t o p r o c u r e a p p r o v a l s f r o m a l l

s u c h g o v e r n m e n t a l a u t h o r i t i e s

t h a t h a v e j u r i s d i c t i o n o v e r

t h e P r o j e c t . T h e

C I T Y

w i l l

p a y a l l '

p e r m i t f e e s . C O N S U L T A N T

s h a l l .

p a r t i c i p a t e in

m e e t i n g s ,

s u b m i s s i o n s , r e s u b m i s s i o n a n d n e g o t i a t io n s w i t h

s u c h a u t h o r i t i e s . C O N S U L T A N T s h a l l r e s p o n d t o c o m m e n t s

b y s u c h

a u t h o r i t i e s w i t h i n t e n (

1 0 )

c a l e n d a r

d a y s

o f r e c e i p t

o f c o m m e n t s

u n l e s s

a d i f f e r e n t

t i m e i s

a g r e e d t o

b y

C I T Y .

I t i s

t h e i n t e n t o f

t h i s s c o p e o f

s e r v i c e s t h a t

t h e

C O N S U L T A N T

b e

t h e

r e s p o n s i b l e

p a r t y

f o r f o r m a l l y t r a n s m i t t i n g a n d r e c e i v i n g

p e r m i t s

t o a n d f r o m t h e r e s p e c t iv e j u r i s d i c t i o n a l a u t h o r i t i e s .

H o w e v e r , s i n c e

th e

C I T Y

i s

t o

t r a c k

a n d

m o n i to r p r o g re s s

o n

t he p r e p a ra t io n

a n d

r e v i e w o f p e r m i t s

a n d

s u b s e q u e n t

r e q u e s t s

fo r i n f o r m a t i o n ,

C O N S U L T A N T s h a l l a l s o c o p y t h e C I T Y o n

a l l

p e r m i t r e l a t e d c o r r e s p o n d e n c e . T h i s i n c l u d e s

C O N S U L T A N T g e n e r a t e d m i n u t e s f r o m m e e t i n g s h e l d w i t h

r e l a t e d

p a r t i e s . '

I t

i s r e c o g n i z e d

b y

C I T Y t h a t t h e t i m e p e r i o d

r e q u i r e d

f o r o b t a i n i n g p e r m i t s i s

b e y o n d

t h e c o n t r o l o f t h e C O N S U L T A N T , e x c e p t w i t h r e g a r d t o i s s u e s

c o n c e r n i n g

t h e

p e r m i t a b i l i t y o f t h e p r o p o s e d d e s i g n a n d t h e C O N S U L T A N T ' S a b i l i t y t o r e s p o n d t o p e r m i t t i n g a g e n c y r e q u e s t s f o r

i n f o r m a t i o n

i n

a t i m e l y m a n n e r . : A t t h e t i m e o f s c o p e p r e p a r a t i o n , g o v e r n m e n t a l a u t h o r i t i e s t h a t h a v e o r m a y h a v e

jurisdiction over Project have been identified

as

follows:

Florida Department

of

Environmental Protection

Florida Fish .and Wldlife

South

Florida

Water

Management District

Miami -

Dade

Water

and

Sewer Authority

Miami -Dade Department

of Public

Works

Miami -

Dade Department

of Environmental

Resource

Management

Th e

CITY of

Miami

Beach Bu i ld ing Depar tment

000

0

OCC

q

0 o

TheCITY of Mami Beach

Fire

Department >

0

0

0

JO

u

C

O

T he C IT Y o f M i am i Beach P lanninig Dep i tmer40°

Borrelli:

Schedule

A

9

11/

28/

2011

6 : 5 6 PM

00000

0

0

O

0 0

0 0 0

O

0 0

0

0

0000

0 0 0

O

0

00 00

0 0

00-

0

0

0

Page 86: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 86/152

The CITY of Miami Beach Publ ic

Works Department.

Florida Department of Transportation

N o t w i t h s t a n d i n g t h e a b o v e , t h e C I T Y '

s

f a i l u r e t o i d e n t i f y g o v e r n m e n t a l a u t h o r i t i e s t h a t

h a v e

j u r i s d i c t i o n o v e r P r o j e c t s h a l l

n o t

r e l i e v e

C O N S U L T A N T f r o m

it s

s o l e

r e s p o n s i b i l i t y

t o

p r o c u r e

a ll

r e q u i s i t e

p e r m it s .

Deiverabes:

1 .

Correspond with

noted

jurisdictional authorities to

establish

permitting requirements.

2.

Revise documents and respond t o permitting inquiries a s

required.

3.

A t t e n d

m e e t i n g s w i t h t h e C I T Y , a n d /o r p e r m i t t i n g a g e n c y

s t a f f

a s r e q u i r e d t o r e v i e w , d i s c u s s a n d

f i n a l i z e

permtprocurement.

Schedule:

Complete

concurrently with Design Phase schedule.

Task 2 . 8

The CONSULTANT' S

QA /QC of Design Documents:

C O N S U L T A N T s h a l l e s t a b l i s h

a n d m a i n t a i n

a n

i n -

h o u s e Q u a l i t y

A s s u r a n c e /

Q u a l i t y

C o n t r o l (

Q A / Q C )

p r o g r a m d e s ig n e d

t o v e r i f y

a n d

e n s u r e t h e q u a l i t y , c l a r i t y ,

c o m p l e t e n e s s ,

c o n s t r u c t a b i l i t y

a n d b i d

a b i l i t y o f i t s c o n t r a c t d o c u m e n ts . T h e C I T Y ,

a t i t s d i s c r e t i o n , m a y r e q u i r e

t h a t

C O N S U L T A N T a t t e n d p u b l i c m e e t i n g s o r m e e t i n g s

w i t h

C I T Y S t a f f t o r e v i e w t h e s t a t u s

a n d

p r e s e n t r e s u l t s o f

i t s Q A / Q C e f f o r t s . I t e m s t o b e a d d r e s s e d m a y

i n c l u d e ,

b u t s h a l l n o t b e l i m i t e d

t o , r e v i e w o f

s p e c i f i c a t i o n s

b y r e s p e c t i v e

t e c h n i c a l

e x p e r t s a n d a R e d i -

c h e c k

t y p e

r e v i e w

o f t h e d o c u m e n t s

t o

i d e n t i f y c o n f l i c t s a n d

inconsistencies

between

the various

project discipl ines.

TASK

3 —B ID DIN G A N D

AW ARD

SERVICES:

T h e C I T Y w i l l b e a d v e r t i s i n g f o r a G e n e r a l C o n t r a c t o r ( G C )

v i a a n

I n v i t a t i o n t o B i d ( I T B ) o r

a

C o n s t r u c t i o n

M a n a g e r a t R i s k

C M R ) f o r P r e - o n s t r u c t i o n S e r v i c e s

1

G u a r a n t e e d M a x i m u m P r ic e ( G M P ) c o n s t r u c t i o n c o n t r a c t t o t h e s u c c e s s f u l

C o n t r a c t o r

fo r

t h i s P r o j e c t .

T h e

C O N S U L T A N T s h a l l a s s i s t , a d v is e

a n d

e v a l u a t e

b i d s

a n d /

o r t h e

G M P

A m e n d m e n t (

s )

a s

r e q u i r e d i n t h e

G e n e r a l

C o n t r a c t o r ' s

C o n t r a c t o r

t h e

C o n s t r u c t i o n

M a n a g e r

a t

R i s k A g r e e m e n t (

S c h e d u l e

G ) ,

a t t a c h e d

hereto

and °ncorporated here in by

reference.

C I T Y s h a l l

t r a n s m i t c o n t r a c t

d o c u m e n t s p r e p a r e d b y

t h e C O N S U L T A N T

t o t h e C I T Y ' s R i s k M a n a g e m e n t a n d

P r o c u r e m e n t D e p a r t m e n t s f o r v e r i f i c a t i o n o f a p p r o p r i a t e i n s u r a n c e , f o r m

a n d

b o n d i n g c a p a c i t y r e q u i r e m e n t s . V a r i o u s

d e p a r t m e n t s w i t h i n C I T Y ( R i s k M a n a g e m e n t , P r o c u r e m e n t a n d t h e

C I T Y

A t t o r n e y ' s O f f i c e )

h a v e

n o n - e c h n i c a l r e v i e w

responsibility for the Construction Contract D o c u m e n t s .

C O N S U L T A N T s h a l l a t t e n d

t h e

T e c h n i c a l R e v i e w P a n e l m e e t i n g c o n v e n e d b y t h e C I T Y t o i n t e r v i e w t h e G e n e r a l

C o n t r a c t o r o r

C M R a n d /

o r

s u b = o n t r a c t o r s a n d e v a l u a t e

t h e i r

s u b m i t t a l s .

C O N S U L T A N T S

r o l e w i l l

b e

t o

p r o v id e a n y

r e l e v a n t

t e c h n i c a l i n f o r m a t i o n a n d

a d d r e s s

t e c h n i c a l q u e s t i o n s , a s m a y b e

n e e d e d

b y C I T Y

s t a f f d u r i n g

t h e b i d e v a l u a t i o n

process.

T a s k

3 .

1 C o n s tr uc tio n C o n t ra c t D o c u m e n t

R e v i e w : . , r :

O N S U .

L T A N T , ,

h a l l ,a s s i s t , t h e C I T Y d u r i n g t h e b i d

a n d

a w a r d

p h a s e

o f

t h e P r o j e c t '

s

c o n s t r u c t i o n c o n t r a c t . T h e , C I T Y s h a l l

t r a n s m i k O o n t r a i t

d o c u m e n t s

p r e p a r e d

b y C O N S U L T A N T

t o

t h e C I T Y '

s

R i s k

M a n a g e m e n t ,

L e g a l

a n d

P r o c u r e m e n t

O e p a r t r r A n t s `

F o r

v e r i f i c a t i o n

o f a p p r o p r i a t e

i n s u r a n c e ,

f o r m

a n d

Borrelli: Schedule A

10

11 /

28/

2011 6:

56

PM

0 0

U

0000 0

0

0

O 0 00 00 0 0

00000

0

0

Page 87: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 87/152

b o n d i n g r e q u ir e m e n ts . C O N S U L T A N T

s h a l l

a s s i s t C I T Y

i n

t h i s e f f o r t

b y

p r o v i d i n g ( 1 ) o n e e l e c t r o n i c c o p y

o f

t h e

c o m p l e t e

c o n t r a c t

d o c u m e n t s s e t ( d r a w i n g s a n d s p e c i f i c a t i o n s ) a n d p a r t i c i p a t in g i n m e e t i n g s ,

s u b m i s s i o n s ,

r e s u b m i s s i o n s a n d

discussions with

these

CITY departments,

as

necessary.

CONSULTANT

shall

address

an d re-

submit correct ions

an d

r e s p o n s e s

t o

c o m m e n t s t o

a n y C I T Y A g e n c y o r a n y C I T Y

D e p a r t m e n t

w i t h i n 1 0 ( t e n ) w o r k i n g d a y s

o f r e c e i p t

o f

commens •

T a s k 3 . 2 B i d D o c u m e n t D e l i v e ry : C O N S U L T A N T

s h a ll p r o v i d e t h e

C I T Y a n d G C o r C M R w i t h r e p r o d u c i b l e , c a m e r a

r e a d y , s e t s o f c o n t r a c t d o c u m e n t s f o r e a c h b i d p a c k a g e . T h e C I T Y P r o c u r e m e n t D e p a r t m e n t s h a l l r e p r o d u c e d o c u m e n t s

a n d h a n d l e t h e a d v e r t i s i n g ,

d i s t r i b u t i o n , s a l e ,

m a i n t e n a n c e

o f

p l a n h o l d e r l i s t s a n d

o t h e r

a s p e c t s

o f b i d d o c u m e n t

d e l i v e r y

to

prospective bidders.

Task 3.3 -

P r e -

B i d

C o n f e r e n c e

a n d

B i d

O p e n i n g :

T h e C I T Y

a n d

t h e

G C o r

C M R

s h a l l c o n d u c t

o n e

o r

m o r e

p r e -b i d

conerences:

C O N S U L T A N T . s h a l l a t t e n d th e

p r e -b i d

c o n f e r e n c e a n d

b i d

o p e n i n g fo r

e a c h

p h a s e

o f

t h i s P r o je c t a n d •

review, and advise the CITY accordingly.

C O N S U L T A N T w i l l

p r e p a r e

m e e t i n g a g e n d a

a n d

d r a f t m e e t i n g

m i n u t e s . C O N S U L T A N T s h a l l

a t t e n d

a n d

p a r t i c i p a t e

i n a s

m a n y p re -b id c o nfe r e n c e s a n d b id o p e n i n g s a s m a y b e r e q u i r e d .

Task

3.

4 - Addenda Issuance:

C O N S U L T A N T s h a l l

p r o v i d e

t h e

C I T Y

t i m e l y r e s p o n s e s t o

a l l i n q u i r ie s

r e c e iv e d f r o m t h e C I T Y f r o m p r o s p e c t i v e b i d d e r s

b y p r e p a r i n g w r i t t e n a d d e n d a . F o r m a t

f o r

a d d e n d a s h a l l b e a s p r o v i d e d t o C O N S U L T A N T b y C I T Y . T h e s e q u e r i e s a n d

r e s p o n s e s s h a l l b e d o c u m e n t e d a n d a r e c o r d o f e a c h s h a l l b e t r a n s m i t t e d t o t h e C I T Y

w i t h i n

4 8 h o u r s . C O N S U L T A N T

s h a l l p r e p a r e a n d d i s t r i b u t e n e c e s s a r y a d d e n d a a s a p p r o v e d b y t h e C I T Y . T h e C I T Y

w i l l

c o n s o l i d a t e

r e s p o n s e s

a n d

prepare and distr ibute the addenda to all plan holders of record accordingly.

Task 3 .

5

Subcontract

Bid

Evaluation.

an d B id

Opening:

C O N S U L T A N T

s h a l l c o o r d i n a t e w i t h

t h e

G C o r

C M R t h e

p r o c e s s f o r e v a l u a t i o n ,

r e v i e w

a n d a c c e p t a n c e o f t h e

s u b c o n t r a c t b i d d i n g .

T h e

C O N S U L T A N T

s h a l l

b e p r e s e n t w i t h

t h e

C I T Y a n d G C

o r

C M R

w h e n

t h e b i d s a r e

o p e n e d a n d

s h a l l e v a l u a t e a n d m a k e r e c o m m e n d a t i o n s t o t h e C I T Y r e g a r d i n g t h e a c c e p t a n c e a n d a w a r d o f b i d s t o q u a li f i e d

responsive and responsible. subcontractors.

C O N S U L T A N T

s h a l l e v a l u a t e

t h e

b i d s fo r

c o m p l e t e n e s s ,

f u l l r e s p o n s i v e n e s s a n d

p r i c e ,

i n c l u d i n g

a l t e r n a t i v e

p r i c e s a n d

u n i t p r i c e s ,

a n d

s h a l l m a k e a f o r m a l r e c o m m e n d a t i o n t o C I T Y w i t h r e g a r d t o

t h e a w a r d

o f c o n t r a c t .

N o n -

e c h n i c a l

b i d

requirements

shall be evaluated

by

others.

T h i s s c o p e o f

s e r v i c e s i n c l u d e s

n o a d d i t i o n a l a l l o w a n c e

f o r C O N S U L T A N T '

S t i m e t o

a s s i s t t h e C I T Y i n

t h e

e v e n t

o f a b i d

p r o t e s t .

T o t h e

e x t e n t C O N S U L T A N T S s e r v ic e s a r e

r e q u i r e d

i n t h e e v e n t o f

a

b i d p r o t e s t ; C O N S U L T A N T s h a l l p a r t i c i p a t e

in

s u c h

a c t i v i t i e s , a s a

b a s i c s e r v ic e ,

a t n o

a d d i t i o n a l

c o s t to t h e

C I T Y .

T a s k 3 . 6 G u a r a n t e e d M a x i m u m P r ic e ( G M P ) C o n s t r u t i a f C o n t r a c t A w a r d o r H a r d B i d / I T B C o n s t r u c t i o n A w a r d :

Borrelli:

Schedule

A

11

11/

28/2011

6:

56

PM

c0

0

0

0. ,,,,

0 0

0

0000

0

0

0 0000

0

0000

0

0

0

Page 88: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 88/152

CONSULTANT shall

provide

sets

of construction

contract

documents, inclusive of

addenda, for

execution

by

the CITY

and

the

GC or CM R

within

ten (

10) calendar

days of

request

by the CITY pursuant to Article Six (6) of this agreement.

Task 3. 7

As -

B id Contract

Documents:

After

the

contract award and prio r to the pre - onstruct ion conference, the

CONSULTANT sha ll p repare " As -Bid" construction cont ract documen ts which, at a min imum, shall i ncorpora te the

following items

into

the construction contract documents:

GC

or

CM R b id

submittals, including

but

not

limited to, b id proposal, insurance, licenses, etc.

Amend /

modify front -

en d

documents and /

or

technical specifications

to incorporate

changes made

via

contract

addenda

Revise construct ion

contract

drawings

to include

modi fications / rev is ions incorporated v ia contract addenda.

The

CONSULTANT shall prepare As -

Bid

construction

contract documents and

reproduce

se ts as req uested,

fo r

distribution to

the

CITY w ithi n

ten (

10) calendar

days

after CITY

Commission

approval.

The following apply

to

Task 3 . 1 through

3 .

7:

Deliverables:

1 . Attend and participate

in

pre -

bid

conferences

and bid

openings.

2 .

Respond

to

questions

from prospective bidders and prepare addenda fo r distribution

by

others on a same

day

basis

and no

later

than 48

hours

3. Prepare

recommendation

of award letter

4. Provide sets

o f

contract

documents forcontract execution

5. Prepare As -

Bid

contract documents reproduce sets an d fo rw a rd to th e CIT Y .

Schedule:

See

Schedule

E:

Project Schedule

TASK 4 CONSTRUCTION

ADMINISTRATIONSERVICES

The CONSULTANT shall perform the following tasks related to the construction

administration

of

the

Project. These tasks

sha ll b e

p er fo rm e d d u ri ng th e duration of

al l

construction.

CONSULTANT' s

compensation includes construction admin is trat ion for the

duration, .(hrough

completion

and

issuance

of

f i n a l c e r t i f i c a t i o n ) of t h e P r o j e c t. C O N S U L T A N T ' s c o n s t r u c t i o n administration s e r v i c e s tasks

s h a l l

b e r e q u i r e d

d u r i n g

t h e

duration of

all

construction (

through Project completion

and

final

certification)

at

the negotiated to ta l amount and rates. N o

over -ime

rates

will be considered.

The

use of

E -

Builder software will b e

implemented

during the construction phase of

this Project and

will b e u s e d by CITY

staff,

the Contractor, and the CONSU LT ANT fo r

Project

document management

and

tracking

purposes. CONSULTANT

will be

required

to electronically archive into E -

Builder scanned

copies of:

CONSULTANT

transmittals;

approved /

rejected

s u b m i t t a l s

a r i d s h o p

d r a w i n g s ; r e s p o n s e s to

r e q u e s t s

fo r i n f o r m a t io n , c o n t r a c t

d o c u m e n t

c l a r i f i c a t i o n s , r e q u e s t s

f o r

proposals; f ie ld orders ; f ie ld

measurement

form s and pay application review

comments;

notices of contractor non-

compiance

contractor

permts,

notices

to

proceed, inspect ion reports

an d photographs; daily work log and Daily

Construction Observation

Forms;. pre /post

construction ",

digital;

h

otooraphs :;

mat° rr3ls

sampling

an d test results and

reports;

certificates of

substantial

a nd f in al completion, ~

rid

aril/

ana' iI

correspondence,

reports, logs

and

documents

Borrelli: Schedule

A

12

11/28/2011 6:

56

PM

C

t

0 0

j

0

G

J

0 U J G 3

0

0

3 0

00 0U

0300..

0

0

Page 89: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 89/152

associated with Pro ject management, construction administration, and Resident Project Representat ive activities

a s s o c i a t e d with t h e

c o n s t r u c t i o n a n d f i n a l

c e r t i f i c a t io n o f t h e Project. T h e E -

B u i l d e r

s o f t w a r e

l i c e n s e

e x p e n s e

w i l l

b e a

reimbursable

item

an d the requ ired tra in ing fo r this software will

be facil itated

by the CITY.

T a s k 4 . 1 a P r e -C o n s t r u c t i o n M e e t in g : T h e C O N S U L T A N T s h a l l a t t e n d

o n e (

1 )

p r e -

c o n s tr u ct io n m e e t in g w ith C I T Y

a n d

Contractor.

The

CONSULTANT

will

prepare and distribute

agenda

and

subsequent meeting minutes to

all

attendees

and

other appropriate parties.

Deliverables:

1 . .

Attend and participate

in

pre- construction meeting.

2.

Prepare agenda

and

meeting minutes.

Schedule: As scheduled by CITY

after issuance

of Task 4 No tice

to Proceed.

Task 4.

1

b: Not Used:

Task4.

2

Weekly Const ruc t ion.

Meetings:

The

C O N S U L T A N T

s h a l l

a t t e n d w e e k ly c o n s t r u c ti o n

m e e t i n g s with t h e

C o n t r a c t o r a n d

a p p l i c a b l e

C I T Y

s t a f f for the

duration of the Project. The purpose of these meetings shall be to review the status of construction progress, shop

d r a w i n g

s u b m i t t a l s ,

a n d

c o n t r a c t d o c u m e n t c l a r if ic a t io n s a n d i n t e r p r e t a t i o n s . T h e s e

m e e t i n g s

s h a l l

a l s o

s e r v e

a s

a

f o r u m

for

d i s c u s s i o n

of c o n s t r u c t io n is s u e s ,

p o t e n t i a l

c h a n g e s /

c o n f l i c t s

a n d a n y o th e r

applicable m a t t e r s . The m e e t i n g s

m a y

in c lu d e s it e v is it s t o v is u a l ly o b s e r v e / a d d r e s s c o n s tr u c tio n r e la t e d c o n c e r n s t h a t

m a y

r e s u l t f r o m d i s c u s s i o n

d u r i n g

t h e

c o n s tr u c t io n m e e t in g . T h e s e

s i t e

v is i t s s h a l l

b e

s e p a r a t e a n d d i s t i n c t f r o m t h e " S p e c i a l ty

S i t e

V i s i t s " u n d e r T a s k 4 .

6 . •

The

CONSULTANT w i l l p r e p a re m e e t in g

minutes

a n d

distribute t o a ll

a t t e n d e e s a n d other

appropriate

p a r t ie s . B a s e d

o n

field

observations a n d o t h e r c o n s t r u c t io n r e la t e d

a c t i v i t i e s ,

the

C O N S U L T A N T s h a ll

identify a n d

d o c u m e n t

a n y is s u e s ,

field conditions, Contractor performance related

i t e m s , a n d

other

r i s k s /

c o n c e r n s

that may impact the

c o s t

a n d

timely

d e l i v e r y

o f

t h e P r o je c t, a n d t h e e x p e c t a t i o n s o f th e C I T Y , a s w e l l a s t h e C o n t r a c t o r '

s

p l a n s

a n d r e c o ve ry

s c h e d u le t o

mitigate those risks and meet contractual obligations.

Deliverables:

1.

Attend

an d

participate

in

weekly

construction progress

meetings.

2.

P r e p a r e ' m e e t in g m i n u t e s a n d d i s tr i b u te s a m e w i t h i n

4 8 h o u r s of

c o n s t r u c t i o n m e e t i n g t o d o c u m e n t

constructionactivities

as

stated above

3.

Issue

non -

ompliance no ti ces to the Contractor , an d

log into the

E- Builder

software

program,

as

warranted.

4.

Archive

all relevant documents, transmittals

an d

correspondence

into

E- Builder,

as

previously

noted.

Schedule: Weekly throughout t he Pro jec t duration.

Task

4. 3 Contractor'

s Submittals

an d

Shop Drawings

The CONSULTANT w ill re ce iv e, log

an d

distribute, ,

Contractor

L m ittals an d s ho p draw in gs fo r review.

The

CONSULTANT

sha ll have ten (

10)

calendar

days from

tt a

time afsereipt

in its_office,Ao

review an d

return submittals

an d

Borrelli:

Schedule A

13

11 / 28/2011

6:

66PM

Page 90: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 90/152

s h o p d r a w i n g s t o

t h e

C I T Y .

T h e C I T Y w i l l

h o l d th e C O N S U L T A N T

d i r e c t l y

r e s p o n s i b l e for a n y

im p a c t s r e su l t in g f ro m .

untimely

review of submittals..

4.

3 .

1 The CONSULTANT shall review and approve (

or

disapprove and require modifications

to).

the

Contractor'

s

document submittal schedule.

4. 3 . 2 The CONSULTANT shall review and evaluate product data and samples, schedules, shop drawings, and other

submissions fo r conformance with

the

design requirements of the

Project(

s),

applicable

codes and ordinances, Project

Specifications

and the Construction

Contract

Documents.

4. 3. 3 T he C ON S U L TA N T

shall

conduct reviews and evaluat ions

an d

respond appropriately

with

reasonable promptness.

in

order to cause n o

delay to the progress of

the

P r o j e c t (

s ) , a s

outlined

in

the Contractor's

approved

document submittal

s c h e d u l e , b u t in

any event,

CONSULTANT's a c tio n w i l l b e

taken

n o t

later than

ten ( 1 0 ) calendar days from

Contractor'

s

submittal. The CONSULTANT shall review

and

either

return

without exceptions, or with .noted comments, reject, o r ta ke

other

appropriate action upon

a Contractor'

s

submittal.. The CONSULTANT '

s action

shall

be

taken

with such

reasonable

promptness so as

to cause

n o

delay to

the

p r o g r e s s of

the Project(s), as called for in the

Contractor'

s

approved document.

submittal schedule, while allowing suff icient time in the CONSULTANT's professional judgment to perm it adequate

review. lithe CONSULTANT

rejects

a submittal,

the

CONSULTANT shal l

state,

in .writing, the

grounds

fo r

rejection.

