Loading...
HomeMy WebLinkAboutArchiteknics, Inc. Normandy Shores Restroom Building Agreement - AGREEMENTBE~EEN CITY OF MIAMI BEACH AND ARCHITEKNICS, INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE NORMANDY SHORES GOLF COURSE RESTROOM BUILDINGS(2) JULY 2006 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 TABLE OF CONTENTS DESCRIPTION ARTICLE 1 DEFINITIONS 1.1 City 1.2 City Commission 1.3 City Manager 1.4 Proposal Documents 1.5 Consultant 1.6 City Project Coordinator 1.8 Basic Services 1.9 The Project 1.9.1 The Project Cost 1.9.2 The Project Scope 1.10 Construction Cost 1.10.1 Construction Cost Budget 1.10.2 Statement of Probable Construction Cost 1.11 Force Majeure 1.12 Contractor 1.13 Contract Documents 1.14 Contract for Construction 1.15 Construction Documents 1.16 Contract Amendment 1.17 Additional Services 1.18 Work 1.19 Services 1.20 Base Bid 1.21 Schedules 1.22 Scope of Services 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 ARTICLE 2. 2.1 2.2 2.3 2.4 2.5 2.6 BASIC SERVICES Design Services Bidding and Award Services Construction Phase Services Additional Services Responsibility for Claims and Liabilities Time 5 6 6 7 8 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST ARTICLE 5. ADDITIONAL SERVICES 11 14 15 ARTICLE 6. REIMBURSABLE EXPENSES 16 ii Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 ARTICLE 7. COMPENSATION FOR SERVICES ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS ARTICLE 10. TERMINATION OF AGREEMENT 10.1 Termination for lack of Funds 10.2 Termination for Cause 10.3 Termination for Convenience 10.4 Termination by Consultant 10.5 Implementation of Termination 10.6 Non-Solicitation ARTICLE 11. INSURANCE ARTICLE 12. INDEMNIFICATION ARTICLE 13. VENUE ARTICLE 14. LIMITATION OF LIABILITY ARTICLE 15. MISCELLANEOUS PROVISIONS ARTICLE 16. NOTICE SCHEDULES: SCHEDULE A SCHEDULE B SCHEDULE C SCHEDULE D SCHEDULE E SCHEDULE F SCHEDULE G SCHEDULE H SCOPE OF SERVICES CONSULTANT COMPENSATION HOURLY BILLING RATE PROJECT SCHEDULE PRE-CONSTRUCTION SERVICES AGREEMENT GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT INSURANCE AND SWORN AFFADAVITS BEST VALUE AMENDMENT iii 16 18 18 19 19 19 20 20 20 21 21 22 22 23 23 25 27 28 29 30 31 32 33 34 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT ARCHITEKNICS, INC. FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (AlE) SERVICES FOR THE NORMANDY SHORES GOLF COURSE TWO(2) RESTROOM BUILDINGS This Agreement made and entered into this I;. tday of _July_, 2006, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and ARCHITEKNICS, INC., a Florida corporation having its principal office at 7450 SW 48TH Street, Miami, Florida 33155 (hereinafter referred to as Consultant). WIT N E SSE T H: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in this Agreement and the attached Schedule "A", and wishes to engage the Consultant to provide architecture and interior design, landscape architecture, and/or engineering services for the Project at the agreed fees as set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of architectural and interior design, landscape architectural, and/or engineering and related professional services relative to the Project, as hereinafter set forth; and WHEREAS, the City intends to contract with Coastal Construction Company (CM) for construction management at risk services to provide pre-construction services for the Project (Pre-Construction Services Agreement), ending up in the execution of a Guaranteed Maximum Price Contract for Construction for each phase of the Project (the Contract for Construction may also be referred to herein as the GMP Amendment). 1 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreements herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY: The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized designees, including the Project Coordinator and shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. 1.4 PROPOSAL DOCUMENTS: (Intentionally Omitted) 1.5 CONSULTANT: The "Consultant" is herein defined as Architeknics, Inc., a Florida corporation having its principal offices at 7450 SW 48 Street, Miami, Florida 33155. When the term "Consultant" is used in this Agreement it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. Any subconsultants retained by Consultant pursuant to this Agreement and the Project shall be subject to prior written approval of the City. The following subconsultants are hereby approved by the City for the Project: Electrical Engineer: Basulto & Associates Mechanical Engineer: Basulto & Associates Structural Engineer: CSA Group Civil Engineer: CSA Group Interior Design: Newell Design, Inc. Kitchen Consultant: Inman Foodservices Group. LLC Landscape Architect: Laura Llerena & Associates 1.6 PROJECT COORDINATOR: The "Project Coordinator" shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project, except as otherwise provided herein. 