4

3 :

4 . ;

If :

t h e ;

C O N S U L T A N T : s -

e q u i r e d t o ,r e v ie w

a =s u b m i t t a l m o r e

t h a n :

t w o

O

t i m e s due

t o

a n

i n c o m p l e t e

o r ` , :n c o r r e c t ,

s u b m i t t a l s '

b y

t h e , C o n t r a c t o r

a n

a p p r o p r ia t e +

C h a n g e '

O r d e r

m a y

b e s s u e d b y t h e C O N S U L T A N T „d e d u c t i n g a s e m i

r e a s o n a b l y

s u f f i c i e n t

t o

c o m p e n s a t e

t h e '

C O N S U L T A N T

f r o m

p a y m e n t s d u e o r

to

b e c o m e

d u e

t o

t h e

C o n t r a c t o r

a s ,

compensation

fo r the CONSULTANT '

s additional expense's and

semces made necessary

by

the Contractor'

s submission

of. incomplete or incorrect submittals; :

The

CONSULTANT shall notify

the

P M within five (

5 )

calendar'.

days., -

f asecond •

s .

0

k i l n

i t t a

1

r e d

e c t i o

n ;

4 . 3 . 5

The CONSULTANT

s h a l l

prepare,

in a t i m e l y

manner,

c h a n g e order

i te m s , including the proper documentation, for

t h e C i t y ' s a c t i o n

b u t

in a n y

e v e n t ,

C O N S U L T A N T s a c t io n w i ll

b e

t a k e n

n o t

l a t e r

t h a n t e n ( 1 0 ) calendar

d a y s

f r o m

Contractor's submittal.

4 .

3 .

6

The CONSULTANT. shall assemble,

fo r transmittal

to

the

CITY,

the

various documents required

by

contract from the

Contractor

including,

bu t not limited to, shop

drawings, guarantees, warranties,

operation and

maintenance manuals,

releases

of

claim

and

as -built

documents. .

Deliverables:.

1 .

Review and approve, require modifications, or reject,

submittals

and shop

drawings

and return them to the CITY

and /

or Contractor.

2. Archive all relevant documents, transmittals an d correspondence into E- Builder, as previously noted.

UUU

Schedule: Ongoing throughout Project durafior;.

Bonelli: Schedule A

14

11/28/2011

6:

56PM

uuuu

C.

Page 91: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 91/152

Task4.4Substitutions

T he C ON S UL TA N T sh all re view and evaluate in a t ime ly ma n ne r, for the CITY's review and approval, substitutions

proposed

by

the

Contractor fo r

conformance

with the

Construction Documents

and shall

recommend substi tut ions

only

when it can be demonstrated

that

the

item

specified

or

it s successor is n o longer avai lable for

purchase

or that the

substitution provides

a

clear

benefit

to

the

CITY

in

performance

and /

or price.

The' "

O N S U L T A N T is

n o t r e q u i r e d t o

a c t

o n : :a n y

r e q u e s t

for' s u b s t i t u t i o .

n t h a t

i s . n o t

s u b m i tt e d w i th i n

forty -ive (

4 5 ) days.

o f -executiorrbflhe

C o n s t r u c t i o n

C o n t r a c t , ;e x c e p t for

good c a u s e

s h o w n

o r u n i e s s . .

r e q u e s t e d

b y

the C I T Y ; i f s o ; ;

t h e c o s t :

t h e r e o f ,

i n c l u d i n g c o m p e n s a t i o n ; ' fo r the C O N S U L T A N T `s ` a d d i t i o n a l s e r v i c e s a n d e x p e n s e s r n a d e n e c e s s a r y b y

s u c h

request for substitutions may

b e

deducted from any amountdue or to become d u e . to the;

Contractor..

rom the CITY.;

Task 4. 5

Quality

Control

Th e CONSULTANT shall make a

reasonable

effort to evaluate

materials

and /or workmanship fo r conformance

with

Construction Contract Documents , eva luate quality contro l testing reports , adv ise

the

Contractor

and

the CITY

i m m e d i a t e l y o f a n y u n a c c e p ta b le

m a t e r i a l s

a n d /o r

w o r k m a n s h ip t h e

C O N S U L T A N T

m a y d is co v e r

a n d e ns u re t h a t

t h e

Contractor take appropriate action

to

remedy unacceptable conditions

Task.4: 6' Requests for

Information/

Contract Document Clarification ( RFIs / CDCs):

The

CONSULTANT will receive,

lo g a n d

process

a ll

R F I s /

C D C s a n d

requests

for

proposal. (RFPs).

Whenever an

RFI

i nvo lves the interpretat ion of design is su es o r d es ig n in te nt,

the -

CONSULTANT shall prepare a wri tten response within

three (3) calendar days and

return

it to the

CITY. I n addition, should certain

items

within the

contract documents require

c l a r i f i c a t i o n , the CONSULTANT

m a y

b e

r e q u e s t e d b y

t h e

C I T Y

to p r e p a r e

a n d

forward

C D C s .

T h e C I T Y w i l l h o l d the

CONSULTAN T directly

responsible

fo r

any impacts

resulting

from untimely

responses.

Deliverables:

1 . Respond to

those

RFI' s

that invo lve design

interpretations an d

return

to

CITY.

2.

Issue

CDC

s

as required.

Respond /

process

RFPs as

required.

3.

Provide RFI, CDC, RF P an d

other

construct ion management Togs.

4.

Archive all

relevant documents, t ransmit ta ls and correspondence

into

E- Builder,

as

previously noted.

Schedule:

On -

going

throughout

Project construction duration

Task 4.7 Requests for Changes to

Construction

Cost and /orSchedule:

The

C O N S U L T A N T

w i l l

r e c e i v e , lo g

a n d

e v a lu a t e a l l r e q u e s ts

for

P r o j e c t

c o s t a n d /o r

s c h e d u l e

c h a n g e s

f r o m t h e

C M a n d

report

such

to

the :

CITY at

the

weekly progress

meetings at

a

minimum. The

CONSULTANT shall distribute

a n d

update

the

Change

Order l o g a t e a c h p r o g re s s . m e e t in g . Changes m a y b e the r e s u l t o f unforeseen conditions

or interferences

i d e n t i f i e d b y

t h e C o n t r a c to r d u r i n g

t h e r o u t in e

p r o g r e s s o f w o r k , in a d v e r t e n t o m is s io n s (

b e t te r m e n t ) i s s u e s

in

th e

c o n t r a c t

documents, or additional

improvements requested

b y

the

CITY o r CONSULTANT

after,

approval of the GM P

Amendment( s )

b y

t h e

C I T Y C o m m i s s io n .

R e g a r d l e s s

of t h e

s o u r c e ,

C O N S U L T A N T w i l l

evaluate

the m e r i t

o f t h e

c l a i m a s

w e l l

a s the

impact

of

t h e _

p o t e n tia l c h a n g e

in

Erns-

cf.

P r o j e e t ,

cost

a n d

the o c h e c ,

u l e .

CONSULTANT will

r e v i e w c la i m s a n d

or

change

order

requests with

CITY. No claims assistance' -

ervices are incli fdaJ under

this task.

Borrelli: Schedule A

15

11 / 28/2011 6: 56

PM

Page 92: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 92/152

Deliverables:

1 . Perform independent

rev iew of request

fo r

cost

increase and /

or t ime

extension.

2 . Coordinate

a n d

participate

in

meetings,

a s required, with the CITY a n d Contractor

to resolve

and /or negotiate the

equitable resolution of request.

3.

Provide written opinion and / or

recommendation

upon request.

4. Prepare change

order documentat ion in

AIA

format with

supporting documentation.

5. Archive all

relevant

documents, transmittals

and correspondence into

E-

Builder,

as previously noted.

Schedule: Ongoing

t hroughout P ro jec t dura ti on

Task

4. 8 Mandatory

Specialty

SiteVisits

T h e C O N S U L T A N T s h a ll p r o v id e s p e c ia l t y s i t e v i s it s

b y

v a r io u s d e s ig n d i s c ip l in e s

o n

a n a s r e q u e s te d b a s is . F o r the

p u r p o s e s

o f t h is

s c o p e

o f

s e r v i c e s , it is a s s u m e d t h a t s p e c i a lt y s i t e v is i t s

a r e

i n c l u d e d

in

t h e S c o p e o r S e r v ic e s , a n d w i l l

b e p r o v i d e d b y

t h e C O N S U L T A N T

a s s t i p u l a t e d

a b o v e .

S p e c i a l t y

s i te v i s it s

a r e a s s u m e d to in c lu d e o n e

o r

m o r e

o f t h e

CONSULTANT'

s

T e a m a t t e n d a n c e , a s m a y b e r e q u e s t e d

b y

t h e C I T Y ,

t o

r e v i e w ,

discuss,

r e s o l v e f ie l d c o n d i ti o n s

a n d

issues at the

job

s i t e .

Attendance

shall b e as

requested,

although

a min imum of 24

hour notice w i l l b e provided

when

p o s s i b l e . In

c a s e s

where c o n d i t i o n s r e q u i r e i m m e d i a t e a c t i o n , the C O N S U L T A N T

s h a l l

make itself a v a i l a b l e

in

t h e f ie l d ,

as

soon

as

possible,

to review /

respond

to necessary

issues.

After e a c h S it e

V i s i t ,

t h e

C O N S U L T A N T , a n d /o r t h e C O N S U L T A N T ' s

s u b -

C O N S U L T A N T S ,

s h a l l

c o m p l e t e a n d

s u b m i t

t o

the CITY, a report ( "Site Visit

Report") which shall,

at minimum, contain the

following

information:

a)

Site Vsit report number;

b)

CITY, Facility name, Project title,

Project

number and location;

c)

Name of contractor /subcontractor;

d)

Start

and finish

time

of Site

Visit

and

weather

conditions; Project

site

administrator

sign -

n

and sign-

out;

f)

Personnel

on -

site,

by

trade;

g)

Progress /quality ofwork by trade;

h)

Photographic

record with

captions (

digital format);

an d

i)

Remarks /Actions

O n t h e b a s is o f S it e Visit o b s e r v a t io n s ; t h e C O N S U L T A N T s h a ll in fo r m t h e C I T Y a n d t h e C o n t r a c t o r i m m e d i a t e l y , in

w r i t i n g ; o f

t h e p r o g r e s s (

o r la c k o f p r o g r e s s ) a n d

q u a l i t y

o f

t h e

W o r k a n d t h e C O N S U L T A N T s h a ll e n d e a v o r t o g u a r d t h e

C I T Y a g a in s t d e fe c t s a n d /o r

deficiencies

in

t h e Work.

T h e

CONSULTANT

s h a l l h a v e

access

to t h e

Work

a t all

t im e s ,

whether

it

is in

preparation or progress, in

order

to

meet

its responsibilit ies and

obligations

under

the

agreement.

Task

4.9 Certification for

Payments

A ll p a y m e n ts s h a ll

b e

p r o c e s s e d in a c c o r d a n c e w i t h t h e r e q u ir e m e n ts

of

t h e General C o n d i t i o n s

of

t h e C o n t r a c t

Documents

a n d

Florida' s Local Government Prompt

Payment

Act in effect

a t

the time the payments are

being

processed.

The CONSULTANT s h a l l

review

the

Contractor's n o t a r iz e d r e q u is it io n s

for payment,

the

schedule of values, a s - b u i lt s ,

s u b c o n t r a c t o r

p a r t i a l

r e le a s es a n d

t h e

P r o j e c t ,a c h d u l e ( s ) -e s r e q u ir e d b y .

tie:

G e n e ra l C o n d it io ns o f t h e . C o n t r a c t

fo r

U

V

V U

J

U

Construction.

Borrelli:

Schedule

A

16

11/28/

2011 6:

56 PM

J

P

0333•J 3

J

J

v

VVUV V

Page 93: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 93/152

The CONSULTANT shall determine

the amounts, which,

in the CONSULTANT'

s opinion,

should be paid to the Contrac to r

and sha ll recommend for

CITY'

s approval

certificates

for payments in

such

amounts. These certificates

wi ll consti tu te

a

representation

to the

CITY, based on -

site

observations

by all

appropriate Designated Specia lists for architectura l

and

e n g in e e r in g d i s c ip l i n e s a n d

o n

t h e

d a t a c o m p r i s i n g

t h e e

a p p l i c a t i o n f o r p a y m e n t

t h a t t h e

Work

h a s p r o g r e s s e d

to

t h e

p o i n t

indicated.

B y

r e c o m m e n d i n g

a

c e r t i f i c a t e

f o r p a y m e n t c o n s i s te n t

w i t h

t h e c o n t r a c t

d o c u m e n t s , t h e

C O N S U L T A N T s h a ll a ls o

represent

to the

CITY

that, to the best of the CONSULTANT's knowledge, information and professional judgment,

the

q u a l i t y o f work is in a c c o r d a n c e

w i t h

t h e C o n s tr u c t i o n C o n t r a c t D o c u m e n t s ,

u n l e s s

the C I T Y h a s b e e n n o t i f i e d t o t h e

contrary

in

writing.

P r i o r

t o i s s u i n g c e rt i f i c a t io n

for p a y m e n t ,

t h e CONSULTANT

s h a l l

r e v i e w

t h e

status

of

C o n t r a c t o r ' s

C o n s t r u c t i o n

Documents, As- Builts, a nd Pro je ct Schedules and

verify

that the Construction

Documents,

As- Builts, and Project

S c h e d u l e s a r e

u p -

t o -d a te a n d a c c u r a t e t o t h e e x te n t v is u a l o b s e r v a tio n o f c o n s t r u c t i o n

will

d i s c l o s e . T h e CONSULTANT

shall

also confirm that , .after the

first

application

for

payment,

each subsequent application sha ll be

accompanied

by

subcontractor

partial

lien

releases

fully

accounting for subcontractor payments

due

for the previous application.

If the Construction ..Do cuments, As-Builts, and/or Project Schedule(s ) are n o t up -to -date and /or accurate, the

CONSULTANT

shall

include in it s

certification

for payment

a

statement

that the Construction Documents, As-

Builts,

and /or

Project

Schedule( s) are no t

up -

to -

date.

In such event, the

C IT Y m a y:

Reject

the par tial or final

requisition fo r

payment due Contrac to r

until

C ON S ULT AN T v erifie s th at th e

Construction

Documents and /or

Project Schedule(

s)

are

up -

o -

date and accurate.

The CONSULTANT's certification is a representation by CONSULTANT

t o

the

C I T Y that a ll

required i tems noted herein

are

submitted an d proper an d serves as a recommendation

for

payment

only.

The

CONSULTANT shall make every

reasonable

effort t o

process the Contractor' s

requisitions

for payment

in

accordance

with the timeliness

established

in

t he Genera l Cond it ions

of the

Contract

for

Construct ion.

Task

4.10

Substantial

Completion •

The

CONSULTANT, upon

notification

b y

the Contractor that

the

Work is substantially

complete

a n d ready for

substantial

c o m p l e t io n , i n c l u d i n g , but n o t

l im i t e d

t o a l l " L i f e S a f e t y

Standards ",

s h a l l

p r o m p t l y

conduct in s p e c t io n s t o d e t e r m i n e the

date

or

dates of

substantial

completiori• fo r the Work. If the CONSULTANT determines that in the CONSULTANT's opinion

the

Work has

reached

substantial

completion and the

Work

is ready fo r

inspection,

th e C ON S U LT AN T

shall provide

written notice to the CITY and the Contractor. The CONSULTANT, including its engineers an d consultants, the

CITY

and

the

Contractor

shall participate in a

walk-

through to inspect

the

Work. At the conclusion of the Inspect ion, the Work will

be determined as follows:

0

v

O

U

oul.

0

U

0

0

C,;

0 0 0

0 0.U

0

Borrelli:

Schedule

A

17

11 /

28/2011

6:56 PM

U

U

O U J

U

O J

U 0 U

0

0

J

Page 94: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 94/152

Finally Complete: If

it

is determined that the Work h a s

achieved

F i n a l

Completion, final payment

s h a l l

b e

made

in

accordance

with the

Contract Documents.

Substantially .

Complete: I f

it is determined that

the

Work h a s

achieved

Substantial Completion,

this is the date fo r

contract purposes tha t liqu idated damages

en d an d the

CONSULTANT

will

prepare .

a

consolidated

Substantial

Completion

Punchlist

which will incorporate

all

punchlists

prepared by

participants

in

the walk - hrough. The

Substantial Completion Punchlist will be p ro v id e d to the

Contractor wi thin

fifteen ( 15) days of

the

Inspection. Th e

Contractor

shall complete the

Substantial Completion

Punchlist

within

thirty (

30)

days

of

its

receipt

and

provide

written notice to the CONSULTANT

that

the

Work is ready for f inal inspection an d

acceptance inspect ion

an d

acceptance.

If

the Subs tan tial Comp le tion Punch li st

is

no t

completed and

the Project( s) accepted within

thirty (30)

days

of its receipt

from

the C O NS U LT A NT

without good

cause shown, damages

will

be

assessed

as described in

the Contract

Documents and

such

other consequences

as

a ll owed by c on tra ct a nd a t law shall

be

employed.

Not Substantially Complete: If the CON S ULTA N T

determines that

the Work

has not achieved Substantial

Completion, the

CONSULTANT

will noti fy the

Contractor

in writing

of the

deficiencies within

ten ( 10) days

of

the

Inspection.

Task

4.11 Final Completion and Final Payment

4.

1 1 .

1

Upon receipt of written notice that

the W o rk is

ready

fo r

Final Inspection

and

Acceptance an d u po n receipt of a

final

Requisition

for Payment

or

at completion

of

the

thirty (

30)

day punchlist period,

whichever

is earliest, the

CONSULTANT,

its engineers

and

other consu ltants, .the CITY and the

Contractor shall

participate in a

walk-

hrough

to inspect

the

Work.

At the conclusion

of

the inspection, the Work shall

be

determined

to

be

as

follows:

Finally

Complete:

I f it is determined that the Work h a s a c h ie v e d F i n a l Completion, final

payment

s h a l l b e

made

in

accordance

with the

Contract Documents.

N ot

Finally Complete:

I f it is determined that the Work has

not achieved Final

Completion, the CONSULTANT

shall prepare a Final Completion Punch -

list

an d F ina l Completion sha ll be

achieved in

accordance with the

Contract

Documents.

If

after the

preparation of an

in it ia l F ina l

Inspection Punch -

list.additional

leg i timate Punch -

list i tems are

identified, the CITY

may, at i ts option, address

the addit ional

Punch -list items as i tems under guarantee.

After

all Final Inspection Punch -list items

have

been completed, the

CONSULTANT

wil l recommend

to

CITY acceptance

of

the Project(

s ) a n d

m a k e recommendations r e g a r d i n g the C o n t r a c t o r '

s

f i n a l

p a y request.

Acceptance o c c u r s

o n

the date

t ha t the C IT Y ..determines the Pro jec t(s) is( are) complete, including the p ro pe r an d complete submittal of all warranties,

manuals, and other closeout

documents,

and no

work

remains

to

be performed.

Task

4.

12

Record Documents

After construction

is

completed, the CONSULTANT utilizing record data provided by

the Contrac to r

along with the

CONSULTANT ' s

ow n record

data, shall

re vis e a nd

update

th e o rig in al

construct ion contract documents

showing

all

changes

made b y

addenda, substitutions,

change orders

or

f i e l d instructions

during construction. After

the

original

construction

contract documents have

been

t pciated<

by the

CONSULTANT" tn`

conform

to

the record

data,

and the

CITY

0

Borrelli: Schedule

A

18

11/

28/2011

6:56PM

O

0

0

0 u

0

0

0000 O 0 0

0 00 30 0 0

Ouu0

0

0

0

Page 95: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 95/152

has

reviewed

and approved

these

record

documents,

the CONSULTANT shall

verify

the following submittal requirements

and furnish to the CITY:

4.

1 2 .

1

One

electronic

copy and four (4 )

sets

of

full s ize blue line

drawings of

the updated record

drawings.

4.

1 2 . 2 T h e

Contractor'

s m a r k e d - u p

r e c o r d

f i e l d s e t of d r a w i n g s a n d a n e w ,

f i n a l

s u r v e y , if a p p l i c a b l e , o f the P r o j e c t ( s )

furnished

to

the

CONSULTANT

by

the Contractor.

4.

12.

3 Four (4) sets of the annotated ( updated) Project Specifications indicating

on

all

sections,

the requirements of which

h a v e b e e n

c h a n g e d

b y

a d d e n d a ,

b y s u b s t i t u t i o n s o r b y c h a n g e

o r d e r s , t h e a d d e n d u m item,

t h e

s u b s t it u ti o n o r

t h e c h a n g e

order

which

effec ted the change. Each Project

Specification

se t

shall include

copies

of all referenced

written

addenda,

substitutions,

change

orders or

other

documents that delineate

the change.

4.

12 . 4 Four (

4) copies

of al l

maintenance

an d

operations

manuals,

and

equipment

and product

warranties.

4.

12.

5 One ( 1 ) set of approved shop

drawings.

Task

4.13

Occupancy

D u r i n g t h e f i n a l c o m p l e t i o n p r o c e s s , t h e 'C O N S U L T A N T s h a ll n o t i f y t h e C I T Y w h e n , b a s e d u p o n t h e C O N S U L T A N T ' s

observation,

the

Project(

s )

is (

are)

sufficiently

complete

to allow occupancy

by

the

CITY.

Occupancy

b y

the

CITY

at

any

t i m e d u r i n g t h e c o rr e c tio n

o f

p u n c h -l i s t i t e m s s h a l l n o t a l t e r t h e s c h e d u le o r r e s p o n s i b i l i t i e s

o f

t h e C O N S U L T A N T

regarding completion:

Task

4.14

Project Closeout

At Substantial Completion, the CONSULTANT shall immediately commence closeout of the Project(s ) , finalizing all

aspects of

the construction phase, including; obtaining from the

Construction

Contractor

all required submittals, such as

m a r k e d -

u p

record documents, warranties, • o p e r a t i n g

a n d

maintenance manuals, releases of c la i m ; u p d a t in g

a n d

s u b m i tt in g r e c o rd d o c u m e n ts ; v e r if y in g t h e C o n t ra c t o r ' s c o m p l e t i o n o f

p u n c h - l is t

i t e m s ;

a s s i s t in g t h e C I T Y w i t h

r e s p e c t

t o

the

f i n a l

inspection

a n d

certificate

of

occupancy

b y

the

C I T Y '

s

Building Department,

F i r e ,

Planning,

P u b l i c

Works,

a n d

a n y o t h e r A g e n c y t h a t h a s J u r is d i c tio n o v e r th e p r o je c t in c lu d i n g s a t is fa c t o r i l y r e s p o n d in g t o a ll c o m m e n t s w h i c h a p p ly t o

the CO N SU L T A N T

an d

the C ON S U LT A N T ' s work.; completing the processing of any remain ing con tract change . o rders ;

e v a lu a tin g t h e •

a s s e s s m e n t

o f l iq u id a t e d d a m a g e s ,

if

a n y , a n d r e v ie w in g

a n d p r o c e s s i n g

f in a l p a y m e n ts t o

t h e

Contractor(

s).

The

CONSULTANT

s h a l l c e r t i f y t h a t , t o t h e best of t h e

CONSULTANT'

s k n o w l e d g e a n d b e l i e f , n o

a s b e s t o s - o n t a i n i n g b u i ld i n g m a t e ria l ( A C B M )

w a s

s p e c i f i e d

for, o r

w a s u s e d in t h e c o n s tr u c t io n o f t h e P r o j e c t ( s ) .

P r o j e c t ( s ) c l o s e o u t s h a l i : : b e : c o m p l e t e d

w i th i n : :sixfy(

6 0 ) `

calendardays

a f t e r a c c e p t a n c o f t h e c o m p l e t e d P r o j e c t(

s )

T h e

P r o j e c t (

s ) .

c l o s e o u t

a s

d e f i n e d b y .

a h i s s e '

c t i o n , , : i t h e r by :

h e , :c o m p l e t i o n ' .

ofthe d u t i e s r e q u i re d :h e r e i n or•.

h e .

s i x t y (

6 0 ) .

d a y

requirement identified:

h e r e i n , . s h a l l : be

t h e

d a t e o f: :he'

corripletion:.

of. t h i s AGREEMENT for :p u r p o s e s : of :p a y m e n t ,

a s s e s s m e n t of :. a m a g e s in c u r r e d

by .

h e :

C I T Y ; :

d e t e r r n i i n a t i o n o f : x t e n d e d c o n tr a c t administration:

i f . -

n y , o r : :any other

c l a i m s b y

the

A r c h i t e c t ; ' i n s u r a n c e , a n d .s u c h o t h e r ; e v e n t s ,o r a c t i v it ie s x w h i c h ; r e q u i r e a d a t e o f : : o n t r a c t : c o m p l e t io n to be

madeefective . •

Deliverables:

1 . Receive Contractor Substantial Completion notification.,

2. Coordinate and attend

field meetings

tc r s .vievr

Substantial

c,ompletion

Borrelli: Schedule A

19

11/28/

2011

6:

56

PM

u0

O o

u 0 u

O

0 p0 Uu V

00000

0

Page 96: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 96/152

Page 97: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 97/152

Task

5 . 6 Underground Utility Verification:

Th e CONSULTANT

shall

c on tra ct th e s erv ic es o f an underground ut il ity

location service to perform

additional

vacuum

extraction

excavations,

as needed, in an effort to better identify existing

underground conditions

where

work is to be performed.

Actual

locations shall be a s directed by the CONSULTANT,

subject to

CITY

review

and

acceptance.

Proposals

for

these services shall be submitted to the CITY for review

and

approval.

Task

5.7 Geotechnical

Th e

CONSULTANT shall

arrange

for an d

coordinate

the

efforts of a geotechnical

firm

to perform

boring /

test

excavations

a s

necessary to adequately define the s o i l characteristics for

the

purposes

of

design. Proposals for

these

services shall b e

submitted to the CITY

for review

and approval.

Task

5.8 Not

Used

TASK 6

ADDITIONAL

SERVICES

N o additional services are envisioned at this time. However, if such services are required

during

t he performance of the

Work, they shall b e requested b y CITY a n d negotiated

in

accordance with contract requirements pursuant to the hourly

rates

identified

in

Schedule "

C ".

Note that

a

separate

Notice

to Proceed is requ ired prior to performance

o f

an y Work

no t

expressly required

by

this Scope

of

Services.

If

CONSULTANT, proceeds with "out

of

scope" work,

without

proper authorization,

it

d oe s so at

its

own r isk.

TASK 7 —

REIMBURSABLES

Task 7. 1 :

Reproduction Services:

The CONSULTANT

shall

be

reimbursed at th e usual and customary rate fo r

reproduction

o f

reports,

contrac t documents

and

miscel laneous i tems,

as

ma y be

requested

by

the CITY. Unused

amounts

in this

allowance shall

be credited

back

to the

CITY.

at the completion of the Project.

Task 7.2: Travel and Subsistence:

Travel

an d

Subsistence

is included

a s p art

of the

basic

services of

this

lump

su m contract..

Th e CO N SU L T A N T shall

negotiate

a

fair

an d equitable

agreement

with each of the

Designated

Specialists

based

on

the

terms and conditions

of

th is A G RE EM E N T . Th e CONSULTANT ma y choose additional specialists, fo r which

prior

written

notice

to the CITY

shall

be

given,

bu t

shall no t

terminate or

replace

those or ig inally designated without the

prior wr it ten

approval of the

CITY

an d without a signed an d sealed

o r n o ta rize d re le a se fr om the D e si gn a te d S pe c ia li st

being

replaced

or justification acceptable

to

the CITYthat such

a

release is not obtainable.'

Th e CONSULTANT'

s

agreement( s) with its Designated

Specialists

shall specifically require the

Designated

Spec ia li sts to

visit the Pro ject(

s )

during construction,

as part

of their comprehensive services, in order to guard the CITY against

deviations

by

the

Contractor from requ irements of

the,

Constructioncontratocuments.

G

1.

Borrelli:

Schedule

A

21

11 /

28/

2011

6:

56

PM

u` i. •

J

J

J

Page 98: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 98/152

Th e

CONS.ULTANT shall be responsible fo r all

the

work of th e C ON S ULT AN T '

s

organization and that

of

the

CONSULTANT' s

Designated Specialists.

In the

required effort

to

avoid errors and

omissions in the Construction

Documents, special attention shall

be given

by

Designated Special ists

to the coordination

o f

their work w ith th at o f

others.

However, the

final responsibility fo r such coordination rests with the

CONSULTANT.

Nothing contained •

in

this

AGREEMENT

shall create

any

contractual

relationship between

the

C IT Y a nd

any

of

the

Designated

Specialists

working

fo r the CONSULTANT. I t shall be understood tha t the

CONSULTANT

is in

no wa y

relieved of any

responsibility

under

the

terms

of this

AGREEMENT b y virtue of the perfo rmance or n o n -

performance

of required

services

by

any Designated

Specialist who may associate with the CONSULTANT in performing the work.

The CONSULTANT shall reta in all financial and design documentation related to the Pro ject for a minimum

of

four (4)

years after completion of

this

AGREEMENT, or for such longer period as may be

required

by law .

Minimum Drawing Requirements

The composite set

of.

drawings to

be

produced shall contain sufficient information

and detail

to c learly define all proposed

improvements

in

terms

of

quantity, quality

and

location.

The

CONSULTANT

shall

propose

a

drawing

li st to

be

reviewed

an d

approved by

the CITY.

This is a lump sum contract.

U

Burrell Schedule A

11/28/2011 6: 56 PM

U

22

J l

Page 99: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 99/152

SCHEDULE B.

CONSULTANT COMPENSATION

Schedule

of

Payments

Design Services* $

76,618.00

Bidding

and

Award Services $

1,

360.

00

Construction

Administration

Services (through

Substantial

Completion) ** $

20,

290.00

Project Closeout $

1 , 260. 00

Other Services $

10,

850.

00

Reimbursable

Allowance * ** $

,060.00

Note *: T hes e s e rv ice s s ha ll be

paid based

on percentage comple te of

e ac h p ha se as

identified in t he i nd iv id u al t as k s an d

attached

Schedule

B, prepared

by

the CONSULTANT.

Note * *:

Construction Administration will

b e

paid based

o n

a monthly basis upon commencement of construction and for a

project duration of four ( 4) months ( through Substantial Completion).

The CONSULTANTs

m o nth ly fe e

during

this

construction phase will be $

5,

072.

5.

I n

the event

that, .through no fa ult o f the

CONSULTANT,

Construction

Administration

services are

required to

be

extended, which extension shall be subject to prior CITY approval, at

its s ole

discretion, the CONSULTANT agrees

to

extend

said services for $2,822

per

month for

the

duration required to complete

the

project.

Note ***:

The re imbursable al lowance

belongs

to th e CITY

an d

must

be

approved

in

advance,

by

the

Project Coordinator.

Unused

portions

will not be paid to the CONSULTANT.

O

Burrell Schedule A

11 / 28/2011

U

U

U

0

0 0

U

U 0

0

U

0

V

U

uU U

l:

U U

0

U U 01

0

0

0

0

000

U

2

0

Page 100: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 100/152

EXHIBIT

VIII

GENERAL

CONDITIONS OF THE CONSTRUCTION CONTRACT

000

300

U,

00

U

U

U

V J

V

0 U U 0 U

V

V

V

V

J

U

U

0

v

U U

V V

0

0 U

J

V

V V

V V

0

U

U U

U

0

JJ

V

UJJ

0

v0v

V

J 0

0 J

J ,

i.

JJ

v

3 0

00

J .

JJJJ J ,.

J

36

Page 101: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 101/152

00XXX. GENERAL CONDITIONS:

1 .

Proiect

Manual:

1 .

1.

The

Project M an ua l in clu des any g en eral o r special

Contract

c on ditio ns o r

specifications

attached

hereto.

1 . 2.

The Project Manual,

a l o n g

with

a ll

documents that make up

a n d

constitute the

Contract Documents,

shall be .

followed

in strict accordance as

to

work,

performance, material, '

an d

dimensions except.when

Consultant

m ay authorize,

in writing,

an exception.

1 . 3.

Dimensions

given

in

figures

are to

hold

preference over scaled

measurements

from the drawings; however,

all

discrepancies shall

be

resolved by Consultant.

Contractor shall not proceed when in doubt as to any dimension

or

measurement,

but

shall

seek

clarification from Consultant.

1.

4.

Contractor

shall

be

furnished

three (

3 )

copies , free o f

charge,

of

the

Project

Manual;

two

of w hic h sh all be

preserved

an d a lw ays k ept a cc essible to

Consultant an d Consultant'

s

authorized representatives.

Additional

c op ie s o f th e

Project

Manual

may be obtained from City at the cost of reproduction.

2.

Intention of

City:

It is the intent

of

City

to

describe in

the

Contract Documents

a

functionally complete

Project (

or part thereof) to be constructed in

accordance with

the Contract Documents

and in accordance with

all

codes and regulations goveming construction of the Project.

A n y w o r k , m a t e r i a l s

o r

e q u i p m e n t

t h a t

m a y

r e a s o n a b l y b e i n f e r r e d f r o m

t h e

C o n t r a c t

D o c u m e n t s a s b e in g r e q u i r e d

t o

p r o d u c e t h e in t e n d e d r e s u lt shall b e s u p p l i e d b y

Contractor whether

or

not specifically

called

for. When

words

which

have a well -known

technical or trade meaning are u se d to d es cribe work, materials or equipment, such

words

shall

be interpreted in accordance

with

that

meaning.

Reference to

standard

specifications,

manuals, or

codes

of

an y

technical

society,

organization

or assoc iat ion , - or

t o t h e . l a w s o r

r e g u l a t i o n s

o f a n y g o v e r n m e n t a l a u t h o r it y , whether s u c h r e f e r e n c e b e

specif ic or by implication, shall mean

the .

latest standard

specification,

manual, code or

laws

or regulations

in

effect at the tim e o f

opening

of

bids

an d Contractor shall

comply

therewith.

City shall have

no

duties o ther than those duties and obligations expressly

set

forth

within

the Contract Documents.

3.

Preliminary Matters:

3. 1 .

Within

five ( 5 )

calendar days

prior to

the

pre - onstruction meeting described in

Section 3.2, Contractor

shall

submit

to

Consultant for Consultant'

s

review and

acceptance

3.

1 . 1

A

project "

Base Line" schedule, one ( 1 )

copy

on

a

CD and One ( 1 ) hard

copy (

activities

arranged

in "

waterfall "),

in

the

Indicated

form for

Fina l

revewandapprova:

Bar Chart

Modified

CPM

CPM

U

U

U

U

U

V

U

U

V

U

JJ

U

JJJv

U

Page 102: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 102/152

X)

Computerized

CP M using the latest edition Primavera P3

software

CP M shall be interpreted to be g en era lly a s o utlin ed in the Asso c ia ti on o f

General

Contractors (

AGC)

pubicaion "

The Use

of

CPM

in

Construction. ")

CONTRACTOR shall

provide

a

preliminary m an

loaded,

lo g ic based "

Base

Line"

Project

schedule using " Early

Start"

and "

Early

Finish" dates fo r each

activity. The Contrac tor shall include, in add ition to normal work activity

input, input that

encompasses

all submittal

approvals,

delivery

durations

for important

materials and /

or

equipment, and

Logic

relationships of

activities including physical an d site

restraints.

This input shall be

precedence

based CP M scheduling using the

most

recent version of

Primavera P3 software.

CONTRACTOR

shall

provide

PROGRAM

MANAGER

with a copy

of

the software.

The

preliminary .

Base

Line

project schedule

when

submitted

shall have

attached a run of the programs generated error report that states no errors

and be

acceptable

to

CONSULTANT.

Monthly,

C ON T R A CT OR s ha ll submit w ith e ac h progress application an

update of the Project

Schedule with an

error repor t s tat ing no errors ( that

does

not revise the base line

schedule),

showing th e

progress

fo r

the.

month.

C ON T R CT OR S HA LL

SUBMIT

ON E HARD COPY

AN D

ON E

ELECTRONIC

COPY. •

In '

addtion

to

the

Progress

Schedule

CONTRACTOR

shall

include a narrative

report

of

the

months' progress,

an

explanation of

an y

delays and or additions /

deletions

to activities.

It is

strongly recommended that

CONTRACTOR

hire a seasoned

professional,

in

the use of Primavera

P3,

to develop and update the

Primavera

P3 proiect schedule.

CONTRACTOR agrees to -attend

weekly

progress

meetings

and provide

an updated (

3 ) w eek lo ok ahead

schedu le for review

an d

discussion and

monthly be

prepared to

discuss

any:

1 )

Proposed changes to.the Base Line

schedule

logic;

2) Explain an d provide a

narrative

for reasons why

logic

changes

should be

made;

3)

Update

to

individual

subcontractor

activities;

and

4)

Integration of changes into

the. schedule.

Th e

Project Schedule

shalt

be

the basis o f

th e CONTRACTOR' S

work

and shall

be complied

with

in all-

respects.

If CONTRACTOR'S Work becomes

more

than (

30)

days

behind schedule

CONTRACTOR shall be required

to submit

a "

Make -

Up" schedule to

PROGRAM M A N A G E R for

review

an d

acceptance

that

demonstrates

Catch

Up"

within thirty (

3)

days.

CONTRACTOR

shall

provide,

at

DATE: March 2011

CITYOF MIAMI3EACK

UU

0

0000

U

JU

UU U U

i

U

U

Page 103: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 103/152

CONTRACTOR' S cost; the

necessary additional labor and

or

equipment

n e c e s s a r y t o m a k e -u p the l o s t

t im e .

F a i l u re t o p r o v i d e

a "

M a k e -U p " .

s c h e d u l e

o r vigorously

follow t h e " M a k e -

U p "

s c h e d u le s h a ll b e r e a s o n

to

default CONTRACTOR.

3.

1 . 2

After award

bu t prior to the su bm is sio n o f the

final progress schedule ,

CONSULTANT,

Contract Administrator and CONTRACTOR shall meet

with all

utility

owners and secure from

them a

schedule

of

utility

relocation, provided,

however, neither CONSULTANT nor

CITY shall be

responsible

for the nonperformance by the utility owners.

3. 1 . 3.

A p re liminary schedu le o f Shop Drawing submissions; and

3.

1 . 4.

I n

a l u m p s u m c o n t r a c t o r

in

a c o n t r a c t w h ic h in c lu d e s lu m p s u m b id i t e m s

of Work, a preliminary schedule of values for a ll of the Work which will

include quantities and prices of items aggregating the Contract

Price

an d

will subdivide the Work into component parts in sufficient

detail to serve

as the basis

for

progress payments dur ing construc tion.

Such

prices will

include

a n

appropriate amount of overhead a n d

profit

applicable

to each

item

of work which will be confirmed

in writing by Contractor

at

the

time of

submssion.

Su ch pric es

shall

be

broken

down to

show labor, equipment,

materials and overhead

and

profit.

3.

1 .

5.

After

award

bu t prior to . the submission of the progress schedu le ,

Consultant, Contract Administrator

an d

Contractor

shall

meet

with

all

utility owners and

secure from them a

schedule

o f

uti li ty relocation,

provided, however, neither Consultant nor

C i t y

shall be responsible for

the

nonperformance

by

the utility

owners.

3.2.

At

a

t im e s p e c i f i e d

b y

C o n s u l t a n t b u t b e f o r e C o n t r a c t o r

starts

t h e w o r k

at

t h e

Project

site, a conference attended by

Contractor, Consultant

an d o the rs as

d e e m e d

a p p r o p r i a t e

b y

C o n t r a c t A d m in is t r a t o r ,

w i l l

b e

h e l d t o . d i s c u s s t h e

schedules referred to in Section 3 . 1 , to d iscuss procedures for

handling

Shop

Drawings and other

submittals and

for processing

Applications

for Payment, and

t o e s ta b l is h

a

w o r k i n g u n d e r s t a n d i n g a m o n g t h e

p a r t i e s a s

t o

the

Work.

3.3.

W it h in t h ir ty - iv e ( 3 5 )

d a y s

f r o m t h e P r o j e c t I n i t i a t i o n D a t e

s e t

f o r t h

in

t h e N o t i c e

to P ro ce ed , a

conference attended

by

Contractor ,

Consultant and

others, as

appropriate,

will

be

held

to finalize

the schedules

submitted

in accordance with

S e c t i o n

3 . 1 . W it h in

f o r ty - i v e (

4 5 ) d a y s a f t e r

t h e

P r o j e c t I n i t i a t i o n D a t e s e t

f o r t h

in

the

Notice

to Proceed, the Con trac to r sha ll revise

the

or ig inal schedule

submittal

to

address

all

rev iew comments

from

the C PM re view conference

an d resubmit

for

Consultant

review.

The finalized progress schedule will

be

accepted

by

Consultant o n l y

a s

p r o v i d i n g

a n

orderly progression o f

the Work

to completion

within the Contract

T i m e , b u t

such acceptance s h a l l

n o t constitute acceptance b y

C i t y o r C o n s u l t a n t

o f

t h e m e a n s

o r

m e t h o d s o f

c o n s tr u c t io n o r

of t h e s e q u e n c in g

o r s c h e d u lin g o f

t h e

W o r k ,

a n d

s u c h

a c c e p t a n c e

w i l l n e i t h e r

i m p o s e

o n

C o n s u l t a n t

o r

C i t y r e s p o n s i b i l i t y for t h e p r o g re s s o r s c h e d u l i n g o f t h e W o r k n o r

DATE:

March

2011

CI7YOF MIAMI -BEACH

U0

0

U

U

O

0 u

J 0

J

J

U

J

0

JJJJ

0 0 0

J

J JJ

V

JJ_»

0'

J

Page 104: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 104/152

relieve Contractor from full responsibility therefore.

The

finalized schedule of

Shop Drawing

submissions must

be acceptable to

Consultant a s providing

a

workable

arrangement

fo r

processing the

submissions. The

f inal ized schedule of

values pursuant t o Section 3 . 1 . 3 a b o v e must

b e

acceptable t o Consultant a s t o

form

and

substance.

Performance

Bond

and Payment Bond:

Within

fifteen (

1 5 ) calendar days of

being notified

of

the

a w a r d ,

Contractor shall

furnish a

Performance Bond and a Payment Bond containing a ll the provisions of .

the

Performance Bond

an d

Payment Bond attached hereto as forms

00710

and 00720.

4.

1 .

Each Bond'

shall

be in th e am ou n t o f o ne hu nd re d percent ( 100 %)

of the Contract

Price guaranteeing to

City the

completion

and

performance of the work covered

in such

Contract as

well

as

full

payment of •al l

suppliers,

laborers,

or .

subcontractors employed pursuant to this Project.

Each

Bond shall be with

a

surety

company which

is

qualified

pursuant t o

Article

5 .

4.2.

Each

Bond shall

continue in effect

fo r

one ye ar afte r F in al

Completion

an d

acceptance of the work with liability equal to one hundred

percent ( 100 %)

of the

Contract

sum , o r an

additional bond shall

be

condit ioned

that Contractor

will,

upon notification

by

City,

correct any

defective or faulty work or materials which*

app ear w ith in one

year

afte r F ina l Comp le ti on o f the Contract.

4.

3.

Pursuant

to the requirements

of Section 255 .

05 (

1 ) (

a),

Florida Statutes,

as may

be amended from time

to

time, Contractor

shall ensure that the bond( s)

referenced above shall be recorded in the public records

of

Miami -Dade County

an d

provide

City with

evidence of

such recording.

4.

4.

Alternate

Form

of

Security:

I n

lieu

of

a

Performance

Bond and

a

Payment Bond,

Contractor

may

furnish

alternate forms o f secu rity which m ay be

in

the form of cash, money order,

certified

check,

cashier'

s

check

or unconditional • etter of credit in the form

attached hereto as

Form

00735.

Such alternate

forms of security

shall

be

subject to

the prior approval of

City and for same purpose

and

shall be subject to

the same

conditions a s

those

applicable

above and shall

be held b y

City for

o n e

year after

completion an d

acceptance

of

the

Work.

5. •

Qualification

of Surety

5. 1 . .

Bid Bonds,

Performance

Bonds and Payment Bonds over Five Hundred

Thousand Dollars ($

500,000.00):

5 .

1 .

1 .

Each

bond must

be

executed

by

a

surety

company

of

recognized

standing,

authorized to d o

business in the

State

of F lorida as surety,

h a v i n g

a

r e s i d e n t a g e n t

in

t h e S t a t e o f F lo r id a a n d h a vin g b e e n i n

business

with a record of successful continuous operation for at least

five

5) years.

DATE: March 2011

J

u

U

t:

CITYOF:MIAMI BEACK

4

L

o

U co

C 3

3

V

U

J

J

JJJ

0

J

J

03 00 u

0 0 0 0 3

J

Page 105: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 105/152

5. 1 . 2.

Th e surety company shall hold a current cert if icate of authority as

acceptable surety

o n

federa l bonds in

accordance

with

United

States

Department of Treasury Circular 570,

Current

Revisions.

If

the amoun t

of

the .

Bond exceeds

the underwri ting limitat ion set forth in

the circular,

in

order

to

qualify,

the

net

reten tion o f the surety company

sha ll not

exceed

the underwriting l im i ta t io n in the circular, a n d

the

excess risks must b e

protected by

coinsurance,

reinsurance, or other methods in accordance

with

Treasury Circular 2 9 7 ,

revised

September 1 ,

1978 (

3 1

DF R

Section

223.

10,

Section

223.

111). Fur ther , the surety company

shall

provide City

with evidence

satisfactory

to

City,

that such excess risk has been •

protected in an

acceptable

manner.

5. 1 . 3.

The

C i t y

will accept a surety b o n d from a company with a

r a t i n g

of B + or

better for

bonds

u p

to $ 2 million,

provided, however, that if

any

surety

company appears

o n the watch l i s t

that

is

published quarterly

by

Intercom

of

the Office

of

the Florida

Insurance

Commissioner,

the

City shall

review

and e ither accept or

reject

th e s ure ty c om pa ny based on the financia l

information available to the City . A sure ty company

that

is rejected by the

City

may

be substituted

by

the

Bidder

or proposer with

a surety company

acceptable

to

the

City, only

if

the

bid

a moun t d oe s

not increase.

The

following sets f o r t h , in general,

the acceptable

parameters

for

bonds:

Policy-

Financial

holder'

s

Size

Amount of Bond

Ratings

Category

5 .

00,

001 to 1, 000,000 :

B+

Class I •

1 , 000,

001 to

2,000,000 •

B+

Class II

2,000,

00 1

to 5 , 000,000

A

Class

III

5,000,00 1 to 10 , 000,000

A

Class IV

10,

000,001 to

25,

000,000

A

Class

V

25,

000,001

to 50,

000,000 .

A

Class VI

50,

000,

001

or more .

A Class

VII

5.2:

F or projects of $ 500, 000.

00

or less,

City

may

accept

a B id Bond, Performance

Bond

and

Payment Bond

from

a surety company which h as tw ic e th e minimum

surplus and capital r e q u ir e d b y the Florida insurance Code a t

the tim e

the

invitation to bid is issued,

if

the surety

company

is otherwise in compl iance with

the

provis ions of

the Florida

Insurance Code,

and

if

the surety company

holds

a

c u r r e n t ly v a l id

c e r t i f i c a t e o f a u t h o r i t y is s u e d b y the U n i t e d

S t a t e s

Department o f

t h e

T r e a s u r y

u n d e r S e c t i o n 9 3 0 4

t o

9 3 0 8 of T i t l e

3 1 o f

the U n i t e d S t a t e s C o d e ,

a s may b e

amended

f r o m t ime to

time. The

Certificate and

Affidavit

s o

certifying

Form

00722)

should be submitted with the Bid Bond and also with the

Performance Bond

and

Payment Bond.

5.

3.

More

stringent

requirements of

any grantor agency are

set

forth within the

Supplemental Conditions.

If

there are

no more

stringent

requirements, the

provisions of

this section shall apply.

CITYOF.

MIAMI BEACH

DATE:

March

2011

v

U U

1.

0 0

L L

U C )

0

l

0

0UJ L

0

0

Page 106: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 106/152

Page 107: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 107/152

X ]

7. 1 . 2.2. 1ndependent

Contractors.

X ]

7.

1 .

2.3.

Products and /or Completed Operations for contracts over

Fifty

Thousand

Do llars ($

50,

000.00)

Contractor

shal

maintain

in

force

until at least

three

years

after

completion

of

al l work

required

under the

Contract,

coverage

for

Products

an d Completed Operations, including

Broad

Form Property

Damage.

X ]

7.

1 . 2.4:

Explosion, Collapse

an d

Underground Coverages.

X ]

7. 1 . 2. 5 . Broad Form Property Damage.

X ]

7. 1 . 2.6.

Broad

Form Contractual Coverage

applicable to. this specific

Contract, including

any hold

harmless and /or indemnification

agreement.

7.

1 .

2.7.

Personal

Injury

Coverage

with Employee

and

Contractual

Exclusions removed, with

minimum

limits of coverage

equal

to

those

required fo r

Bodily

Injury

Liability

an d Property

Damage

Liability.

X ]

7 . 1 .

2.

8 .

City

is

to be

expressly

included

a s a n Additional Insured

with

respect to l iabil ity arising

out

of operations performed for City

by

or on

behalf

of

Contractor

or acts or

omissions of

Contractor in

connection with general

supervision

of such

operaion.

7.

1.

3.

Business

Automobile Liabili ty

with

minimum

limits

of

One Mill ion

Dollars

1 ,

000,

000. 00) pe r

occurrence,

c om b in e d s in g le

limit for

Bodily

Injury

Liability

and

Property

Damage

Liability. Coverage must be afforded o n a

form

no

more

r es tr ic ti ve than the la test edition

o f th e B u sin e ss

Automobile

Liability policy, without restrictive endorsements, a s

filed

b y the Insurance

Services Office,

and

must include:

7.

1 .

3. 1 .

Owned

Vehicles.

7. 1 .

3.

2.

Hired and Non -Owned Vehicles.

7. 1 . 3.3.

Employers'

N on -Ownership. ( N ot Applicable to this bid)

X ]

7. 1 . 4.

Builder'

s R is k in su ra nc e fo r

the construc ti on

of

and /

or

addition to

aboveground buildings

or structures

is /s

not

required.

The

coverage

shall be " All Risk"

coverage

for 10 0 percent

of

the

completed value,

covering City

a s

a

named insured, w i t h

a

deductible

of

not

more

than

F i v e

Thousand Dollars ($

5,000.00)

each claim.

7. 1 .

4.

1 .

Waiver of

Occupancy

Clause

or Warranty — o licy must be

specifically endorsed

to

eliminate any " Occupancy Clause"

o r sim ila r w arra nty

or

representation that

the

building( s ) ,

CITYOF MIAMI

BEACH

DATE: March 2011 „

7 -

L

Page 108: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 108/152

addition(

s)

or structure(

s)

in the course of construction shall •

not be

occupied

without

specific endorsement of the policy.

The Policy

must be endorsed

to

prov ide that

the

Builder' s ,

Risk coverage

will

continue to apply until final acceptance of

the

building(

s),

addition(

s )

or

structure(

s)

by

City:

7.

1 .

4.2.

Flood Insurance- -When

the buildings

or

structures

are,

l ocated wi th in an identified special flood

hazard

area, flood

insurance

must be afforded for the lesser of the total

insurable value of

such

buildings or structures,

or, the

maximum amount of flood insurance coverage available

under the National Flood Prograrn.

7.

1 .

5.

Instal la tion F loater

fo r th e

instal la tion of

machinery

and /or equ ipment into

an

existing structure

is /is

not required.

The

coverage

s ha ll b e " All

Risk"

coverage including installation and

transit

fo r

100 percent

of the " installed

replacement cost

value,"

covering City as

a

named

insured,

with a

deductible of

not more than . Five.

Thousand

Dollars ($

5,000.00)

each

cam

7.

1 . 5. 1 .

C essa ti on o f

Insurance--

Coverage

is

not to cease and is to

remain

in

force ( s ubje ct to

cancellation

notice)

until

f inal

acceptance by City.

7. 1 . 52.

Flood

Insurance - -When the m ac hin ery o r eq uipm en t

is

located within an identi fied specia l

flood

hazard area, f lood

insurance must

be

afforded for the lesser of the total

insurable value

of

such

buildings

or structure,

or, the

maximum amount

of

flood insurance coverage available

under the National Flood Program.

7.

2.

if

the

initial

insurance

expires prior

to

th e

completion

of the

work,

renewal c opies

of '

policies

shall be furnished at

least thirty (

30)

days

prior to

the

date

of

their

expraion

7.3.

Not ice

of

Cancellation

and /

or Restriction - -The

policy(ies)

must be

endorsed to

prov ide City

w ith a t le ast

thirty (

30)

days notice o f

cancellation and /or restriction.

7.4.

Contractor shall

furnish

to the

City' s

Risk

Manager

Certificates o f In su ra nc e o r

endorsements evidencing the insurance

coverage

specified

above within f if teen

15) calendar d ays a fte r

notification

o f

award

of. the

Contract.

The

required

Certificates of Insurance shall

name

the types of

policies

provided,

reer

specifically

t o t h is C o n tr a c t , a n d s t a t e

that

s u c h insurance is

a s

r e q u i r e d

b y t h is

Contract. Th e Certificate

of

Insurance shall be in form similar to and

contain

the

information

set forth

in

Form 00708. •

7.5. The official title

of

the Owner is the City

of

Miami Beach, Florida. This official title

shall be

used

in all insurance

documentation.

ci" YO?.

MIAMI.B_ ACI-

DATE: March 2011

Page 109: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 109/152

8.

Labor and

Materials:

8. 1 .

Unless otherwise

provided

herein, Contractor

shall provide an d

pa y for al l

materials, labor, water, tools,

equipment,

light, power, transportation

and

other

facilities and

services necessary

fo r the proper execution

and complet ion

of

the

Work,

whether

temporary or permanent and whether or no t incorporated or

to be

incorporated

in

the

Work.

8.

2:

Contractor sh all a t all

times enforce str ic t discipline and

g oo d o rder among its

employees and subcontractors

at the

Project

site an d shall

not employ

on

the

Project

any un fit

person or anyone no t skilled

in

the work to which they are

assigned

9.

Royalties and Patents:

All fees,

royalties,

and claims

fo r

an y invention, or pretended

inventions, or p aten t o f an y

article, material, arrangement, appliance,

or

method

that

may, be

used

upon or

in

any

manner

be

connected

with the construct ion of

the Work

or appurtenances, are

hereby

included

in

the prices st ipulated in this Contract for said

work.

10.

Weather: •

Extensions to

the Contract Time

fo r

delays caused

by

the effects

of

inclement weather

shall be submitted as a request for a

change

in the Contract T ime

pursuant

to Article 40.

These tim e extensions are justified only

when

rains or

other

inc lement weather

condit ions

or

re la ted adverse

soil

conditions prevent

Contractor

from produc ti ve ly

performing

controlling items

of

work identi fied on the accepted schedule o r u pdates

resulting

in:

1 )

Contractor

b e i n g

u n a b le t o work

a t

least fifty p e r c e n t ( 5 0 % )

of the normal

workday

on controlling

items of

work

identified

on the accepted

schedu le or

updates

due to adverse

weather conditions;

or

2)

Contractor m us t m ak e m ajo r repairs to th e W o rk d am ag ed b y weather. Providing

the

d am ag e w as

not

attributable

to

a

failure to per form or neglect

by

Contractor,

and providing

that Contractor

wa s unable to work at least

fifty

percent ( 50 %)

of

the normal workday

o n

controlling items

of

work

identified

on the accepted

schedule

or

updates. •

11.

Permits.

Licenses

and

Impact

Fees:

11 .

1 .

Except as otherwise provided

within the

Supplemental Condit ions, all permits

a nd lic en se s

required

by

federal, state

or local laws, rules an d regulations

necessary fo r

the prosecution

of

the

Work

undertaken b y Contractor

pursuant

t o

this Contract

shall

be' -

secured an d

paid

fo r

by

Contractor.

It

is

Contractor'

s

responsibility

t o have a n d

maintain

appropriate Certificate(

s )

of Competency,

valid

fo r

the Work to be performed and valid

fo r

the jurisdiction in which th e Work

is

to

be

performed fo r a ll persons working

on

the Project fo r

whom

a Certificate of

Competency

is

required.

CtTYCF

MIAMI

IEA( ri .

DATE:

March

2011

c

u

Page 110: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 110/152

11. 2.

Impact fees levied

b y

the City a n d /o r M ia m i -D a d e County s h a l l

b e

p a i d b y

Contractor.

Contractor

shall be reimbursed only

fo r th e actual am ou nt o f

the

impact fee levied

by the municipal ity a s evidenced b y

an invoice

or other

acceptable

documentation issued

by

the municipality.

Reimbursement to

Contractor

in

no

event shall inc lude pro fi t

or

overhead

of Cont ractor.

12.

Resolution of Disputes:

12. 1

To prevent

all

disputes an d litigation, it

is

ag reed by th e pa rtie s h ereto th at

Consultant

shall decide

all questions, claims, difficulties an d

disputes

of

whatever

n a t u r e which may

arise

relative

t o the technical interpretation

o f

the

Contract

Documents and fulfillment of this Contract as to

the

character, quality, amount

a n d v a l u e

of any

work d o n e a n d m a t e r i a l s f u r n is h e d , or proposed

t o

b e d o n e

o r

furnished under

or,

by reason

of,

the Contract Documents and Consultant'

s

estimates and decisions upon

all

claims, questions, difficulties

an d disputes shall

be

final and binding to the extent provided in Section. 12.2.

Any

claim, question,

d i f f i c u l t y

or dispute which

cannot

b e r e s o lv e d

b y

m u t u a l agreement of C i t y a n d

Contractor

shall

be submitted to

Consultant

in writing within twenty -one ( 21)

calendar

days.

Unless

a

different

period

of time

is set forth herein,

Consultant

s h a l l notify C i t y

a n d

Contractor in

writing

o f

Consultant's decision within twenty-

one (

21)

calendar

days

from the date of

the submission

of the

claim, question,

difficulty

or

dispute,

unless Consultant requires

additional

time to

gather

information or allow the parties to

provide

additional

information.

All

non -

technical

administrative disputes shall be determined

by the

Contract

Administrator pursuant

to

the time

periods

provided

herein.

During

the

pendency

o f a n y

d i s p u t e

a n d

a f t e r

a

d e t e r m in a t io n

t h e r e o f , Contractor,

C o n s u l t a n t

a n d C i t y

shall

ac t

in g o od fa ith to mitigate any potential damages including

utilization

of

construction schedule changes and

alternate

means of

construction.

12.2

I n t h e

e v e n t t h e d e t e r m in a t io n

of a d is p u te u n d e r

t h i s

Article

is

u n a c c e p t a b l e t o

either party hereto, the party objecting to

t h e

determination must notify the other

p a r t y in

writing

within ten (

1 0 )

days of

r e c e ip t o f

the

written

determination.

The

notice m ust state th e basis of the objection

and

must be accompanied by a

s t a t e m e n t

that

a n y Contract P r i c e a d j u s tm e n t c la i m e d is the entire adjustment t o

which

the

objecting party has reason t o believe it is entitled to

a s

a result

of

the

determination.

With in s ixty ( 60) days after Final

Completion

of

the Work , the

parties

sha ll partic ipate in mediation

to

address

all •

objections

to any

determinations hereunder and to attempt

to

prevent

litigation. The mediator shall

b e

m u tu a l l y a g r e e d u p o n b y the p a r t i e s .

S h o u l d

a n y

o b j e c t i o n n o t b e

r e s o l v e d in

mediation,

the parties

retain

all their legal

rights and

remedies provided under

State law. A party objecting to a determination

specifically waives a ll

of

it s

rights

provided

hereunder,

including

it s

rights

a n d

remedies under State law,

if

said

p a r t y

f a i l s

t o

c o m p l y in

s t r i c t

a c c o r d a n c e

w i t h

t h e

r e q u i r e m e n t s of

t h is A r t ic le .

13.

Inspection of

Work:

13.

1 .

Consultant and City shall at a ll times

h a v e

access to the Work, and Contractor

shall provide proper facilities for such .access

an d

for inspecting,

measuring

an d

testing.

DATE:

March

2011

uCITY'

JF

MIF.MCBEAeH

10

OVV(

i

V

V V V V

V

U

J ( J

U

Page 111: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 111/152

1 3 . 1 . 1 . Should

the

Contract

Documents, Consultant's instructions, any laws,

ordinances,

or

any public authority require any of the Work t o b e specially

tested

or approved, Contrac to r sha ll g ive Consultant

timely

notice

of

readiness of the Work

for testing.

if

the

testing

or

approval

is

to be made

b y

a n

a u t h o r i t y

o t h e r t h a n C i t y , t im e l y n o tic e s h a ll

b e

g iv e n o f t h e d a te

fixed for such testing.

Testing

shall be made

promptly, and, where

practicable, at the source of supply. If a ny of the Work

should

be covered

u p w i t h o u t a p p r o v a l

o r

c o n s e n t o f C o n s u l t a n t , it m u s t , if r e q u i r e d b y

Consultant,

be uncovered

for examination

and

properly restored

at

Contractor's expense.

1 3 .

1 .

2 .

Reexamination of any o f the Work may be ordered by Consultant with

prior written approval b y

the Contract Administrator, and

if s o

ordered,

the

Work must be

uncovered by

Contractor.

If

such

Work

is

found to be in

a cc ord an ce w ith the C on tra ct

Documents,

City shall

pay .

the cost o f

reexamination and replacement

by

m ean s o f. a Change Order.

If such

Work is not

in

accordance with the Contrac t Documents ,

Contractor

shall

pay such

cost.

13.2.

Inspectors shall have n o authority to permit deviations from, or to relax any of the

provisions

of, the

Contract

Documents or

to

delay the Contract

by

failure

to

inspect

the materials and work

with reasonable

promptness

without

the written

permission or instruction of Consultant.

13.3.

T h e

p a y m e n t

o f a n y c o m p e n s a t io n ,

w h a t e v e r

m a y

b e it s c h a r a c t e r

o r f o r m ,

o r t h e

g i v i n g of a n y g r a t u i t y

o r t h e

g r a n t in g o f a n y f a v o r b y Contractor t o a n y i n s p e c t o r ,

d i r e c t l y o r i n d i r e c t l y , is s t r i c t l y p r o h i b i t e d , a n d a n y s u c h a c t o n

t h e .

p a r t o f

Contractor will constitute

a breach of

this

Contract.

14.

Superintendence

and Supervision:

14.

1 .

T h e o r d e r s o f

C i t y a re t o

b e g i v e n t h r o u g h

C o n s u l t a n t , w h i c h

i n s t r u c t i o n s

a r e t o

be

strictly an d promptly followed in

every

case.

Contractor

shall keep

on

the

Project

during

its

progress, a

full -ime

competent

English

speaking

superintendent and

any necessary

all

satisfactory to

Consultant.

Th e

superintendent

shall

not be

changed except with

the

written

consent of

Consultant,

unless

the

superintendent proves to

be unsatisfactory

to Contractor

a n d ceases t o b e in

it s

e m p l o y .

The superintendent

shall

represent

Contractor

and

a ll directions

g iven to

the superintendent

shall be

as

binding

as if

given to

Contractor and will be confirmed in writing by Consultant upon the wri tten request

of

Contractor.

Contractor

shall

g ive e ffi cien t superv is ion to the Work, using

its

best skill and attention.

14.2.

D a i l y , C o n t r a c t o r '

s

s u p e r i n t e n d e n f s h a l l r e c o r d , a t

a

m i n i m u m , t h e f o l l o w i n g

information

in a

bound

log:

the

day ; date;

weather conditions

a n d

how any

weather

condit ion

affected progress of the Work ; t ime of commencement of

work

fo r the day; the work being performed; materials, labor,

personnel, equipment

and

subcontractors

at the Pro ject site;

visitors

to the

Project

site, including

representatives of

Consultant;

regulatory representatives; any special

or

unusual

condi tions or

occurrences encountered; and the

time

of termination

of

work fo r

DATE:

March 2011

CITYDF MIAMIIBEA_

CH

1, 1c

V UJ

U

V l

V (

3

u U

0

0

U

3

Page 112: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 112/152

the day.

All

information

sh all be

recorded in the daily log in ink.

The daily

lo g

shall

be

kept

on

the Project

site

and

s ha ll be avai lable at

all

times fo r inspection

an d

copying

by C ity and Consultant.

14.

3.

The Contract Administrator, Contractor

and

Consultant

shall

meet

at

least weekly

or

a s

determined b y the Contract Administrator, during the course of the Work to

review

and

agree upon

the

work perfo rmed

to date and

to

establish the

controlling items

of work for

the

next

two

weeks.

The Consultant shall publish,

keep,

and

distribute

minutes and any

comments

thereto of each such meeting.

14.

4.

If

Contractor, in

the

course

of

prosecuting the

Work,

finds

an y

discrepancy

between

the

Contract

Documents

an d

the physical condit ions

of

the loca li ty ,

or

any errors, omissions, or discrepancies in the Project

Manual,

it shall

be

Contractor'

s duty

t o immediately inform Consultant, in writing, and Consultant will

promptly review the same. Any work

done

after

such

discovery,

until

authorized,

will

be done at

Contractor'

s

sole risk.

14.

5.

Contractor

shall supervise

and

direct

the

Work competently

and

efficiently,

d e v o t i n g s u c h a t te n t io n t h e r e t o a n d a p p l y i n g s u c h s k i l l s a n d e x p e r t i s e a s m a y b e

necessary t o

p e r f o r m

the Work in accordance w i t h the Contract Documents.

Contractor

shall

be

solely

responsible

fo r

the means,

methods, techniques,

sequences and procedures of construction. • -

15.

City'

s

Right

to Terminate

Contract:

15. 1 .

If Contractor fails to beg in

the W o rk w ith in

fifteen (

15) calendar days a fte r th e

Project Initiation Date,

or

fails

to

perform the Work with

sufficient workers and

equipment or

with

sufficient materials

to insure

the prompt

completion

of the

Work, or shall per form

th e W o rk u nsu itably, or cause it to

be

rejected as .

defective

and unsuitable,

or

shall discontinue the prosecution

of

the Work

pursuant

to

the

accepted schedule

or

if Contractor shall fail to

perform an y

material term set forth

in

the Contract Documents

or

i f Contractor

shall

become

insolvent

o r be

declared bankrupt , or commit any ac t of

bankruptcy

or insolvency,

or shall make an assignment fo r the benefit of credi tors, or from an y other cause

whatsoever s h a l l n o t c a r r y o n

t h e

Work in a n

a c c e p ta b le m a n n e r ,

C o n t r a c t

Administrator may

g i v e

notice in writing to Contractor and it s Surety of

s u c h

delay, neglect or defau lt ,

spec ify ing the

same.

If Contractor , within a

period of

five (

5)

calendar days a fte r su ch n o tic e, sh all no t

proceed in

accordance

t h e r e w i t h ,

t h e n

C it y m a y u p o n w r it te n c e r t i f ic a t e f r o m C o n s u l t a n t o f

t h e

fact o f

such

delay,

neglect or default and

Contractor'

s failure to

comply

with such

notice,

terminate

the

services of Contractor ,

exclude

Contractor

from

the Project site

and take the prosecution of the W ork out of the hands

of

Contractor ,

and

appropriate

o r u s e a n y

o r a ll

materials and

equipment o n the Project

site a s m a y

be

suitable

and

acceptable.

I n such

case,

Contractor

shall not

be entitled

to

receive

any

further

payment

until

the Project

is

completed.

in

addition City

may

enter into

an

agreement fo r the comple tion of the Pro ject according to the terms

and

provisions of the Contract Documents, or use such other methods as in

C i t y ' s s o le o p in io n s h a ll b e r e q u i r e d

f o r

t h e c o m p l e t io n o f t h e P r o je c t a c c o r d i n g

t o

the terms a nd p ro visio ns o f

the

Contract Documents,

or

use such other

methods

a s

in

C i t y '

s

s o le o p in io n s h a l l b e

r e q u i r e d for t h e c o m p le t io n

of t h e

P r o j e c t in

a n

CITYO =

MIAMI PEACH

12 "

JJJ

DATE:

March 2011

U JU

U

3 3

0 v

J

J

J

6

J

J 0 0 J V J J

J

J

0)

J0

0

0

JJ

J

Page 113: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 113/152

acceptab le manner. All damag es, co sts and charg es incu rred by City,

together

with the

costs

of

completing

the Project, shall

be deducted from any monies .

due

or

which

may

become due to

Contractor. In

case

the damages a n d expenses

so

i n c u r r e d

b y

C i t y

s h a l l

exceed the

u n p a i d

b a l a n c e ,

t h e n

Contractor s h a l l

b e l i a b le

an d shall pa y to City

the

amount

o f sa id

excess.

15.2. If

after

notice

of terminat ion of Contractor's

right

to proceed, i t is determined

for

a n y r e a s o n t h a t

C o n t r a c t o r

w a s n o t

in d e f a u l t ,

t h e r i g h t s a n d

o b l ig a t io n s o f

C i t y

an d Contractor

shall

be th e sa m e as if

the

notice of termination had

been

issued

pursuant

to the Terminat ion

fo r

Convenience

clause

as

set forth in Section 15. 3

below.

15.3.

This Contract may b e

terminated for convenience

in writing. b y

City

upon

ten (

1 0 )

days written notice to Contractor ( delivered

by

certified

mail,

return receipt

requested)

of

intent

to te rm in ate an d the date on which such termination •

becomes

effective.

In such

case,

Contractor shall be paid for all work

executed

a nd e xp en se s in c urre d p rio r to termination in addi tion to

terminat ion sett lement

c o s ts r e a s o n a b ly incurred b y Contractor r e l a t i n g

t o

commitments which

h a d

become firm prior to

the

termination.

Payment

shall include

reasonable

profit

for

work/services satisfactorily performed.

N o

payment shall

be

made

for

profit

for

work/services which have not been performed.

15.4.

Upon

receipt

of

Notice

of Termination

pursuant to

Sections 15. 1 or

15.

3 above,

Contractor

shall promptly discontinue all affected work

unless the

Notice of

Terminat ion d irec ts otherwise

and deliver

or otherwise

make available to City all

data,

drawings,

specifications,

reports, estimates,

summaries and

such other

information

as

m ay hav e been required by the Contract Documents whether

completed or

in

process..

16.

Contractor's Right to Stop Work or

Terminate Contract:

Should Consultant fai l

to

review

an d

approve or

state

in

writing reasons

fo r

nonapproval

o f

a n y A p p l ic a t io n f o r

P a y m e n t w i t h in

t w e n t y ( 2 0 ) d a y s a f t e r it

is

p r e s e n t e d , o r

if

C i t y f a i l s

e i t h e r t o p a y C o n t r a c t o r w i th in

t h i r ty (

3 0 ) d a y s

a f t e r

p r e s e n t a t i o n b y C o n s u lt a n t o f a n y

sum c e r t i f i e d b y Consultant, o r

t o

n o t i f y Contractor

a n d

Consultant in writing o f a n y

objection

to

the

Application fo r

Payment,

then

Contractor may,

give

written

notice

to City

and Consultant of such delay,

n eg le ct o r default,

specifying the same.

If City

or

Consultant (

where

applicable),

within

a period of ten ( 10) calendar days after such

notice

s h a l l

not

r e m e d y t h e d e l a y , n e g l e c t ,

o r

d e f a u l t u p o n

w h i c h

t h e

notice

is

b a s e d ; t h e n

C o n t r a c t o r

m a y s t o p

w o r k

o r t e r m i n a t e t h i s C o n t r a c t a n d r e c o v e r f r o m C i t y

p a y m e n t

f o r

all

work

execu ted an d rea so na ble expenses sustained therein plus

reasonable

termination expenses.

Any objection

made

b y City

to

a n Application for Payment

shall

be submitted to Consultant in accordance with the provisions of Article 1 2 hereof.

17.

Assignment:

N e i t h e r p a r t y h e r e to s h a ll a s s ig n t h e C o n t r a c t o r a n y s u b c o n t r a c t in whole o r

in

p a r t

without the wri tten consent of

the other, nor shall

Contractor

ass ign any monies

due

or to

become

due

to

it

hereunder, without

the

previous

written

consent o f the

Mayor

and City

Commission.

DATE: March 2011

J CITYOF MIAM BEACH

13"

J V C . 3

v

J

V 33

0

CU C V

JVDV V

V

V

V

3 V

Page 114: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 114/152

Page 115: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 115/152

21.

Contractor to Check Plans, Specifications and Data:

Contractor shall

verify

a l l .

dimensions, quantities

and

deta ils shown

o n the

plans,

specif ications or

other data received

f rom Consultant,

an d shall

noti fy Consultant of all

errors,

omissions

and

discrepanc ies found therein

within

three (

3)

calendar days of

discovery.

Contractor

will

not

be

allowed

to take advantage of

any

error,

omission or

discrepancy, a s full instructions

w i l l b e

furnished b y

Consultant.

Contractor shall not

b e

liable fo r

damages

resulting

from

errors, omissions

or

discrepancies in the Con tract

Documents

u n le ss C o ntra cto r re co g niz ed such

error,

o missio n o r

discrepancy

an d

knowingly

failed

to report it to Consu ltant .

22.

Contractor's Responsibility for Damages and Accidents:

22. 1 .

Contractor

shall accept full

responsibility

fo r the

Work against a ll

loss or damage

of whatsoever

na tu re sus ta ined until f inal

acceptance

by City, an d shall

promptly

repa ir any damage d o n e from any cause whatsoever, except

a s

provided in

Article 29.

22.2.

Contractor shall be responsible for all

materials,

equipment and

supplies

pertaining to

th e Project.

In the even t an y such materials, equipment and

supplies are lost, stolen, dam ag ed o r destroyed prior

to

final acceptance

by City,

Contractor

shall

replace same

withou t cost to. City , except as p rov ided in Article

29.

23.

Warranty:'

Contractor

warrants

to

City that all materials

and

equipment

furnished under th is

Contract

will

be

new unless

otherwise specif ied and

that

all

of the Work will be of

good

q u a l i t y , free

f r o m

f a u l t s a n d d e f e c t s a n d

in

c o n f o r m a n c e w i t h t h e C o n t r a c t D o c u m e n t s .

All

work

not c o nfo rm in g to th es e re q uire m en ts , in c lu din g substitutions n ot p ro pe rly

approved and authorized, m a y

be

considered defective.

If

required

b y Consultant,

Contractor

shal l furnish

satisfactory evidence as

to. the

kind an d

quality

of

materials

an d

equipment. This

warranty

is

not

limited by

the provisions

of Article

25 herein.

24.

Supplementary Drawings:

24.

1.

When, in the opin ion o f Consultant,

it becomes

necessary

to

explain the Work to

be done

more

fully, or to i llustrate the Work

further,

or to

show

an y

changes

which

may

be

required,

supplementary drawings, with

specifications pertaining

thereto,

will be prepared by Consultant.

24.

2.

The

supplementary drawings shall be binding

upon

Contractor with the same

force as the Project

Manual.

Where such supplementary drawings

require

either

less o r more than

the

original quant it ies of work, appropriate adjustments shall be

made

by Change Order.

0

25.

Defective Work:

25. 1.

Consultant

shall

have the

authority to reject or disapprove

work

which Consultant

finds to

be defective.

If

required

by

Consultant,

Contractor shall

promptly

either

DATE: March 2011

tiTYGF.

MIAMI EACH

15

0

o

0

V

J

J 0

0 0

V

0 0 0

J

0 0

0

0

JJJJ 0 J 0

0

v

0

JO

03 0

JJJJ0

0

0

Page 116: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 116/152

correct

all

defective

work or remove such

defective work and

replace it with

nondeectivework.

Contractor shall

bear

all

direct,

indirect and consequential

co sts o f

such

removal

or

corrections in clu din g c ost o f testing laborator ies and

personne.

25.

2.

Should Contractor fail or refuse to

remove

or correc t any defective

work

or to

m a k e a n y n e c e s s a r y r e p a i r s in a c c o r d a n c e

w i t h

t h e r e q u ir e m e n t s o f t h e C o n t r a c t

Documents

within the time

indicated

in

writing

by

Consultant,

City shall

have

the

authority to c au se the defective work , to be removed or corrected, or make such

r e p a i r s

a s

m a y b e n e c e s s a r y

a t

C o n t r a c t o r ' s e x p e n s e .

A n y , e x p e n s e

i n c u r r e d b y

C i t y in

m a k i n g

s u c h

r e m o v a l s ,

c o r r e c t i o n s

o r

r e p a i r s , s h a l l b e p a i d f o r

o u t o f

a n y

monies du e

or

which may become due to Con tractor ,

or

may be

charged against

the Performance Bond.

In

the event

of

failure o f Contractor to make al l

necessary

r e p a i r s p r o m p t l y

and

fully, C i t y

may

d e c l a r e Contractor

in

default.

25.

3.

I f , w i t h i n

o n e ( 1 ) .

year

after

the

date

of s u b s t a n t i a l

completion

o r s u c h

longer

period of

time

as

may

be prescribed

by

the

terms

of any

applicable special

w a r r a n t y

r e q u i r e d b y

t h e C o n t r a c t

D o c u m e n t s ,

o r b y a n y

s p e c i f i c

p r o v i s i o n

o f t h e

C o n t r a c t

D o c u m e n t s , a n y o f the Work

is

f o u n d t o

be

d e f e c t i v e

o r n o t in

accordance

with the Contract

Documents,

Contractor ,

after

receipt of written

n o t ic e f r o m

C i t y ,

s h a l l

promptly

correct s u c h d e fe c t iv e o r

nonconforming

Work

within the t ime specified by

City

without cost

to City, to do so. Nothing contained

herein

shall be construed

to

establish

a period of

limitat ion with respect

to

any

other obligation which Contractor m ig ht h ave under th e C on tra ct

Documents

including

but not

limited to , Article 23 hereof and

any

claim regarding latent

defects.

25.4.

F a i l u r e t o r e j e c t a n y d e f e c t i v e

w o r k

o r

m a t e r i a l

s h a l l

n o t

in a n y w a y p re v e n t l a t e r

rejection when such

defect

is

discovered,

or obligate City

to

final

acceptance.

26.

Taxes

C o n t r a c t o r s h a l l p a y a ll a p p l i c a b l e s a l e s ,

c o n s u m e r ,

u s e

a n d o t h e r t a x e s r e q u i r e d b y

l a w .

Contractor is responsible for

reviewing

the pertinent

state

statutes involving state

taxes

and complying with

all requirements.

27.

Subcontracts:

27. 1. Contractor shall

not

employ

any

subcontractor

against whom

City

or

Consultant

m ay

have

a

reasonable

objection. .

Contractor

shall

not be

required

to employ

any

subcontractor against whom

Contractor has a

reasonable objection.

27.

2.

C o n t r a c t o r s h a l l b e

fully r e s p o n s i b l e

for a ll

a c t s

a n d

o m is s io n s

o f it s

subcontractors

and

of

persons

directly

or

indirectly

empoyed

by its

subcontractors

and

of persons

for

whose

acts any

of them may

be

liab le to

the

same extent

that

Contractor is responsible for the

acts

and omissions of persons

directly employed

by

it.

Nothing in

the

Contract Documents shall create an y

contractual relationship between any subcontractor a n d City or

any

obligation

on

the

p a rt o f C i t y

to p a y

or t o

see

the p a y m e n t o f any m o n i e s due a n y

DATE: March 2011

C .: IT YO F M I AM I SEACH

16

l;3J 9

0

0

u 0

0

3

0 O

u

3

9 39 J O 3

p

0

5

05 ,.)

0 •

0339 0

0

Page 117: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 117/152

subcontrac tor. City or Consultant may furnish to any

subcontractor

evidence of

amounts paid

to

Contractor on account of

specific

work performed.

27.3. Contractor agrees to bind specifically every subcontractor

to

the applicable terms

an d

conditions

o f

the

Contract

Documents fo r the benefit o f

City.

27.4.

28.

Separate Contracts:

28.

1.

C i t y r e s e r v e s

t h e

r ig h t t o le t o t h e r c o n t r a c t s

in

c o n n e c t i o n w i t h t h is P r o je c t .

Contractor s ha ll a ffo rd o th er persons reasonable opportunity for the introduction

an d storage of their m a te ria ls a n d

the

e xe cu tio n o f

their

work a nd s ha ll properly

connect and coordinate this Work

with

theirs.

28.2.

I f

a n y

p a r t

o f

Contractor'

s Work

d e p e n d s f o r p r o p e r e x e c u t i o n or

r e s u l t s

u p o n t h e

w o r k

of

a n y

o t h e r p e r s o n s , C o n t r a c t o r

s h a l l

in s p e c t a n d p r o m p t l y r e p o r t

t o

Consultant

a n y defects in s u c h work that render

it

unsuitable

for

such .proper

execution

and resuts.

Contractor's failure

to

so inspect and

report shall

constitute an acceptance of the

other

person' s work as fit and proper fo r the

reception

of Contractor's.Work, except

as

to defects

which

may develop in

other

contractor' s work after the execution of Contractor's.

28. 3.

Contrac to r sha ll c on du ct

its

operations and take all reasonable steps to

coordinate

the prosecution

of

the

Work

so

as to

create

no interference or

impact (. •

on a ny o the r contractor on the s ite .

Should such interference or impact occur,

Contractor

shall be liable to

the

affected

contractor

for the cost of such

interference or impact.

28.

4.

To insure the proper execution

of

subsequent work, Contractor shall inspect the

work

already

in

place

a n d

shall

a t o n c e

report to

Consultant

a n y

discrepancy

between the executed work and the requirements of the

Contract

Documents.

29.

Use of Completed

Portions:

29. 1 .

City shall

have the

right at

it s

sole

option

to take

possession of and use any

completed

or partially

completed portions of

the

Project.

Such possession

and

use

shall

not

be

deemed a n acceptance of

any of

the

Work

not

completed

in

accordance

with the

Contract Documents.

If

such possession

and use

increases,

the c ost of

or

delays the Work, Contractor

shall

be entitled to

reasonable extra

compensation or reasonable extension

of

time

or both, as

recommended

by

Consultant and approved by City.

29.

2.

In

the event

City

takes possession

of

any

c om ple te d o r p artia lly c om ple te d

portions

of the Project, the following shall

occur:

29. 2. 1 .

C i t y s h a l l g iv e n o t ic e t o C o n t r a c t o r in writing a t least thirty (

30)

calendar days prior to

City'

s

intended occupancy of

a

designated

aea

DATE: March 2011

CITY.OF

MIAN11;

3EACH.

17'

0

C' 3

U

U

U

3 0

33

U

Page 118: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 118/152

29.

2.2.

Contractor shall

complete

to

the

point

of

Substantial

Completion

the

designated

area and request inspection and issuance of a

Certificate

of

Substantial Completion in

the

form attached

hereto as

00925 from Consultant.

29.

2.3. Upon

Consultant's

issuance of

a

Certificate

of

Substantial

Completion, City will assu me fu ll

responsibility

fo r maintenance,

utilities, subsequent damages of

City an d public, adjustment of

insurance coverage'

s and

start of

warranty

for

the

occupied area.

29.2.4.

Contractor

shall

complete all items

noted

on the Certificate of

Substantial

C om ple tio n w ith in

the time specified by Consultant on

the

Certificate of Substantial Completion, as

soon

as possible and

request

f ina l inspec tion

an d final acceptance of the

portion

of the

Work

occupied.

Upon completion of

final inspection

and

receipt

of

an application

fo r

f inal

payment,

Consultant

sha ll is su e

a Final

Certificate

of Payment

relative to

the

occupied area.

29.2.

5.

If City

finds

it necessary

to occupy

or use a portion or portions of

the

Work

prior to

Substantial Completion thereof,

such

occupancy

or

use

sh all n ot c om m en ce p rio r to

a

time mutually agreed upon

by

City and

Contractor and to which the insurance company or companies

providing the property insurance have consented by endorsement t o

the policy or policies.

Insurance

on the unoccupied

or

unused

portion

or

portions

shall not be canceled

or

lapsed on account

of

such partial

occupancy

or use.

Consent of

Contractor

and of the

i nsu rance co mpany

or

companies to

such

occupancy or

u se s ha ll

not

be unreasonably withheld.

30.

Lands forWork:

30.

1 .

City shall

provide, a s m a y b e indicated

in the

Contract

Documents, the

l a n d s

upon which the Work is to be performed, rights -of -way and easements for access

thereto an d

such

other lands as

are designated by City or

the use

of Contractor.

30.2.

Contractor

shall provide, at

Contractor's

ow n

expense

and without liability to City ,

a n y

additional

la n d a n d

a c c e s s t h e r e t o

that

m a y

b e required for

t e m p o r a r y

construction facil it ies,

or

for storage of materials.

Contractor sha ll fu rn ish to City

co pies o f

written

permission obtained

by

Contractorr

from

the

o wners o f such

facilities.

31.

Legal

Restrictions and Traffic

Provisions:

Contractor

shall

conform

to 'and

obey

all

applicable

laws,

regulations,

or ordinances

with

regard to labor employed,

hours

of

work

and

Contractor's

general operations.

Contractor shall conduct its operations so as no t to close any thoroughfare, nor interfere

in any

way

with traffic

o n

railway, highways, or water, without the prior wri tten consent of

the proper authorities.

DATE: March 2011

CITYZ.

F

M1AMI3ER6H

18

0

U U

L

V

1c

U

J

1

J

L L

J

Page 119: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 119/152

Page 120: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 120/152

net dolla r

savings

shall be shared equally between Contractor and

City and

shall

be

processed as

a

d ed uc tiv e C ha n ge Order. City may require

Contractor

to furnish at

Contractor'

s

expense a

special

performance guarantee or

other surety

with

respect to

an y substitute approved after award of the Contract.

34.

Continuing

the Work:

Contractor shall carry

on

the Work and adhere to the progress schedule during a l l

disputes or d isagreements

with City,

including disputes or disagreements concerning

a

request fo r a Change Order , a request fo r a change in the Con trac t Price or Contract

Time. T he W o rk shall

not be

delayed or postponed

pending

resolut ion of any disputes

or disagreements.

35.

Changes in the Work or

Terms

of Contract

Documents:

35. 1 .

Without invalidating the

Contract

an d without notice to any s ure ty City reserves

a nd s ha ll have the right, from time to tim e to make

such

increases, decreases or

other changes

in

the. character or

q ua ntity o f the

Work

as may

be,

considered

necessary

or desirable to complete fully and

acceptably

th e proposed

construction in a satisfactory

manner.

Any

extra

or

addit ional

w o rk w ith in the

scope

o f this P ro ject

must be

accomplished by means of

appropriate Field

Orders an d Supplemental Instructions

or

Change Orders.

35.

2.

Any changes

to

the terms

of the Contract

Documents

must b e

contained in '

a

written

document,

executed

by the

parties

hereto, with

the same

formality and of

equal dign ity prior to the initiation of any work reflect ing

such

change. This

section

shall

not

prohibit

the issuance

of

Change Orders executed o nly by C ity

as

hereinafter provided.

36.

Field

Orders and Supplemental

Instructions:

36.

1 .

The

Contract

Administrator, through

Consultant,

shall

ha ve the rig ht

to

approve

and

is sue F ield

Orders setting forth wri tten interpretations of th e in te nt of the

Contrac t D oc uments

an d ordering .minor

changes

in Work execut ion,

providing

the

Field Order invo lves no change in the Contract Price or the Contract

Time.

36.2.

C o ns ulta nt s ha ll h av e

th e rig ht

to approve an d is su e Supplemental Inst ructions

setting forth written orders,

instructions,

or interpretations concerning the

Contract

Documents

or its

performance

provded

such

Supplemental

Instructions involve

no

change in the Contract Price

or

the Contract Time.

37.

Change Orders:

37.1 .

Changes in the quantity or character

of

the Work

within

the scope

of

the Project

which are not properly the

subject

c i f .

F i e l d Orders

o r

Supplemental Instructions,

including a ll changes resulting in changes in t h e Contract Price, or the Contract

Time, shall

be

autho rized o nly by Chang e

Orders approved

in advance and

issued

in accordance with

the

provisions of

the

City.

DATE: March 2011

C :

ITY,

OF- M p ,AMI:

BEACH ,;

u ,

20 0

0

0

0

0

0

U VU

V V

V

U

U

Page 121: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 121/152

37.2.

All

changes

to

construction

contracts

must

be approved

in advance in

accordance

with the value of the Chan ge Order o r the

ca lcu la ted value

of the

time

extension.

All

Change

Orders with

a value

of $

25 , 00 0 or m ore shall

be

approved in advance by the Mayor an d City Commission.

All

Change Orders

with

a

value

of

less than $

25 , 00 0

shall

be

approved

in

advance

by

the

City

Manager orhis designee.

37.

3.

I n

th e e ve nt

satisfactory adjustment

cannot

be

reached fo r an y

item requiring

a .

change in the Contract Price or Contract T ime, and a Change Order has not

been issued,

City reserves

the

right at it s sole

option

to either

terminate

the

Contract as it applies to the

items in '

question and make such

arrangements

as

may b e deemed

necessary to complete the disputed

work;

or submit the

matter

in

dispute to

Consultant as

se t forth in Article 12 hereof. During the p en d en c y o f

the dispute, and u po n

receipt

of

a

Change

Order

approved

by

City, Contractor

shall promptly

proceed w i t h

the

change

in the Work involved a n d

advise

the

Consultant

an d

Contract Administrator

in writing

within seven (

7)

calendar days

of

Contractor'

s

agreement

or disagreement with

the

method, if

any,

provided in

the

Change

Order

fo r

determining

the

proposed adjustment

in

the

Contract

Price

or Contract Time.

37.4.

O n approval

of

any Contract change increasing the Contract Price, Contractor •

shall

ensure that th e performance

bo nd a nd

payment

bond

are increased so

that

each reflects

the

total Contract Price as increased...

37.5.

Under .circumstances

determined necessary

by

City, Change Orders

may be

issued

unilaterally

by City. .

38.

Value

of

Change

Order Work:

38. 1 .

The value of a n y

work

c o v e r e d b y a C h a n g e Order. o r of a n y c la im for a n

increase

or

decrease

in

the Contrac t P ri ce shall be

determined

in one of the

following ways:

38.

1 . 1 .

W here the work

involved

is

c ov ere d by

unit prices

contained

in

the

Contract Documents, by application of

un it pri ces

to the quantities of

items

involved, subject

to the

provisions

of Section

38 . 7.

38.

1 . 2.

B y mutual a c c e p t a n c e of a lu m p s u m which Contractor a n d C it y

acknowledge

contains a

component

for

overhead and

profit.

38.

1 .

3.

On the b as is o f the "cost of work," determined as provided

in

Sections

38. 2 an d 38.

3 ,

plus a Contractor'

s

fee fo r

overhead

and

profit

which is

determined as.

provided in Section

38.4.

38.

2.

The

term " cost

of

work"

means the

sum of

all

direct costs

necessarily incurred

a n d

paid

b y

Contractor

in

the

proper performance

of the Work described

in

the

Change Order.

Except a s

otherwise may be

agreed to

in

writing

by City,

such

costs

shall be in amounts no higher than those prevailing in the lo ca lity o f the

Project, shall include only

the fol lowing

items and shall

no t include

any of the

costs itemized in Section 38.3.

DATE: March

2011

C(TYQF M 4MI .

2`;

o u

Page 122: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 122/152

38.2. 1 .

Payroll costs

for

employees in

the

direct

employ

of

Contractor

in

the

performance

of the

work

described

in

the Change

Order under

schedules

o f jo b

classifications

agreed upon

by City

an d

Contractor.

Payroll costs

for employees

not employed

full time

on

the work

c o v e r e d

b y t h e

C h a n g e

O r d e r

s h a l l

b e

a p p o r t i o n e d

o n

t h e b a s i s

o f

their

time spent

on

the

work.

Payroll costs shall

include, but not

be

limited to, salaries and wages

plus

the

cost of fringe benefits which

shall include

social

security contributions, unemployment, excise

and

payroll

taxes,

workers'

or workmen'

s compensation,

health

and

retirement benefits,

bonuses, sick

leave,

vacation

and holiday pay

application Thereto.

Such employees

shall

include superintendents

and foremen

at

the

site.

The expenses of

performing

the work after

regular work ing hours, on Sunday or legal holidays,

shall

be

included

in

the above to the

extent

authorized by City.

38. 2.2. .

Cost of

al l

materials and equipment furnished and incorporated

in

the

work,

in clu din g c os ts

of

transportation

an d

storage thereof,

and

manufacturers' field services required in connection

therewith.

All

cash discounts

shall

accrue to

Contractor

unless City deposits funds

with Contractor with

which

to make payments,

in which

case the cash

discounts shall accrue to City.

All trade discounts, rebates

and

refunds,

and

all returns from sale of surplus materials

and

equipment

shall accrue

to City

and

Contractor

shall

make

provisions

so

that

they

m ay

be obtained.

Rentals of

all

construction

equipment and

machinery

and

the parts

thereof

whether rented from Contractor

or

others in accordance with rental agreements approved by City with

the

advice

of Consultant an d the costs

of

transportation, loading,

unloading,

installation,

dismantling an d

removal

thereof,

all

in

accordance with the

terms

of

said

agreements.

The rental of any

such equipment, machinery o r pa rts sh all c ea se when th e u se th ere o f

is

no

longer necessary

for

the

work.

38.2.3..

Payments made by Contractor to Subcontractors

fo r

work per formed

by Subcontractors.

If required

by

City,

Contractor shall obtain

competitive bids from

Subcontractors

acceptable to Contractor an d

shall deliver such

bids

to City wh o will then determine, with the

advice

of Consultant, which bids will be accepted.

If the Subcontract

provides that the

Subcontractor

is to be paid on the basis

of

cost of

the

work

plus a fee, the Subcontractor's cost of the work shall be

determined in the same manner as Contractor ' S

cost

of

the

work. All

Subcontractors shall

be subject to the

other

provisions o f the

Contract

Documents insofar as applicable.

38.

2.

4.

Cost o f special

consultants, including,

but.

not limited to, engineers,

architects,

testing laboratories, an d

surveyors

employed fo r

services

specifically

related

to the performance of the

work

described in the

Change Order.

38.2.5.

Supplemental costs including the following:

DATE: March

2011

COYOF MIAMI

E1EACH-

22 V . ,

JW

Page 123: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 123/152

38.2.5. 1 .

The . proportion of necessary

transportation,

travel an d

subsistence expenses

of Contractor'

s employees incurred

in discharge of

duties

connected with the w ork e xc ep t

fo r

local

travel to

and

from

the site

of the

work.

38.2.5. 2.

Cost, including transportation and maintenance, of al l

materials, supplies, equipment, machinery, appliances,

office

an d temporary

facilities

at the

site

and

hand tools

no t

owned

by the workmen, which are consumed

in

the

performance of the work, and cost less market value of

such

items

used but not

consumed which remains

the

property

of Contractor .

38. 2.5. 3.

Sales, use, o r s im ila r ta xe s re la te d to the

work,

an d

for

which

Contractor is liable, imposed by

any governmental

authority.

38.2.5.4.

Deposits lost

for .

causes

other than

Contractor's

negligence;

royalty

payments and fees

fo r permits

and

licenses.

38.2.5.5.

The cost

of utilities, fuel

an d sanitary

facilities at the site.

382.

5.6.

Receipted

minor expenses such as telegrams,

long

dis tance telephone

calls,

telephone

service at the

site,

expressage

an d

similar petty

cash

items

in connection

with

thework.

38.2.5.7.

Cost

of

premiums for addit ional

bonds an d

insurance

required because of changes in

the

work.

38. 3. The

term "

cost of thework" shall

not

include any

of

the

following:

38.3. 1 .

Payroll costs

and

other compensation of Contractor'

s

officers,

executives,

princpas (

of partnership and

sole proprietorships),

genera

managers,

engneers,

achtects,

estimaors,

lawyers,

auditors,

accountants, purchasing and

contracting

agents,

expediters,

timekeepers, clerks

and

other

personnel employed

by Contractor

whether at the

site

or in its principal or

a branch office

for

general

administration of the work an d no t specifically included

in the

agreed-

upon

schedule of jo b

classifications

referred to

in Section 38 . 2. 1 . ,

all

of

which are

to

be c on sid ere d

administrat ive

c os ts c ov ere d by

Contractor' s fee.

38. 3.

2.

Expenses of

Contractor' s

principal an d branch offices other than

Contractor'

s

office

at the site.

DATE:

March

2011

V JJ

0

000

J

000

CiTY0F`MIAMI`aEACh _.

0

00o0J

J

J v

Page 124: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 124/152

38. 3.3.

Any . part of Contractor' s

capital

expenses,

including interest on

Contractor'

s

capital employed for the work and charges against

Contractor fordelinquent

payments.

38.

3.

4.

Cost of premiums

for

all

Bonds and

for

all

insurance whether or

not

Contractor is required by

the

Contract

Documents

to

purchase

an d

maintain the

same,

except for additional bonds

and

insurance

required because of changes

in

the

work.

38.

3.5.

Costs due to the negligence or neglect of Contractor,

any

Subcontractors, o r a nyo ne d ire ctly o r ind irect ly employed by any of

them

or

for whose

acts

an y o f them .may be liable , inc lud ing bu t no t

limited to,

the

correction of defective work, disposal of materials or

equipment wrongly su pplied a nd

making

good an y damage to

property.

38. 3. 6.

Other overhead

or general

expense costs of any

kind

and the cost of

an y item not specifically

and

expressly

included

in

Section. 38.

2.

38. 4.

Contractor'

s fee allowed to

Contractor

for

overhead

and

profit shall

be

determined

as

follows:

38.4.

1 . A

mutually acceptable fixed fee or if

none ca n

be agreed upon,

38.4. 2. A

fee

based

on

th e fo llo win g p erc en ta ge s o f

the

various portions o f the

cost of

the work:

38.4.2.

1 .

For costs incurred under Sections

38.

2. 1 and

38.

2. 2,

Contractor' s fee shall not exceed ten percent (10 %).

38.4.2.2.

For costs incurred

under

Section 38. 2. 3, Contractor's

fee

shall not

exceed

seven

and

one

half

percent

7.

5 %);

and if

a

subcontract is on the

basis

of

cost

of

the work

plus a

fee, the maximum allowable to the

Subcontractor as a fee for

overhead

and profit shall not

exceed ten

percent (

10 %);

and •

38. 4.2.3.

N o fee shall be payable on the basis of

costs itemized

under

Sections

38.

2.

4

and 38.

2.5, (

except Section

38. 2.5.3),

and

Section

38.

3.

38.

5.

The am ou nt of

credit to

be

a llo wed by

Contractor to City

for

an y such

change

which

results

in a

net

decrease

in

cost,

will

be the amount of the actual net

decrease.

When

both

additions

a n d credits

are

involved in any one,change, the

combined

o ve rh ea d a nd

profit

s ha ll be

figured

on

the basis

of

the

net` ncrease,

if

any, however,

Contractor s ha ll n ot be

entitled

to claim

lost profits for

an y Work

not

performed

DATE: March 2011

UJJ

3

L uU

V J U

G

TYOF fv l IAM1. 6EAGH`

J J

J J

L

Ju0

J

J

j v J

J ,

30

J_i_J

J

Page 125: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 125/152

38. 6.

Whenever the cost

of

any

work

is

to

be

determined

pursuant

to Sec tions

38.2

and 38.

3, Contractor will submit

in

a form acceptable

to

Consultant

an

itemized

cost breakdown together with the supporting data.

38.

7.

Where . the quanti ty of

any item

of

the W ork

that

is

covered

by

a

unit price

is

increased or decreased by m o re th an

twenty

percent ( 20 %)

from

the quantity

of

such

work indicated

in

the Contract Documents, an appropriate Change Order

shall

be

issued to adjust the unit price,

if

warranted:

38.

8.

Whenever a change

in

the Work is

to.

be

based

on

mutual

acceptance of a lump

sum,

whether the amount is an addition,

credit

or no

change -

n -cost, Contractor

shall submit an in itia l cost

estimate

acceptable to Consultant an d

Contract

Administrator.

38. 8. 1.

Breakdown shall

list

the

quantities

and unit prices for materials, labor,

equipment and other items

of

cost.

38.

8.2.

Whenever .

a change involves

Contractor and

one or

more

Subcontractors and the

change is an

increase

in

the Contract Price,

overhead

and

profit

percentage for

Contractor

and each

Subcontractor shall

be

itemized separately. .

38.9.

Each

Change

Order must

state

within the body of th e C ha ng e

Order

whether it

is

based upon un it p ri ce , neg o ti ated lum p sum, or "

cost

of the

work."

39.

Notification

and Claim for

Change of Contract

Time

or Contract

Price:

39.

1.

Any

claim

for

a

change

in

the

Contract

Time or

Contract

Price shall

b e

made b y

written notice by Contractor

to

th e C on tra ct

Administrator

and to Consultant

within f ive ( 5) calendar days of the

commencement

o f th e event giving rise to th e

claim

an d

stating the general nature

an d

cause of the c la im .

Thereafter, within

twenty ( 20) calendar days

of

the termination

of

the

event

giving

rise to

the claim,

written

notice

of

the extent of

the

claim

with

supporting

information

an d

documentation shall be provided unless Consultant

allows

an additional

period of

time to ascertain more accurate data in support of the claim and such notice shall

be accompanied

by

Contractor's wri tten notar ized statement

that

the adjus tment

claimed

is

th e

entire

adjustment

to which

the

Contractor has

reason

to

believe

it

is

entitled

as

a re su lt o f

the

o cc u rre n ce o f said

event.

All claims for changes

in

the Contract Time or

Contract

Price

shall

be determined by Consultant in .

accordance

with Article 12

hereof, if

City and Contractor

cannot

otherwise agree.

IT IS EXPRESSLY

AN D

SPECIFICALLY AGREED THAT ANY AND ALL

CLAIMS FOR CHANGES

TO

THE CONTRACT TIME OR CONTRACT PRICE

SHALL

B E

WAIVED IF

N OT

SUBMITTED

IN

STRICT

ACCORDANCE

WITH

THE

REQUIREMENTS OF THIS SECTION.

39.

2.

The.

Contract

Time

will

be

extended

in

an

amount equal

to

time

lost

on

critical

Work

items

due to delays beyond the

control

of an d through no fault or

negligence of

Contractor if

a claim is

made therefore as provided

in

Section

39 . 1 .

Such delays

shall

include, but not be

limited

to, acts or neglect by

any

separate

contractor employed by City, fires, floods, labor disputes, epidemics, abnormal

weather conditions or acts of God.

DATE:

March

2011

C,TYOF

llllMMl aEACFi

25

Page 126: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 126/152

40.

No

Damages for Delay:

N o

claim fo r damages

or

any cla im,

other

than

for an

extension of

t ime, shall

be made

or

asserted against

City

by

reason of an y delays except

as

provided

herein.

Contractor

shall not be entitled

to an

increase

in

the

Contract Price or

payment

or

compensation

of

an y

kind from City

fo r

direct,

indirect, consequential, impact or other costs, expenses

or

damages,

in clu din g bu t not lim ited to costs of a cc ele ra tio n o r

inefficiency,

arising

because of

delay,

disruption, interference or

hindrance

from

an y cau se

whatsoever,

whether such

delay,

disruption,

interference

or

hindrance

be

reasonabe or

unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided,

however, that this

provision shall not

preclude

recovery

o f

damages

by Contractor for

actual delays due sole ly

to fraud, bad faith or act ive

interference on the

part

of

City

or its

Consultant.

Otherwise, Contractor

shall

be entitled o nly to

extensions of the

Contract

Time

as the s ole a nd

exclusive

remedy

fo r

such resu lt ing

delay, in

accordance with an d

to

the

extent

specifically

provided

above..

41.

Excusable Delay; Compensable;

Non -

Compensable:

41.

1

Excusable Delay. Delay which extends the completion of

the

Work

and

which is

caused by

circumstances beyond the control of Contractor or

its

subcontractors,

suppliers or vendors is Excusable Delay.

Contractor

is entitled to a time extension

of the Contract

Time for each day the

Work

is

delayed

due to

Excusable Delay. Contractor shall

document its claim

fo r

any t ime ex tens ion as provided in Article 39 hereof.

Failure

of

Contractor to

comply

with Article 39

hereof as to

any particular

event

of

delay

shall

be

deemed conclus ive ly to

constitute

a

waiver, abandonment or

relinquishment of

an y

a nd a ll

claims resulting

from that particular event of

delay.

Excusable Delay may be

compensable or

non-

compensable:.

a)

Compensable

Excusable

Delay.

Excusable Delay is compensable when (

1 )

the de lay

e xte nd s the C on tra ct T im e, (

ii) is caused by circumstances

beyond the control

of the Contractor or its subcontractors, suppliers or

vendors, and ( iii) is caused solely

by

fraud, bad faith or active interference

on

the

part of City

or

its

agents.

In no event shall Contractor be

compensated for interim delays which

do

not

extend

the Contract

Time.

Contractor

shall be

entitled

to

direct

and

indirect

costs for Compensable

Excusable Delay. Direct costs recoverable by

Contractor

shall

be

limited

to

the

actual

additional costs allowed

pursuant

to Article

38

hereof.

City

and

Contractor recognize

an d

agree that th e a m ou nt

of

Contractor'

s

precise

actual

indirect costs

fo r delay

in

the performance and completion of the Work is

impossible

to

determine as of

the

date

of

execution of

the Contract Documents,

and that proof of the precise amount will

be

difficult.

Therefore,

indirect

costs

recoverable by the Cont ractor shall be liquidated

on

a daily basis fo r

each

day

the Contract Time

is

delayed due to a Compensable Excusable Delay.

These

cITYOF

M :AK BEAC :i .

DATE:

March 2011

L 0

0

0

Page 127: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 127/152

l iquidated

indirect

costs

shall

be

paid to compensate

Contractor

for al l

indirect

costs

caused

by a

Compensable

Excusable

Delay and shall include, but not

be

limited to, all profit on indirect costs, home off ice overhead, acceleration, lo ss o f

earnings, loss of

productivity,

loss of bonding capacity, loss of opportunity

and

all

other

indirect costs

incurred

by

Contractor.

The

amount

of liquidated

indirect

costs recoverable shall be one

thousand four

hundred dollars ($

1,

400) per

day

for

each .

calendar

day the Contract

is

delayed due to a Compensable

Excusable Delay.

b) Non- Compensable Excusable Delay. When Excusab le De lay is (

i)

caused

by circumstances beyo nd the control

of Contractor, its

subcontractors,

suppliers

an d

vendors,

an d

is also caused

by circumstances

be yo nd th e

control

of

the City or Consultant, or ( i i ) is caused jointly or

concurrently

by

Contractor or its

subcontractors, suppliers or vendors

and by

the City

or

Consultant, then Contractor shall be entitled

only to a

time extension and

no

further

compensation

for

the

delay.

42.

Substantial Completion:

When

Contractor considers that th e W o rk , or a portion thereof designated

by City

p u r s u a n t

to

A r t i c l e

2 9

hereof, h a s r e a c h e d S u b s ta n t ia l C o m p le t io n ,

C o n t r a c t o r s h a l l

s o •

n o t i f y

C i t y a n d Consultant

in writing.

Consultant a n d City shall then promptly inspect

the

Work. When Consultant, on the basis o f

such

an inspection, determines

that

the

Work

or designated

portion

thereof is substantially complete, it will then prepare a Certificate

o f Subs tan tial

Completion

in

the

form

attached hereto

as

F orm 00925 .which shall

establish the Date of Substantial Completion;

shall

state the responsibilities of City and

Contractor for security, maintenance, heat,

utilities,

damage to the

Work, and

insurance;

and shall list all Work ye t to be completed to sat is fy the requirements of the Contract .

Documents fo r Final Completion. The fa ilu re to in clu de a ny

items

of

corrective

work

on

such list does no t alter the

responsibility of

Contractor

to

complete all of the W o rk in

accordance

with

the Contract Documents.

Warranties required by the Contract

Documents

shall

commence

on

the

date

of

Substantial Completion of

the Work

or

designated

portion thereof unless

otherwise

provided

in

the Certi fi ca te o f Subs tan tial

Completion.

The

Certificate

of Substantial Complet ion shall be

submitted

to

City

through

th e

Contract Administrator an d Contractor

for t

heir written

acceptance

of the

responsibilities assigned to them

in

such Certificate.

43.

No

Interest:

A n y m o n ie s n o t p a i d b y C it y w h e n c l a i m e d

t o b e

d u e

t o

Contractor u n d e r

t h i s

Agreement, including, but no t limited to, any a n d

a ll

claims fo r

contract

damages of

any

type,

shall

no t be

sub jebt to in te rest

including, but

no t limited to prejudgment interest.

However,

the provisions of City's

prompt

payment ordinance,

as such

relates to

timeliness

of payment, and

the provis ions

of

Section

218.74(4),

Florida

Statutes (

1989)

as

such relates to

the payment

of interest,

shall

apply to valid and

proper invoices.

44.

Shop

Drawings:

44.

1.

Contractor sha ll, submit Shop Drawings as required by the Technical

Specifications.

The

pu rp ose o f

the

Shop Drawings

is

to show

the suitabi li ty ,

DATE:

March 2011

C.TYOF 4 J I I , M I I EA( H'

27

u

Page 128: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 128/152

efficiency,

technique of

manufacture, installation

requirements,

details

of the

item

and evidence of its compliance or noncompliance with the Contract

Documents.

44.

2.

Within thirty (

30)

calendar days

after the

Project

Ini tiat ion Date

specified

in

the

Notice to Proceed, Contractor

shall

submit to Consultant

a

complete

list of

preliminary

data

o n items for

which Shop

Drawings

are

to

be submitted and

shall ident ify

the critical items. Approval of this

list by .Consultant

shall

in

no wa y

relieve Contractor from submitting complete Shop Drawings an d providing •

materials, equipment,

etc.,

fully in accordance with the Contract Documents.

This procedure

is

required

in

order

to

expedite final approval

of Shop

Drawings.

44.3.

After

the

approval of the list of items required in Section

44.

2 above, Contractor

shall

promptly

request

Shop Drawings from the various manufacturers,

fabricators,

an d suppliers.

Contractor

shall include

al l

shop drawings

and other

submittals

in

its

certification.

44.4.

Contractor

shall thoroughly rev iew

an d

check the

Shop

Drawings

a nd e ac h

and

every

copy

shall show this approva l thereon.

44.5.

If the

Shop

Drawings show •

or indicate departures from the .

Contract

requirements, Contractor shall make

specific

mention

thereof in , its

letter of

transmittal.

Failure to point out

such

departures shall not relieve Contractor

from

its

responsibility to

comply with

the

Contract

Documents.

44.

6.

Consultant

shall review and appro ve

Shop

D ra win g s w ith in fourteen (

14)

calendar days from the date rec ei ved , unless said Drawings are rejected

by

Consultant for

material reasons. Consultant '

s

a pp ro v al o f S ho p Drawings wi ll be

general an d shall not

relieve Contractor .

of responsibility for

the

accuracy of

such

Drawings,

no r fo r the proper fi tting and construction of the work , nor

fo r

the

furnishing

o f materials or

work

re qu ire d by

th e Con tract

Documents and no t

indicated

on

the

Drawings.

N o

work

called

for

by S ho p D ra win gs

sha ll be

performed

unti l

the said

Drawings have

been approved

by

Consultant.

Approval

shall not

relieve Contractor f rom

responsibility for errors or omissions of

an y

sort

on the Shop Drawings.

44.

7.

N o a pp ro v al will be

g iv en to

partial

submittals of Shop Drawings fo r

i tems which

interconnect

and /or ar e interdependent where necessary to properly evaluate

the

design.

I t is

Contractor'

s

responsibil ity to assemble the

Shop

Drawings fo r

all

such interconnecting

and /

or interdependent items, check them

and

then

make one

submittal

to

Consul tant

along

with

its

comments as

to

compl iance,

noncompliance,

orfeatures

requiring

special attention.

44.

8.

I f catalog sheets

or

prints

of manufacturers'

standard

drawings

are

submitted

as

Shop Drawings,

any

additional

information or changes

on

such drawings

shall

be

typewritten or

lettered in

ink..

44.9.

Contractor

shall su bm it

the

number

of

copies required

by Consultant.

Resubmissions

of Shop

Drawings sha ll be made

in

th e s am e quantity

until

final

approval

is obtained.

DATE: March 2011

CITYQ`

r

M I A O V I I BEACF± ,,

2&, " '

Page 129: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 129/152

44.10.

Contractor shall keep one set of Shop Drawings marked with Consultant 's

approval

at the

job site

at all

times.

45.

Field

Layout of the Work

and

Record Drawings:

45. 1 .

The entire

responsibility

for establishing and

maintaining

l ine an d grade in

the

field lies

with

Contractor.

Contractor shall maintain

an

accurate and precise

record of the location and elevation of all

pipe

lines, conduits, structures,

maintenance access structures, handholes, fittings and the

like

and shall

prepae record or "

as-built"

drawings of the

same

which

are sealed by

a

Professional Surveyor.

Contractor shall deliver these records in good order to

Consultant

as the

Work

is completed.

The cost

of all such

field layout and .

recording work

is included in the prices bid for the

appropriate

items.

Al l

record

drawings

shall be

made

on

reproducible paper

an d shall be

delivered to

Consultant

prior to, and as

a

condition

of, final

payment.

45.

2.

Contractor

shall maintain in a safe place at the

Project

site

one record copy of

all

Drawings,

Plans, Specifications,

Addenda,

written amendments,

Change

Orders,

Field Orders and written interpretations and clarifications in

good

order

and annotated

to show

al l

changes made

during

construction.

These record

documents together

with all

approved samples

and

a.

counterpart of all approved

Shop Drawings shall

be

available

at

all

times to Consultant

fo r reference. Upon

Final

Completion of the Project and

prior

to Final

Payment, these

record

documents, sam ples and Shop D rawin gs

shall be

delivered to the Contract

Administrator.

45. 3. Prior to,

and

as a condition precedent to

Final Payment, Contractor

shall

s u b m i t t o

C i t y ,

C o n t r a c t o r ' s

r e c o rd d r a w i n g s o r

a s -

b u i l t

d r a w i n g s

a c c e p t a b l e

t o

Consultant.

46. -

Safety

and Protection:

46. 1 .

Contractor

shall

be

so le ly responsib le

fo r

initiating,

maintaining

an d supervising

all safety precautions an d programs

in

connection with the Project.

Contractor

shall

take all necessary

precautions

for .he safety of, and

sha ll pro vid e the

necessary protection to prevent damage, in jury

o r loss

to:

46. 1 . 1 .

All employees

on the work

site

an d

other persons who may be

affected thereby;

46.

1 . 2.

All the work and all materials or equipment

to

be incorporated therein,

whether in storage

on or off the Project

site;

and

46.

1 .

3.

Other

property

at

the P ro je ct s ite o r adjacent

thereto,

including

trees,

shrubs, lawns, walks, pavements, roadways, structures and utilities

not

designated for removal, relocation

or

replacement in the course of

construction

DATE:

March

2011

CITYQ ?.MIAUll

BEACH

2e-

L.

1

u u

U

u

u

a

uJc

k

J.

Page 130: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 130/152

46.2.

Contractor

shall

comply with

al l

applicable laws,

ordinances, rules,

regulations

and orders o f any public body

having

jurisdiction fo r th e s afe ty o f pe rs on s or

property

or

to pro te ct them from damage, injury

or loss ; and

shall erect

and .

maintain all

necessary sa feguards fo r such safety

and

protection.

Contractor

shall n otify o wn ers o f

adjacent

property and utilities

when pro secu tio n o f the

work may affect them. All

damage, injury

or

loss to any

property referred

to

in

Sections 46 . 1 . 2 and 46. 1 . 3

above,

caused

directly

or indirectly,

in

whole or in

part, by Contractor , any

Subcontractor or anyone

directly

or

indirectly

employed

by

any of them o r .

anyone fo r whose acts any

of them may

be

liable,

shall be

remedied by Contractor .

Contractor's

duties

and responsibilities

for

the

safety

and protection

of

the

work

shall

continue until

such

time

as

all the Work is

completed an d

Consultant

has issued

a

n otice to City an d

Contractor

that the

Work is acceptable except as otherwise provided in Article 29

hereof.

46.

3.

Contractor shall

designate

a responsible

member

of its organization

at

the Work

site

whose

duty shall be the prevention of

accidents.

This person

shall

be

Contractor'

s

superintendent uness otherwse

designated

in

writing by

Contractor to City.

47.

Final

Bill

of Materials:

Contractor shall

be

required

to

submit to C ity

an d

Consultant

a final bill of

materials with

of all materials with a unit

cost

for each material and

thc

total

shall

agree with unit costs

established for ach Contract item. A Fina l

Certificate

for Payment cannot be

iacucd

by

accuracy

of thc

units

of

Work.

48. Payment by

City

for Tests:

Except when

otherwise spec if ied

in

the Contract

Documents, the expense of al l

tests

requested by

Consultant

shall

be

borne

by City

and

performed by

a

testing

firm chosen

b y Consultant. F o r r o a d construction projects

the

procedure

for making tests

required b y

Consu ltant wi ll

be in con fo rmance w ith the m ost

recent

edition

of

the

State

o f Florida,

Depar tmen t o f

Transportation

Standard

Specifications for Road

and

Bridge

Construction.

The

cost

o f any

required

test

which

Contractor

fails shall

be

paid

fo r

by

Contractor.

49.

Project

Sign:

Any requirements for

a

project

s i g n shall

b e

p a i d b y

the Contractor

a s

specified b y

C i t y

Guidelines'.

r

50.

Hurricane

Precautions:

50. 1 .

During such periods o f

time

as

are

designated

by

the

United

States

Weather

Bureau as

being

a

hurricane warning or alert,

the

Contractor,

at

no cost

to

the

C i t y , s h a l l t a k e a ll p r e c a u t i o n s n e c e s s a r y t o s e c u r e t h e P r o j e c t s i t e in r e s p o n s e

to

all

threatened storm

events,

regardless of whether the C ity o r C o ns ulta n t

has

gven

notice

of

same

DATE: March 2011

CITYO-

MIAMI BEACF

30:,

U

V

u

0

V

V

V

Page 131: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 131/152

50.2.

Comp liance w ith any specific hurricane warning o r a le rt precautions will not

constituteaddtionawork.

50.

3.

Conditions.

50.4. Suspension of the Work caused by a threatened or actual storm event,

regardless

of

whether

the

City has directed such suspension, will

entitle

the

Contractor to

additional Contract

Time as noncompensable,

excusable delay,

and shall not give

rise

to a claim for compensable delay.

51. Cleaning

Up; City's Right to Cean

Up:

Contractor

shall

at all t imes keep the

premises

free from accumula tion of waste

materials or rubbish caused

by its

operations.

At

the completion of the

Project,

Contractor shall remove

al l

its waste materials an d rubbish from

and

about the

Project

as

well as

its

tools,

construction equipment,

machinery

and

surplus

materials..

If

Contractor fails

to clean

up

during

the

prosecution of the.

Work or at

the

completion

of

the Work , City may do so and the cost

thereof

shall be

charged to Contractor.

If a

dispute

arises between Contrac tor

and

separate

contractors as

to their responsibility fo r

cleaning

up,

City may clean up

and

charge the cost

thereof to

the con tractors

responsible therefore as Consultant

shall

determine

to

be just.

52.

Removal of Equipment:

I n

c a s e o f t e r m in a t io n

o f t h is C o n t r a c t

b e f o r e

c o m p l e t io n

f o r any

c a u s e

w h a t e v e r ,

Contractor, if

notified

to do so by City, shall

promptly

remove any part

or

al l

of

Contractor' s equipment and supplies from the proper ty of

City,

failing which City shall

have

the

r igh t to

remove such

equipment an d supplies

at

the expense of

Contractor.

53.

Nondiscrimination, .

Equal Employment Opportunity, and

Americans

with Disabilities

Act:

Contractor shal l no t unlawfully discriminate against any pe rso n

in its

operations

and

activities or

in

its use o r expen ditu re o f funds

in

fulfilling its obligations u n de r th is

Agreement.

Contractor shall aff irmat ive ly comply wi th all applicable prov is ions o f

the

Americans with Disabilities Act (ADA) in the

course

of

providing

an y services funded b y

C i t y , i n c l u d i n g

Titles

1 a n d 1 1 of the ADA ( r e g a r d i n g nondiscrimination

o n

the b a s is o f

disability),

and

all applicable

regulations,

guidelines, and standards.

In

addition,

Contractor

sha ll ta ke affirm ative steps to ensure nondiscrimination in employment

against disabled persons.

Contractor' s

decisions

regarding the delivery

of

services under this

Agreement

shall

be

made

without regard to

or

consideration of

race,

age;

religion,

color, gender,

sexual

orientation, nat ional or ig in,

marital

status,

physical

or

mental '

disability,

political

affiliation,

or

a n y

other factor

which cannot

b e

l a w f u l l y

u s e d

a s

a basis for service

delivery.

Contractor shall no t

engage in

or commit any discriminatory

practice

in v io lation of

City

of Miami Beach Ordinance N o 92. 2824 in performing an y services pursuant to this

Agreement.

DATE:

March

2011

CITYOF

MIAMI E 3 E 'AP'

rl

3.

Page 132: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 132/152

54.

Project Records:

C i t y s h a l l have the r i g h t

t o

inspect a n d copy,

a t

C i t y ' s expense, the b o o k s a n d r e c o rd s

and accounts of Contractor which relate in any way to the Project, and to any claim fo r

addit ional compensation made

by

Contractor,

and

to

conduct

an

audit

of

the

financial

a n d a c c o u n t i n g r e c o rd s o f

C o n t r a c t o r

w h i c h r e la t e t o t h e P r o j e c t

a n d

t o

a n y

c l a i m f o r

additional compensation made by Contractor.

Contractor shall

retain and

make

available to City a ll

such books

and records and accounts, financial or otherwise,

which

relate

to

the

Project

and

to

any claim for a period of .three ( 3 ) years following Final

Completion of the Project.

During the Pro ject and the three ( 3 )

year

period following

Final

Completion of

the

Project, Contractor shall provide

City

access to its

books and

records upon

seventy -wo (

72)

hours

writ ten not ice.

DATE:

March

2011

U U V

L

0

L

0 U U

CITYCGF MIi

M L

RES.kC1

l:

l

32-

U U L

0

0

U

U

U

G

U

0)

UV U V+

U

L. 1.

0,

U

0.

Page 133: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 133/152

EXHIBIT IX

RISK

ASSESSMENT

PLAN

The Construction Manager agrees to abide by the

attached

Risk Assessment Plan

dated August 10,

2011, pursuant to the

CM

s proposal submitted

in

response to RFQ #42- 10/11.

U

V

U

V(.

0

000

0

0

0

V

0 0

0

0

UU

0 0

U

0 0

0 0

0 0

0

0

U

U

0

V

U

U

U

U

LJ

V

37

Page 134: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 134/152

B MINIMUM REQUIREMENTS

5

R I S K

ASSESSMENT PLAN (

RA

Tent'

s

prolect sco

an d

Shell

Renovation),'

Possibili

l

S

rolectacop

earl. requiremen

and requirements

are

not c

esignand budget notcomp

an to

Minimize Risk

Our' °t a f f will

e s t a b l is h . 4:,„

lear

c o n c i s e

a n d t ;

c o n s t a n t `

l i n e o

c o m m u n i c a t i o n

w i t h a ll k e y

t e a m

m e m b e r s

f o r

th e p r o j e c t : ,d u r i n g t h e d e s i g n p h a s e , e n s u r i n g

that

t h e client' s

project

s c o p e

and

requirements are clearly defined and

understood ,

During t

design

p h a s e ,

early,

i n v o l v e m e n t of

t h e D S C s

s t a f f

is e s s e n t i a l . T h e T r o v e s and Steveand

other

assigned,;staff

will

attend

w:

1 :

7 , : . :

e e k l y designf' m e e t m g s ;

to a s s i s t

m

identifying

critical i s s u e s early

in

i

x

' Ix sr Y i [i 1 4 e a r 7 -r*.

t V , , -

m. , N

k f,

the

p r o c e s s

to,

help ebmmae, C a a changes to t h e project s c o p e and requirements Our team will

provide

p

o '

r e s s

e s t im a te s n d 'construe #abiht ' r e °

S o r t ,

;:',

+

teach

desi

n

milestones to guarantee

P

pg, ,,

F

Yap

9

9

T a t the

i n te n d e d d e s ig n and budget „are m s y n c h

witl th e Gty

of

Miami'

s p r o je c t s c o p e ;

and'

l& '.

tr %

uirements

Risk

2

B E A .

A r c h i t e c t s

A

Plan' to

Minimize

Risk

7

h e

init ial project s c h e d " le will

be submitted'

t o

City, of

Miami

Beach, BEA Architects,

an d

Consultants fo r

and approval , it

will

identify

critical

activities

d a t e s a s s o c i a t e d w i t h d e l iv e r a b l e s t h a t

a r e

p a r t o f

t h e

C i t y

o f

M i a m i a n d , B E A A r c h i t e c t s ,

a n d

Consultants

approval process

D S C

will identify

a

t im e

frame associated with t h e

approval"

p r o c u r e m e n t p r o c e s s a n d `

i n s t a l l a t i o n

o f

Landscape

M aterials ( visit nursery t o identify

acceptable plant

materials

to be installed on the

prolect),

identify time frame '.

or

the proper approval,

procurement

an d installation of walkway

a nd tre e

pit

finishes

provide

mock -

up

samples o f walkway an d

tree pi t finishes

for

approval);

Identify

time

frames

associated

with

the

approval,

procurement and installation of unique seating

tables, speciality lighting

and

marquee signage;

r

The

prolect schedule °

w i l l

b e

r e v i e w e d d a i l y ,

w e e k l y , ' b i - w e e k l y , m o n t h l y

o r

a s

n e e d e d

t o ' k e e p

a ll

k e y

s t a k e h o l d e r s

i n f o r m e d

o f

t h e c u r r e n t s t a t u s o f

a l l s c h e d u le .

procuremenicritical

m i l e s t o n e s

d a t e s yIf a `

project

delay o c c u r s , all

team

members

are informed

immediately, t h e n

a recovery

s c h e d u l e

with the input

of all`k e y t e a m m e m b e r s is

produced

without

delay.

Risk 3:

Environmental Issues -

Detrimental Atmospheric affect of adjacent seawater body

corrosive

effect

to

construction

materials used in

the

systems components)

Plan to Minimize

Risk T h e

t e a m

will collaborate with

t h e

B E A Architects

and subcontractors

t o

recommend const ruc tion mater ia ls

that

are resistant to corrosive

adjacent

saltwater .

atmosphere

Risk

4:

U n c e r t a i n

P e r m i t t i n g

D u r a t i o n s ,

g o v e r n m e n t a l :

a g e n c ie s a c t io n s

d e la y o r

t a k e l o n g

longer t h a n anticipated; regulations change,

new

information needed" for p e r m i t s

Pan to Minimize Risk -

T h e

p r o j e c t t e a m will s c h e d u le m e e t i n g s w i t h

k e y

d e c is io n m a k e r s

o f

all

applicable permitting agencies t o d is c u s s t h e

project

specifics,

project

schedule, current

p e r m i tt in g

p r o c e s s e s ( s u b m i s s i o n , ' r e v i e w ,

a p p r o v a l , a n . t es),

current regulations, and the

expediting process.

The project ,tea

in will o f o'_include

an exper ienced

permit expediter .

The

following

agencies wil l

be

contacted

WASAD,

C ) E R M ` Landscaping,

FDOT,

D E P , Army Co rp o f

Engineers,

and City of Miami Beach - Zoning and Public Works.

D. STEPHENSON

c o„

s t r„ c

c,

00

nc

Page 135: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 135/152

2.B. MINIMUM REQUIREMENTS -

5.

RISK-

ASSESSMENT, PLAN ( RAP),.

Risk 5:

Price Escalation of Material .Costs

Plan to Minimize

Risk -

During t h e

bidding phase

all qualified

subcontractors, vendors,

a

suppliers, will

be instructed to lock in material c o s t s for the duration

of

the

project..

Risk

6:

I n c o r r e c t

a s -

b u i l t in fo rm a t io n a n d

s u r v e y s ,

u n i d e n t i f i e d a n d id e n t i f ie d

e x i s t i n g

s i t e

u t i l i t i e s and e x i s t i n g e a s e m e n t s that interface with t h e n e w s it e improvements, n e w easements '

n e e d t o

b e recorded and e x i s t i n g s i t e utility s y s t e m s

n e e d s

t o

occurin a

t im e l y

f c i s h i o n ' ` .

t o

not delay t h e

project.

Pan to Minimize Risk

E a r l y

in

t h e

d e s i g n p r o c e s s

t h e

D S C . will v e r i f y a s - b u i l t , s u r v e y ,

a n d

e a s e m e n t

information

that

is '

a c c e s s i b l e

and can

b e actually

verified.

Pan

to:Minimize

Risk

T h e

protect schedule

z n l l b e

developed

from receiving

input from'

a l

parties that are responsible for theprotect

completion date

Included i n t o t h e project', chedule:'

a r e

th e

d e s i g n p r o c e s s a c t i v it ie s , •c o n s t r u c t io n a c t iv i tie s , p e r m l t tr n g % in s p e c t io n s , '

and

F F E

p r o c e s s .

W e

l in k a ll

t h e p r o p e r r e l a t i o n s h i p s a c r o s s

a ll

a c t i v i t i e s s u c h t h a t ' ' t h e s c l e d u l ' ; lo g ic in d ic a t e s a

r e a l i s t i c

c o m p l e t i o n .

T h i s in f o r m a t i o n

W i ll . b e c o n v e y e d e a r l y

t o

t h e

C i t y

o f I v l i a n i B e a c h

S t a f f .

Risk 8:

Minimize

disruption

t o

P a r k

Operations

a n d

E x i s t i n g

Adjacent Community during

renovation of Band Shell -

potential problems

minimizing impact

t o

vehicular and pedestrian

traffic

during construction.

Pan to Minimize Risk -

S c h e d u l e and a t t e n d m e e t in g s

w i t h

t h e

community

l e a d e r s , park

supervisors, and

the appropriate

government agencies to

discuss alternate

pedestrian and

vehicular routes tha t allow for safe entrance and

exit

into park that does no t disrupt the adjacent

community lifestyle. Permanent construction

signage

and experienced

traffic

monitors" "will

be

provided

in

strategic locations (

Collins

Avenue,

72nd

an d

73rd

street) to

direct traffic;

a

comprehensive

M OT

P L A N will b e ,

prepared and

implemented.

R i s k 9 : L o c a l c o m m u n it y s u p p o r t' o f p r o j e c t

Plan'

to Minimize

Risk -

At

project

inception,

there will

b e

a joint

collaboration with the City

of

Miami Beach an d o ur

project staff,

coordinating

community

outreach events

that

inform the

community

of

t h e

project

details, and establish job opportunities through community workshops.

T o createanvolvement and a w a r e n e s s ,

ou r

T e a m will b e utilizing social media-outletsincluding

Twitter,'`Facebook

an d Linkedin

to '

share information with

all interested

parties Designated

a c c o u n t s w i l l

b e

s e t -u p

o n

a ll

3 o u tle ts

b y

a c o o r d i n a t o r

w h o '

w i l l

b e u p l o a d i n g

s t a t u s `

u p d a t e s ,

e v e n t s , a l o n g w i t h p r o g re s s p h o to s

o f

t h e

p r o j e c t .

T h r o u g h .

a h e s e

o u t l e t s a ll i n t e r e s t e d . p a r t i e s will

be

able

to either

follow

the

project

from

start

f i n i s h .

Additionally,

p r o j e c t

p h o t o s '

a n d u p d a t e s

w i l l

b e s h a r e d o n the D . S t e p h e n s o n

W e b s i t e s

for

further e x p o s u r e

for

t h e C i t y of Miami

B e a c h .

Value

Added Options

or

Alternates

Warranty

Period -

D .

Stephenson

Construction

offers ` fwo

jeer- warranty

ins tead of typical one

y e a r , v i d e o t a p e

training

s e s s i o n W i t h

m c i .

t e n c n c e p , sonrel o n a l l

building

s y s t e m s , a l s o

a t

3 month intervals

we

schedule

warranty inspections

with client' s maintenance

staff. There

is no

additional cost

for

this

service.

J

J

JJJ

D.

STEPHENSON

Con

t•ucon

nc

Page 136: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 136/152

EXHIBIT

X

PROPOSAL

DOCUMENTS

PURSUANT

TO RFQ #

42 -10/11

C.

U

0

O

C (

2

0

0 0

U U 0

U

0

U U

U

U

0

U

U(

1 '_ ( 2

L

0

V

O

0

Ul-

U l

U

0 l;

U( 0

0

0

U

0

00

0

U

U J 0

0

lJ

J

000

U U

J

J

J

00

J :

J

J0

0 0

U

0

38

Page 137: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 137/152

2. B . MINIMUM

REQUIREMENTS -

1 .

PROPOSER' S EXPERIENCE

a Years of Experience:

D .

Stephenson Construction,

Inc. h a s

19 years of experience

providing

CM @ R i s k and Design

B u i l d

services for

projects of the same

size

and complexity a s required by t h i s

R F Q .

D .

Stephenson

Construction,

I n c .

is

a

Florida

Corporation

established

in

January

30, 1992

by Dwight and Dinah Stephenson,

who instilled

their own values of

honesty

and integrity

in

establishing a

company

dedicated

to

building

long last ing

client

relationships by providing

unequaled

service.

Since

inception,

D. Stephenson Construction, Inc. has provided CM@Risk,

Design Build, Construction

Management

and General

Contracting

services td public and

private sector clients, throughout

Miami -

Dade, Broward,

and

Palm Beach

Counties and

ha s

earned a reputation

fo r

delivering complex projects on time an d within budget.

Ou r team

of dedicated

professionals, known

fo r

being t h e best in

their specialties,

was carefully

assembled from across the

construction

and

administration disciplines to provide first class

construction services fo r each project.

I n

ou r constant pursuit of

providing quality

service, we

offer c l ie n t s t h e

s e r v i c e s

of

m o r e

than

30 e m p l o y e e s from our

offices in F t .

Lauderdale,

Delray

B e a c h , P a l m Beach

County

and

L a k e

Mary

in

Seminole

County.

Ou r

valued

clients

include,

municipal,

park

and recreation agencies, library, higher

and

K -12

educational,

aviation

and

healthcare.

Understanding our

clients' goals

and

seamlessly

integrating t h e m into operations

h a s been

the

k e y to ou r

consistent

growth.

As

our company

expands,

o ur prim ary

commitment

remains

unchanged:

our clients

are

our first priority. W e are proud that m u c h of our

work is a

r e s u l t of repeat clients,

confirming that

our "

client first"

philosophy is more

than

j u s t a

phrase —

t ' s ou r

way

of

doing

business. D. Stephenson Construction, Inc.

ha s become one of the most

renowned providers

of Construction

Services

in South

Florida.

We are driven

to

be the best

at

what we do for

you. Our team ha s

extensive

experience

and

a

great

track record with

similar

projects in the

municipal sector

with similar

components. D. Stephenson Construction Inc. ha s the

resources

to

provide complete and comprehensive CM

@Risk

services.

Other,

esources

include:

Construction Management

Project Management

Construction Management at Risk

Contract Administration

Quality Control

Value Engineer ing

General Construction

Scheduling

Estimating

Subcontractor

Coordination

000 000

0 0

0 . :

0000

i

U

o

0

0000

0

0

0000

Design -Build

P r e - Construction Consulting

Design

Acquisition &

Management

Design Budget Monitor ing

Exterior & Interior Finish Division

Drywall

Stucco

Acoustical

Ceilings

Paint

00oa

U U U

00

0

U

0

L

0 0

U

U

0

O 0 0

U

00 Oo 0 0

0

0

000

0 0

0

DSTEPHENSON

C

on t

rU

C

t

o n

1n-

Page 138: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 138/152

2.

B.

MINIMUM

REQUIREMENTS -

1 .

PROPOSER'

S EXPERIENCE

b.

Multi -disciplinary Services:

P r e - construction Services is the beginning of

the

project

team'

s joint collaboration in managing

the design

intent

and the

project

requirements

of

the

owner.

Ou r staff

is

thoroughly

familiar

with an d understands

the pre-

construction

process

which

includes but

it

no t

limited to:

Evaluate materials,

systems, &

methods

costs

Prepare progress estimates at design milestones

Coordinate and

review document

progress

Define Scopes of Work

Subcontractor Selection

Material Procurement

As

we move forward in

the project,

D.

Stephenson

Construction develops a plan

specifically

tailored

for your project.

Options analysis

Our staff

has

developed

a

checklist used

to

investigate and analyze all feasible alternate design

optionsand

phases.

Our

staff

will work

with

the

architect

an d

the

City

of

Miami

Beach

to

generate ideas for implementing different

types

of

construction

s y s t e m s . T h e similar

ideas

will

be

grouped

s o

that

a

comparative

analysis

of c o s t s ,

aesthetics, _

availability, durability,

and

p e r f o rm a n c e o f e a c h s y s t e m

during

t h e d e s i g n

d e v e l o p m e n t

s t a g e c a n b e d o n e . -

FACILITY

ASSESSMENT

D. Stephenson

Construction

has

experienced construction professionals

that

have

the

expertise

in

p r o v i d i n g

m u l ti -

disciplinary m a n a g e m e n t

in

t h e

a r e a s

o f

f a c i l i t y a s s e s s m e n t . W h e n t h e

p r o j e c t

s c o p e o f s e r v i c e s r e q u i r e a facility a s s e s s m e n t r e p o r t ; w e

m a n a g e

t h e p r o c e s s

during

t h e

p l a n n i n g

s t a g e

t h r o u g h a c o l la b o r a t iv e e f fo r t

i n c l u s i v e

o f

t h e

c l i e n t '

s f a c i l i t y s t a f f ,

A/ E F i r m s ,

Construction Management

Staff,

and

Selected

Trade

Subcontractors,.Th e project team will

coordinate

meetings

with

al l

appropriate

team

members to

visit,

discuss,

review,

and evalua te

t h e

e x is t in g p h y s ic a l

c o n d i t i o n o f

th e

f a c i l i t y ,

e x p l o r i n g

t h e b e st

s o l u t i o n s

a v a i l a b l e

b a s e d o n

th e

cientsprogramrequirements.

SCOPE DEFINITION/ VALIDATION

AND

BUILDING REVIEW /

INSPECTION

T h e

p r o j e c t s c o p e i s d e f i n e d

a n d

v a l i d a t e d d u r i n g t h e p r e -

c o n s t r u c t io n p h a s e .

Our m a i n f o c u s

is

to establish a clear and

concise

understanding of the client' s program requirements,

as

t h i s

is paramount

in

managing

t h e

d e s i g n

i n t e n t . T h e

p r o j e c t t e a m will

s c h e d u l e

a n d

h o l d w e e k l y

design

coordination /

p r o g r e s s m e e t i n g s ;

all k e y

d e c is io n m a k e r s will

b e in attendance

t o

discuss

MEP /

Structural Systems,

Interior

Finish-

Material

Selections, Job Phasing, Project

S c h e d u l i n g ,

P e r m i t t in g R e q u i r e m e n t s ,

and

Material

P r o c u r e m e n t .

T h e

p r o je c t t e a m will coordinate,

monitor and rev iew

the

design

documents

at

each design milestone

t o

ensure

t h e

design intent

is

achieved.

D S C

prepares progress estimates, and

constructability

reports at each design

milestone

to maintain an d control the project d esig n a nd budget, an d we also verify that

the

d e s i g n is in

c o m p l ia n c e w i th a ll

a p p l i c a b l e

building c o d e r e q u ir e m e n ts .

W e

v e r i f y

t h e b u i l d i n g

codes requirements through the checklist that is

created

at the

design

phase.

UUV

0 ( '

0

000

li 0

U

0

0

U

0 ci

0

0

0

0

0

U(:

00

0

0

0

U V

00

0

0

0

U

U

0

00C

0

VUU:

0

0

J

v U

V 0 0

U

U U

0

3300

V 0 3

U

U U3 UU

3233 ..

3 .

i

D. STEPHENSO

C o

n s

tr

u c

tl o

I

n

Page 139: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 139/152

2. B. MINIMUM

REQUIREMENTS - 1 .

PROPOSER'

S

EXPERIENCE

PLANNING

P l a n n i n g management

p h a s e

begins with

t h e

d e v e lo p m e n t o f b id p a c k a g e s which i n c lu d e lo n g -

le ad tim e

pro cu rem en t packag es

and

subcontractor prequalification.

Th e bid

packages are

customized toward the

capacity and

experience of the local subcontractors. P r e -bid conferences

will

be

held

with

al l

interested

subcontractors

to

discuss

in

detail

site

investigation information,

drawings, project

schedule,

an d the project teams expected standards fo r success. After

receipt

of b id s , e a c h b id

is

analyzed by

t h e

t e a m

t o

verify t h a t it

is 100%

compete

P r e -

Construction begins immediately

after

selection

of h e

firm,

D . S t e p h e n s o n

Construction will

m e e t t h e e a r l ie s t c o n v e n i e n t day with t h e C i t y ' s s t a f f , building

department

s t a f f , appropriate

governmental

a g e n c ie s s ta f f , design professionals, a n d m o s t importantly

t h e

community t o

ensure s u c c e s s f u l coordination beginning with pre- construction, construction, and through p o s t -

construction

PUBLIC ENGAGEMENT

D .

S t e p h e n s o n Construction

is

very

committed

t o

t h e

surrounding

communities

including

t h e

very vocal community surrounding

the

City o f Miami B e a c h an d the

existing

park. D C S would

orchestrate Community

Outreach

to adjacent

neighborhoods and

b u s i n e s s e s by hosting a town

hall

meeting with

residents

and

business

owners to

d i s c u s s

the project. Information

on t h e

projects,

upcoming operations,

the

construction

schedule an d logistics would be

discussed.

Additionally,

any

questions that

may arise

would be

addressed at that

time.

we

are a strong advocate

fo r

local hiring

an d

our

commitment

to the support

of S BE &

L o c a l subcontractors surpasses meeting the u s u a l mandated

minority

goals. During

t h e town

h a l l

m e e t i n g t h e

l o c a l subcontractor c o m m u n i t y

i s invited t o

a t t e n d a n d

we e s t a b l i s h

open lines

o f c o m mu n ic atio n a n d

discuss-

potential

opportunit ies for the

project.

Our process

for

maximizing

t h e

of u s e of

minority b u s i n e s s e s

and

th e

u s e

of

l o c a l

workforce

in c lu d e s e v e r a l

methods.

W e w ill p rio ritiz e o u r

solicitations

to target

the

local fi rms

as

preferred

vendors.

Our

team will

address

participation

strategies at

each

preconstruction

meeting to ensure goals

are

met.

Approach items

include:

Identifying and recruiting

pre-

approved firms

utilizing

City of Miami B e a c h , s t a t e and local

government directories

Match firms

to

specific

opportunities available

Publish legal advert isements in

local

papers,

trade

journals, jobsite123.

co m

and websites

Distribute

early b id

announcements and provide continual

follow -u p

Coordinate pre -bid workshops to e ns ure b id re q uire m en ts

are met

P r o v i d e

mentoring assistance

during

bid phase; o

e n s u r e accuracy

Conduct training workshops

on

technical

i t e m s

and

system

during

construction

B e in g a M B E firm, we fully understand t h e importance o f providing opportunities

within

t h e

community,

as the

opportunit ies were given to us.

I n

addit ion

to

our thorough

S B E

solicitation

process, we .actively participate in various local outreach programs and continue to mentor

firms

and build new relationships

D

STEPHENSON

C

ons ract f o n I n

Page 140: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 140/152

Page 141: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 141/152

2. B. MINIMUM REQUIREMENTS -

1 . PROPOSER' S EXPERIENCE

conditions and owner requirements s u c h a s

t h e Owner

requirements fo r separating

t h e

construction work areas from

the

visitors, and s ta ff popula tion and Vehicle access an d parking

fo r

construction personnel,

staff, an d

visitors, staging an d

storage areas,

M OT

plans, emergency

procedures (

personal accidents,

environmental

accidents,

utility

service

disruptions,

and

inclement weather).

We

a s s i s t

our subcontractors in

developing

a

s i t e

specific safety program

that

takes into

accoun t the ir

scope

of

work,

unique

jobsite

condit ions,

and

the

owner

safety

requirements.

The communication of al l safety

requirements

to every employee is paramount.

COST

ESTIMATING

C o s t

estimating

is a p r o c e s s

that we

manage during t h e pre-

construction phase.

During each

of the design

review phases

we

create progress estimates that

increase in detail.

As

the design

documents

progress

there

is

a decrease in contingencies, assumptions, and qualifications.

We

h a v e lo g s t h a t clearly identify what

changed

and why

it changed

from previous e s t i m a t e s .

We provide a detailed variance report that indicates and ident ifies c lear ly

the

changes to the

estimates.

B e g i n n i n g

w i t h t h e

initial

c o s t e s t i m a t e

t h e

t o t a l anticipated c o n s t r u c t i o n

c o s t s

will

b e

indicated.

It i s

o u r r e s p o n s ib i l i t y

t o i n p u t

information

b a s e d o n

e x p e r i e n c e , knowledge, a n d h is to r ic a l

data, t o eliminate any potential i n c r e a s e in t h e budget a s

t h e

d e s i g n

is finalized.

We

h a v e

a

large h i s t o r i c a l database o f c o s t h i s t o r y , w e h a v e l o c a l marketplace knowledge, a n d w e h a v e a

pool of exp er ience and c ompeten t subc on trac to rs tha t a lways p rov ide fair and

comple te b ids .

Value Engineering

1 .

Material Recommendation -

W e will

provide alternatives fo r improving cost, constructability

and

serviceability.

Based

on this market analysis and our analyses of the overall project

r e q u i r e m e n t s ,

we

will

develop

a p l a n

that

will b e c o n s i s t e n t

with

t h e capabilities

of t h e

l o c a l trade

contractors. W e will consider the availability of skilled trade contractors who are qualified to

provide

services

fo r

the

project,

availability

of specialized

craftsmen, the

most

advantageous

breakdown o f the

project

into

trades,

projections of

futureconstruction workloads,

and

materials

availability.

We will

also

take

into

consideration the cos t systems

that

provides the most value

l o n g t e r m

without

compromising

a e s t h e t i c , f o r m

and f u n c t i o n

r e q u i re m e n t .

2.

Construction

Techniques -

During the

GMP Development

process, DSC chooses potential

bidders

from a

pool

of pre-qualified subcontractors and

suppliers

ba se d o n

past

performance

o f c o s t

c o n t r o l a n d

quality.

We a l s o r e l y

o n

r e c o m m e n d a t i o n s f r o m t h e City of Miami B e a c h

of subcontractors who

have

performed at a high

level

on other projects.

Our

project

team

will manage

the

subcontractors fo r cost control,

quality,

and schedule. Quality

control is

i m p l e m e n t e d c o n t i n u o u s l y

e n s u r i n g prompt c o r r e c t io n o f d e f e c t s

a n d

eliminating p u n c h l i s t s .

Similarly the

project

cost

is tracked an d

reviewed

as

often as necessary

to

prevent cost surprises

and

to

make adjustments

while

still

able.

T h i s

prompt action

reduces

delays and

directly

controls cost.

Continuously detailed

accounting

of

the project

throughout construction results in

a n u p -to -

date

financial s t a t u s included in t h e

monthly

report and e n s u r e s the containment of

constructioncosts.

T h e V a l u e

E n g i n e e r i n g

P h a s e i s c r i t i c a l t o th e s u c c e s s o f

t h e

p r o j e c t , d u r i n g t h i s p h a s e

a l te r n a t iv e c o n s t ru c t io n - y s e m s t ; ia; c o u ld b

i i n p l e i n e n t e d

in t h e p r o je c t a r e a n a l y z e d s u c h

a s ,

concrete

and

ma orry ccnstructior masonry a m d '

wood construction, precast

concrete

and

metal construction, an d tilt wall construction.

The

components included in each of the systems

are investigated to compare costs -and determine which alternative provides

the

best value pe r

JJU u

u

0

v U 0)

u

DSTEPHENSO

C

o

I n

Page 142: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 142/152

a AO

2.

B. MINIMUM REQUIREMENTS -

1 .

PROPOSER' S EXPERIENCE

dollar spent. During

t h e

Value Engineering P h a s e , f e a t u r e s of e a c h s y s t e m components are

analyzed to determine

benefits

and costs effectiveness. The evaluation happens through a

series

questions, such as:

1 .

What

are

th e b en efi ts o f

each alternative

as it relates to

design,

cost,

construction

and

ease

of

mantenance?

2.

Are there varying designs

that

can

b e

analyzed for each alternate

s y s t e m ?

3.

Availability of qualified sub

contractors

that can per form the work.

Life

cycle

cost analysis

D S C fully

understands that

thorough init ial c o s t is of high

importance

to all

projects.

We

also

know

that

municipal

and

park facilities will

be

operated and maintained for periods often in

e x c e s s of twenty years.

We

recognize that l ife

cycle

c o s t s a s

well

a s e a s e of maintenance are

ultimately

j u s t a s important as .the initial cost. D S C

along

with our consultants will

consider

all

possible

fac to rs to determine the

best

of both worlds.

The DSC

team will evaluate critical

s y s t e m s and

products based on :both

initial and

long -

e r m ,

cost; factors include

first

cost,

energy

consumption, maintenance

c o s t ,

u s e f u l lifespan and replacement

c o s t .

K e y

s y s te m s s u c h

a s

roofs,

HVAC Plumbing equipment and electrical equipment

will

be closely

evaluated

to ensure

t h e

b e s t possible value

for

t h e

City

of

Miami B e a c h .

COST

CONTROL

HISTORY

OF MEETING

BUDGETS

20

10

0

Savings to

Owner

shown in red

OrginalContract amoun

oi

Final contractAnnurd

234,

818

273,016

1 , 641

I I I .

l,.ii

559,

543

11 , 017

Trmpnl 13

Stepfen FereatPart FS

Coal Padc

FS

Hewlett.,

iauderdsle

RadaliooHS

Uuderdak

Tytme

Bryant

FmterES

Toarrhomes QyHaI

v a t s

t a u t

r l '

Ijb (n

M i ll io n s )

Ou r

prime

responsibility

will be to minimize the exposure

t o

risk for City of

Miami

Beach. T h e

l a r g e s t e le m e n t of

t h i s is implementing

e f f e c t i v e

c o s t

c o n t r o l .

Our

unders tanding of relevant

projects

and our

proven

cost

control

systems

will

ensure effective

cost control

with

no

surprises.

Exposure

to

unforeseen e v e n t s will b e

minimized

by our

understanding

of insurance and

bonding

requirements

Jid ,

by

t h e ,

p r e g iIifica ±o n of subcontractors

and

s u p p l i e r s .

Finally,

ou r

value engineering abilit'; and

ijproachtccost`

benefits studies

will

ensure that changes

in

the work can be

accoinrt)

od; ed w itlao ut, eost cwerruns.

o030J

J J

J J 0 0 J

J

u000 0

3

JJJJ J J

003,. 0

O

a

D

STEPHENSON

C

on atructo n I n

Page 143: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 143/152

a1

2.

B.

MINIMUM

REQUIREMENTS -

1 .

PROPOSER' S EXPERIENCE

T o maintain

t h e

budget, we utilize Prolog software

t o

provide careful c o s t management

monito ring and con tro l

to ensure

costs remain comfortably

within

the budget. As construction

begins, our cost control efforts

will

focus o n the efficient coordination of f ie ld ac ti v it ies , and

strict adherence of

trade

contractors

to

contractual requirements.

Our approach

utilized

to ensure

that your project

stays

on

target

includes:

Clear project objectives

Coordination

procedures

and

requirements

Carefully defined roles and responsibilities

Frequent

communications with all participating team

members

Implementing a p r o c e s s for making timely

and

appropriate decisions

T h e s e

e l e m e n t s , when

combined, and

tailored t o your project

b e c o m e

part

of

our

strategy

for

maintaining

c ost o n

this project.

Cost /Document Control -

Prolog®

Manager

T h e

T e a m

realizes

t h e

importance of keeping

t h e

owner informed and updated

on

a ll

i s s u e s

related

to cost

control.

By using

Prolog®

Manager we can track all

areas

of the project on a

daily

b a s i s .

Prolog®

enables us to create cost reports, track

changes,

and

expedite

material,

a s

well

as

manage all subcontracts and drawing revisions.

Prolog Managers provide complete project

control

by automating all aspects

of

t h e construction

lifecycle —

from project design to

close

out.

U s e d

by global and national enterprises, and

large regional -

b a s e d

organizations,

P r o l o g

Manager h a s become t h e AEC industry

standard

for construction companies.

Prolog

delivers

in -

depth

project management features a c r o s s

projects and programs in

the

areas of:

collaboration, purchasing management,

scheduling,

cost

control, document management and

field administration.

Change

Order

Negotiation

Change orders are

a

critical

part

of every project and the effective handling of t h e changes

determine

the final

cost of

the project.

D S C

is familiar

with the CM . @ R i s k project delivery

m e t h o d , and

we will

u s e

our combined

purchasing power

when negotiating

change orders

with

subcontractors.

All

subcontracts are

written with

a

complete

scope

of work, there

will

be no change orders. Unit prices for

additional

work are

negotiated and

locked in for the

duration of t h e project during the

bid

and award phase.

I f

there are

changes that

n e e d

to

b e

priced,

quantity take -

offs and uniform

pricing analysis

are to be done.

A

reasonable price

is

negotiated

with

the

subcontractor

before the suggested cost change is presented to the project

team,

this clearly

helps

in

early elimination of construction claims.

Security Systems

D S C

h a s

a s u c c e s s f u l h i s t o r y

of completing public

p r o j e c t s

ranging

f r o m

public

w o r k s

facilities,

city

halls,

libraries, parks, police

stations,

fire

stations,

office buildings, educational faci li ties and

renovat ions o f facilities

on

occupied

sites.

Our team

understands

security s y s t e m s ,

and

have

t h e

experience

and know

how when

it

comes

t o working with the program

management

staff,

vdeosurvellanceandcard access control suppliers.

W e c oo rd in ate a nd verify al l rough -in

requirements with

the

v

ndcr

and cll other effected trades at pre- construct ion ensuring correct

and

complete installation. -

V

J

U 0 3

J

0

D

STEPHENSON

Conatr ct o n

I

n

Page 144: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 144/152

2. B . MINIMUM REQUIREMENTS -

1 .

PROPOSER' S

EXPERIENCE

SCHEDULING

All

DSC projects

are

completed

on time

and within budget.

DSC

uses th e la test in

software

an d

technology to deliver projects on time and on

budget.

Below we

describe

the s y s t e m s

and procedures in

place

t o

i n s u r e that

w e

will m e e t t h e .City of

Miami

B e a c h s c h e d u l e for

t h e

Bandshell

P a r k

Facility

R e n o v a t io n P r o je c t .

HISTORY

OF MEETING

SCHEDULES

u Contract Schedule •

Final

Schedule

120

100

80

60

40

20

Meadowbrrok

AC Perry

E5 Eagle

Point E5

auderhill Coral

Park

ES

R o ve rl an d T ar av el la

H S

Stoneman

Broward

Stephen

Tropical E5

Lbrary

Lbrary ,

Douglas County Main Foster E S

Lbrary

D . S t e p h e n s o n

C o n s t r u c t i o n

m a i n t a i n s i n - h o u s e

s c h e d u l i n g

c a p a b i l i t i e s

u t i l i z i n g

P r i m a v e r a

S u re Tra k P ro je ct Manger.

Daily,

weekly,

and

monthly

schedules

can

be

produced,

also

critical

path identification and analysis c a n

b e

accomplished with

t h i s

scheduling software.

C o n s t r u c t i n g p r o j e c t s in a t im e l y a n d e ff ic ie n t m a n n e r r e q u ir e s

a n a l y z i n g

m a n p o w e r a n d

material requirements.

The

material

has to

be fabricated, shipped and delivered,

but

before

t h i s happens, approvals

m u s t b e obtained

o n

t h e

proposed products that

m e e t t h e

project

specifications prior t o being released. T h e manpower resource is tracked with each

construction

activity.

Our

schedulers

prepare

a comprehensive

project

schedule

suited

to the specific project. A 60

da y startup schedule is

developed

with t h e end

in

mind and includes the incorporation

of

the

r e q u i r e d

d e s i g n

r e v i e w

p r o c e s s ,

p r o g r a m m i n g a n d p e r m i t t in g r e v ie w ,

s u b m i t t a l s

a n d p r o je c t

mlestones.

The

information

generation from

our

master project schedule

is

packaged a nd re vie we d w ith

t h e

owner' s representative o n

a

monthly b a s i s . During t h e final 90

d a y s of

t h e project

s c h e d u l e

w e b e g i n

t h e p r o c e s s

o f m a n a g in g a ll

c l o s e -

o u t a c t i v i t i e s n e e d e d t o e n d

th e

p r o j e c t s u c c e s s f u l l y .

T h e

p r o j e c t

s c h e d u l e is u n i q u e

a n d

t h e l e v e l o f

d e t a i l

n e e d e d will

v a s t l y

differ

f r o m

p r o j e c t

t o

p r o j e c t , a l s o t h e l e v e l `o f d - d e t a i l

r e c , u i ,

e d `

b y

t h e owrer :

p l a y s

a r o l e in p r e p a r i n g t h e s c h e d u l e .

C i t y o f M i a m i

B e a c h oay w o n t

a n -

o v e r v i e w s ' nedjle o f 1 0 0 a c tiv it ie s

for

m o n th ly u p d a t in g .

T h e

architect c o u l d require

a lever

of detai l

for scheduling h is approval p r o c e s s that

would

possibly consist of 500 activities.

D. STEPHENSON

Con

s tr

u

cti o n. I n

Page 145: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 145/152

Page 146: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 146/152

2. B. MINIMUM REQUIREMENTS -

1 .

PROPOSER'

S

EXPERIENCE

QUALITY CONTROL &

ASSURANCE

PLAN

During the pre - onstruction phase, Quality Control is maintained primarily by keeping t h e

d e s i r e d

materials, equipment and s y s t e m s without sacrificing

quality in t h e

d e s i g n

p h a s e and

the cont inuous value

engineering

process. T h i s

is accomplished

through very frequent

and

extensive

meetings

of

all

members of

the team.

During

the

meetings,

we

provide

timely

pricing

of changes, methods and systems

in

order to

provide

the Owner

with

proper

information

for

decision making

at e a c h

s t a g e

of

t h e

project.

T h e personnel

r e s p o n s i b l e

for designing and

estimating the project are integral to the preconsfruction team an d share the responsibility

of

constructability

review, coordination, and

true Value

Engineering input

to

the

Owner

and

project

team. In th e c ou rs e

of

the design p ha se th e

project

manager

will review

the

design

submittals

for

errors,

discrepancies, conflicts

and

any

potential change

order

i s s u e s .

Quality

Control

is also

maintained

at

t h i s

stage

by t h e

pre -qualifying

of

subcontractors

and

suppliers prior

to

bidding to, ensure

that

only

qualified, experienced

and

financially

sound

f ir m s

with excellent reputation are permitted

t o s u b m i t

bids. During t h i s p h a s e we a l s o

verify

constructability

techniques, check dimensions

t o guarantee

a true

fit and verify compatibil ity

and

availability

of

materials and

systems.

D .

Stephenson Construction

u s e s

Prolog to track all areas

of

the

project

on a

daily

basis, we

can track design submittals, shop drawings, create reports, and

management

documents.

At

weekly project meetings

that

are held

with

the Owner, Contractor, Subcontractor, and Design

representatives, critical issues are discussed,

and

d es ig n d o cu m e nts

are reviewed,

as

well

a s

t h e design schedule s o

that everyone

is made

aware

of what t h e y h a v e t o do t o eliminate

problems and maintain the project

schedule.

During t h e construction p h a s e , quality control begins with the

checking of

shop drawings

t o

e n s u r e

f u l l compliance with t h e plans and specifications.

Quality

Control procedures are

reviewed

and emphasized at

every

weekly project meeting

that includes

all

key stakeholders.

T h e

project

superintendents

will

be

in

the

field continually,

ensuring

the

work

is

built

in

accordance

with

specifications. I n

addition,

projec t managers

will visit the

project daily to

review progress and observe t h e quality of work. T h e Vice

President

of

Operations

will also

b e

involved on a daily b a s i s t o review progress

and

quality.

T h e

k e y

to good quality

control is

t o employ

only

quali fied and l i c e n s e d subcontractors: t o

follow t h e requirements o f t h e contract documents, t o ensure

t h e

timely submittal of shop

drawings

and

data

on

all

materials

and equipment, to ensure that all

materials and

equipment

delivered

to

t h e

job

s i t e are in

fact

approved by t h e

Architect /

Engineer, to

thoroughly

inspect

the installation

of

all materials and equipment fo r strict quality control, to

ensure

that

the

quality

control t e s t i n g a s required

by t h e Contract is performed

in

a proper

and

timely fashion, and

to have excellent field supervision which ensures adherence to dimensions, schedules, quality

of

materials and workmansh ip .

I n

addition,

inspection

an d

approval

of

mock -

ups

and /

or

sample installations prior to the full scale installation of a

product,

material, fixture or system,

will contribute greatly to high quality i n t h e finished

product.

Quality Control also involves a

clean and safe project s i t e ,

as

part of our Safety Program we maintain a Drug and Alcohol F r e e

Work P l a c e .

B y diligently pursuing quality control on

a daily b a s i s from day

1 , we

can a s s u r e

t h e meeting or exceeding

of

all

querty ccrtrol desired ,outcomes.

Upon award

of a

project, we

develop a customized QC prograr

tailored

to" t h ;a

specifics

otth.e ; project.

VU

V V V

U

U U

l;

1. U U :)

v

V

li

J V V U

U

J vV

D

STEPHENSO

C

o

natru

ct

i o n .

I

n

Page 147: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 147/152

0

2. B. MINIMUM

REQUIREMENTS - 1 .

PROPOSER'

S

EXPERIENCE

During t h e

construction process,

t h e D S C

team

will provide you with

assurances that

t h e building

under

construction will

continue

to

perform

in accordance

with your goal.

Going

beyond t h e

traditional

punch list

procedure,

when relevant our team

will work with

your staff to evaluate

the performance

o f HVA C, plumbing, electrical, and

controls

systems,

to be sure

that funct ional

criteria are

met,

that al l

systems

are

operating

properly, a nd th at operational efficiency

goals

are

met.

We will provide support

to

personnel

in

all

aspects

of operations and maintenance,

s o that t h e s t a f f

u n d e r s t a n d s

t h e facility thoroughly and is capable

o f

sustaining t h e building' s

performance throughout its life.

DESIGN

T h e

staff will

b e

involved i n t h e

project

a s the

design develops at

k e y milestones,

reviewing

the

design

and

suggesting

materials, s y s t e m s , and methods that

are

c o s t efficient.

Our

staff

will thoroughly analyze t h e d e s i g n i n t e n t impact o n constructability, p h a s i n g , subcontractor

coordinat ion,

vehicular and pedest rian traffic, site

access,

and existing site utilities.

During the design review the document

development

stages are

a s

follows:

Planning /

Programming

Phase -

Identification of

Function -

the

owner

lists

all needs

and

spaces

for t h e building. Input from our

pre- construction

staff s t a r t s at

this

point.

Conceptual

Phase -

t h e

design

intent is clarified and t h e

framework

of t h e building is

suggested which

includes

the number of floors,

total

square footage, and site location, at

this

phase is when we

start to

evaluate

systems &

methods.

Schematic

Phase - rudimentary scaled drawings with descriptions

of

typical floor layouts,

major

structural,

M E P

and

envelope

s y s t e m s of t h e building have been produced. During

t h i s period we create square

foot

est imates by relying on our experience, knowledge,

and stored

project historical

data, this

allows u s

to quickly

develop

required alternate

suggestions and solutions t o help maintain

a

c o s t efficient project.

At this time we

also

begin to formulate fast track possibilities.

Design

Development Phase -

t h e design

of

the project at this phase is essentially complete,

the

plans

for

all disciplines

such as

civil, architectural, Structural, and

M EP systems

have

be solidified.

We

will

introduce our subcontractors and vendors

during

t h i s

phase for

assistance in providing budgetary estimates fo r t h e project.

U00UU

U VJ0

U J

U

U

U

U

V

U 0 0

6

U .,

4)

1. 0 J J .. 0

1.

U

0

V

03.

DSTEPHENSON

C

o

ns tru

c

t

o

n .

I

n

Page 148: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 148/152

2.

B.

MINIMUM REQUIREMENTS -

1 .

PROPOSER' S EXPERIENCE

CONSTRUCTION CLOSEOUT

The Project Closeout phase is just as _

mportant

as the

preconstruction and construction

phase.

D.

Stephenson

Construction

will prepare

and submit

to the

C ity o f

Miami Beach

in a timely

manner

all close -

out

documentation as required;

As -built drawings,

Warranties,

Operation

Maintenance Manuals and

Inspection Reports.

Quality

of

workmanship

and c on tract

document compliance

i s s u e s

are t o

be

resolved during the construction

stage. When

we

schedule the Architect /

Owner walk -thru there will b e n o workmanship

deficiencies

or

any

contract document compliance issues.

D . S t e p h e n s o n C o n s t r u c ti o n

will

give t o

t h e

City of

Miami B e a c h

any

contractual

attic

s t o c k

or

extra

materials a s required at the end

of

t h e project.

We

will

also

provide

on -

s i t e training for

t h e City of Miami B e a c h Staff

on

the

operation

and maintenance of t h e building M E P

S y s t e m s .

Instructional videos and ormanualswill

b e

provided for

t h e

City

of

Miami

B e a c h

maintenance

staff for future reference.

Prior to

expiration of t h e

warranty,

a

walk

through will b e performed

at t h e first s ix month interval following substantial completion

with

t h e City of Miami B e a c h

designated

personnel to review

and

address any concerns the staff and facilities managers

may have.

At

t h i s

time we

will

ensure that

t h e s e

concerns

are addressed

prior

to

expiration

of

t h e warranty. T h is e n s u re s complete compliance but more importantly complete satisfaction of

t h e facilities and

City

of Miami B e a c h staff.

As we move

forward

in

t h e project,

D .

Stephenson Construction develops a plan specifically

tailored to the specificproject.

CLAIMS

MANAGEMENT

Claims management is important

to

prepare for

the

uncertain nature o f co nstruc tio n p ro jec t risks.

The

identification of major project risks .occurs

in

the very early stages of the

project,

which

helps reduce

the number and

severity

of

claims. I n our

construction

contracts

with t h e owner,

subcontractors, and vendors, we

address

ho w to handle issues associated

with evaluating an d

assessing

major

project

risks

that

could become

potential construction

claims.

Major Project

Risks -

changes in

project scope, Negligence

in

design

and construction,

Material

an d Labor

cost

escalat ions, unforeseen jobsi te conditions ( usual ly geotechnical),

time delays,

andweahercondtions.

Contracts provide a n opportunity t o craft contractual

language

that provide r e s o l u t i o n s

for

potent ia l p rob lems associated

with major project risks

that could become c la ims, or

lessen the

effect on the project

if they

become claims.

The

type of

contract is an item

that

is important when

resolving claims.

The thorough an d

clear

communication involving t h e

scope of

work for t h e contractor, subcontractor,

and vendors

is

paramount

in

diminishing

misunderstandings.

T h e

selection

of

qualified

and

competent

subcontractor and vendors diminishes

the

risk of unacceptable work, job related

accidents,

uncompleted

work, time delays, and &

unexpected

changeorders.

WARRANTY

SERVICES

D . S t e p h e n s o n Construction offers a , two year warranty instead of typical one year and video

tape

training sessior:

with main

erance

personnel cn all building

systems. At

3 month

intervals

we s c h e d u l e warranty in s e c t i o r i s t w l r t h - c l i e n ' s maintenance staff. T h e r e is n o additional

c o s t for

this service.

W e would also oversee

any

necessary warranty repairs.

DSTEPHENSO

Coat

r

ctRn I n

Page 149: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 149/152

2.

B.

MINIMUM

REQUIREMENTS -

1 .

PROPOSER' S EXPERIENCE

e

Contact Person Managing Project

Timothy

Talbert,

Chief

Operating

Officer

Eric

Cyrus,

Vice

President of Operations

f.

Legal Claims -

List

and describe

all

legal claims against any member

of

the

team

alleging

errors and /or omissions, or

any

breach of professional ethics,

including those settled out

of

court, during in the past five (5) years.

Not Applicable.

UUU UUU

0

UUU U U

U u U U

U U U U

0

U-

U U,

U

U

U

U

U

U 0

UU

0

U

0

0 0

000

0

U

0

U U

U 0

O

0 UUO U

VUUU U U U

J 0 U U

U

0

V

JU0J U J

JJ

U

J

JU 0

DSTEPHENSON

C

o

nst

-

u

c

to . I n

Page 150: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 150/152

f.

2. B. MINIMUM REQUIREMENTS -

2.PM

EXPERIENCE

2.

Provide

a

comprehensive summary of the experience and

qualification

of

the

individual(

s)

who will be

selected to

serve as

the Project Manager.

TRAVES KNOWLES, PROJECT

MANAGER

EDUCATION:

MS

in

Construction

Management

B S in

Electrical Engineering

PROFESSIONAL AFFILIATIONS:

Nat ional Society of

Black

Engineers

Institute

of

Electrical

and

Electronic Engineers

American Society

of

Mechanical Engineers

LICENSES: LEED AP

PROFILE:

One of the

most

dynamic members of D. Stephenson

Construction

team, Troves has worked

in

a

broad range of capacit ies in t h e construction industry

for

t h e la s t eight years. T r o v e s

ha s

managed projects

of various sizes and complexities for

Educational, Municipal, Aviation,

Development

and Conventional construction

projects.

H is

wide

ranging experience brings added value to the

Owner and

to

D .

Stephenson Construction

projects. As

Project Manager,

Troves

is responsible for managing office

duties

and supervising

fieldwork,

including

Subcontractors•

and other Field Staff.

His

other responsibilities include

developing s c o p e s

of

work for bidding, the bidding process, contract negotiations, submittal

and

shop

drawing

review, pay requisit ions

and

change

order

request processing, meeting

minutes

documentation, schedule

analysis, R F I

processing,

and

budget control.

T r o v e s

h a s

a reputation

o f maintaining excellent

client relationships,

while preserving policy

and

procedural implementation.

T ro ve s po sse ss extensive knowledge in the management of construction

projects,

value

engineering,

working in a team environment,

an d is well

versed in project

schedules

an d

budgeting.

He h a s worked with projects similar

in

size

and complexity and

h a s completed

severa

renovaionproects.

H e

will

be

another incredible

a s s e t for

your

Bandshell

P a r k

Facility

Renovation project.

UJU

uuU

a

uu

U U

0

U

0 0 U

0 0

0

U

0 0 .

li U

0

L)

U o

l:

u

U

U

U

0

0

0 0

U

0

0

UJ

0 0

U0 U V J J

0O

00 J J

J J

0

000JJ J

J

0

D.

STEPHENSO

C

ons

tru

c

t

o

n . I n

Page 151: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 151/152

2.

B . MINIMUM REQUIREMENTS -

3. PREVIOUS SIMILAR PROJECTS

3.

Previous

Similar

Projects

D . Stephenson

Construction

brings one of the area' s

strongest

teams

in

the

public sector.

As

mentioned

in the

introductory Letter,

DCS has

completed number of projects

fo r

public entities,

many o f

which

a r e

similar t o

t h e B a n d s h e l l R e n o v a t i o n project. Additionally, o v e r t h e p a s t 1 0

y e a r s ,

D S C h a s

c o m p l e t e d m a n y

p r o j e c t s

in th e

l o c a l

p u b l i c

s e c t o r

i n c l u d i n g :

C i t y

of Hollywood Carver R a n c h e s . Library Renovat ion

B r o w a r d

C o u n t y M i d R i s e Office B u i l d i n g

Renovation

Broward Sheriff'

s

Office -

various

renovations

Broward County Courthouse Renovation

Broward College

P u b l i c S a f e t y

Building

Renovation, L E E D

Silver

Fort

Lauderdale

International Airport - Various Renovations

Broward County Library

Bond Program -

Var ious Renovations

N F L Yet Center

Youth Center -

P h a s e 1 ,

Occupied

Recreational F a c i l i t y Renovation

N F L

Y e t C e n t e r

Y o u t h

C e n t e r - A d d i t i o n , O c c u p i e d

R e c r e a t i o n a l

F a c i l i t y Renovation

S c h o o l Board

of Broward

County -

Hurricane

Wlma Renovations. (over 50

projects)

Plantat ion High

School Roof

Replacement /

Renovation

S t o n e m a n Douglas

E l e m e n t a r y

S c h o o l

Renovation

Davie Elementary School

Renovation

C i t y

of

D e e r f i e l d B e a c h P e r c y White

B r a n c h

L i b r a r y

Renovation

City of

Miramar

Multi- Service

Complex and

F i r e Station

City

of

Miramar

Ansin

Sports Complex

City o f Lauderhill Hall, L E E D Sliver.

C i t y o f

F o r t _

L a u d e r d a l e T y ro n e B r y a n t B r a n c h

Library

City of Dania

Beach Nanofiltration

Water Treatment

Plant,

L E E D God

C i t y o f

D a n i a

B e a c h

P a u l

D e

Maio

L i b r a r y , .

L E E D

G o l d

C i t y o f L a u d e r d a l e L a k e s

Library &

Community

Center,

L E E D Com > >rnerts

City of

Lauderhill Library

City

of Lauderhil l

Police

Station

City of Lauderhill P e r f o r m i n g

Arts

C e n t e r &

Library, L E E D

Gold

City o f Deerfield B e a c h Library

City of Cooper City Library

C i t y o f

F o r t

L a u d e r d a l e Imperial

P o i n t

Library

C i t y

o f Hallandale B e a c h

L i b r a r y

City of R i v e r s i d e Library

City of Lauderhill Golf Clubhouse

City of

Lauderhill Fire

Station

C i t y o f

R i v e r l a n d

B r a n c h

Library

C i t y o f

H o l l y w o o d S t i r l i n g

R o a d B r a n c h

L i b r a r y

C i t y o f

P o m p a n o J a n M o r a n C o l l ie r L i b r a r y

C i t y

o f P l a n t a t i o n W e s t R e g i o n a l

L i b r a r y

C i t y of S u n r i s e D a n P e a r l L i b r a r y

U r b a n

L e a g u e

of B r o w a r d

County

Broward County Main Library

S t e p h e n F o s t e r Elementary School

H a v i n g

w o r k e d w i th n u m e r o u s

m u n i c i p a l

c l i e n t s c n d r e s p e c t iv e "

A u t h o r i t i e s H a v in g J u r is d i c tio n "

h a s

a f f o r d e d

u s a g r e u t u w

i J e r s t a n J i r e

o f

th e

e x t e n s ; v e d e t a i l

r e q u i r e d

for

t h e s e t y p e s o f

p r o j e c t s .

W e

f e e l

t h a t

w e a r e v e r y

k n o w l e d g e a b l e

o f t h e C i t y ' s n e e d s , p e r m i t t i n g p r o c e s s e s , a n d t h e

l o c a l

s u b c o n t r a c t o r

m a r k e t .

P l e a s e

r e f e r t o

t h e f o l l o w i n g

p a g e s

f o r p r e v i o u s s i m i l a r p r o j e c t s .

gD

TEPHENSON

Page 152: D. Stephenson Construction, Inc. Agreement

8/15/2019 D. Stephenson Construction, Inc. Agreement

http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 152/152

2. B. MINIMUM

REQUIREMENTS -

3.

PREVIOUS

SIMILAR

PROJECTS

3.

Previous

Similar

Projects

D.

Stephenson

Construction brings one of

the

area'

s

strongest

teams in

the public sector. As

mentioned in the Introductory Letter, DCS

has

completed

number

of

projects fo r public

entities,

many o f

which

are similar

to

the Bandshell Renovation project. Additionally, over the past 10

y e a r s ,

D S C

h a s

completed many

p r o j e c t s in t h e lo c a l

public

sector

including:

C i t y

of

Hollywood

Carver

R a n c h e s . Library

Renovation

Broward

County

MidRise

Office Building Renovation

Broward Sheriff' s

Office -

various renovations

Broward

County

Courthouse Renovation

Broward College Public Safety Building Renovation, LEED Silver

Fort Lauderdale

International

Airport - Various Renovations

Broward County

Library

Bond Program -

Various Renovations

N F L

Y e t

Center

Y o u t h

Center -

P h a s e 1 , Occupied

Recreational Facility

Renovation

N F L Y e t Center Y o u t h

C e n t e r -

Addition, Occupied Recreational Facility Renovat ion

School

Board of Broward County - Hurricane Wilma Renovations (over 50 projects)

Plantation

High

School

Roof

Replacement /

Renovation

Stoneman

Douglas Elementary

School

Renovation

Davie Elementary School

Renovation

City

of

Deerfield B e a c h

P e r c y

White

Branch Library Renovation

City of Miramar Multi-

Service

Complex and Fire Station

City

of Miramar Ansin

Sports Complex

City of

Lauderhill

Hall,

L E E D Silver

City of Fort ,Lauderdale Tyrone Bryant Branch Library

City o f D an ia

Beach N anofiltration

Water Treatment

Plant, L E E D Gold