1.8 BASIC SERVICES: "Basic Services" shall include the architectural and interior design, landscape architectural, and/or engineering and related professional services relative to the Project, as hereinafter set forth, including: planning, design, bidding/award, and construction administration for the Project, as 2 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 - described in Article 2 herein and in Schedule "A" entitled "Scope of Services" attached hereto. 1.9 PROJECT: The "Project" shall mean the City Capital Project that has been approved by the City Commission and as described in Schedule "A" attached hereto. 1.9.1 PROJECT COST: The "Project Cost", as established by the City, shall mean the total cost of the Project to the City including: Construction Cost, professional compensation, land cost, if any, financing cost, materials testing services, surveys, contingencies and other miscellaneous costs. 1.9.2 PROJECT SCOPE: The "Project Scope" shall mean the description of the Project contained in Schedule A attached hereto. 1.10 CONSTRUCTION COST: The "Construction Cosf' for the Project shall mean the sum which is the total cost or estimated cost to the City of all elements of the Project designed or specified by the Consultant and approved by the City, including, at current market rates (with a reasonable allowance for overhead and profit), the cost of labor and materials and any equipment which has been designed, specified, selected or specifically provided for by the Consultant and approved by the City, and including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of construction cost for rehabilitation of historic buildings, and not including the compensation of the Consultant and any subconsultants, the cost of land, rights-of-way, surveys, testing, or other reimbursable expenses. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsible bidder or proposer for any and all of such Work. 1.10.1 CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean an amount budgeted by the City for Construction Cost, as specified in the Project Scope in Schedule "A" attached hereto. 1.10.2 STATEMENT OF PROBABLE CONSTRUCTION COST:The "Statement of Probable Construction Cosf shall mean a forecast of Construction Cost prepared by the Consultant, as defined in attached Schedule "A" entitled "Scope of Services", for the guidance of the City. For Work which bids or proposals have not been let, the Construction Cost shall be the same as the latest Statement of Probable Construction Cost. The City shall have the right to verify the Statement of Probable Construction Cost or detailed cost estimate by the Consultant. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations, enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties' control; or by any other such causes which the Consultant and the City decide in writing justify the delay; provided, however, that market conditions, labor conditions, construction industry price trends and similar matters 3 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 -, which normally impact on the bidding process shall not be considered a Force Majeure. 1.12 CONTRACTOR I CONTRACTORS: "Contractor" or "Contractors" shall mean those persons or entities responsible for performing the Work or providing the materials, supplies and equipment identified in the Bid and Construction Documents for the Project. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement; the Pre- Construction Services Agreement between the City and Coastal Construction Company dated July_ , 2006; the Agreement between City and Contractor; Contract for Construction; Conditions of the Contract for Construction (General, Supplementary, and other Conditions); Construction Documents; and addenda issued prior to execution of the Contract for Construction. A modification is one of the following: (1) written amendment to this Agreement or the Contract for Construction signed by both parties; (2) an approved Change Order; (3) a Construction Change Directive; or (4) a written order for a minor change in the Work issued by the Consultant. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean a legally binding agreement with Contractors. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, specifications, drawings, documents and diagrams submitted by the Consultant pursuant to Article 2.2 and Schedule "A" attached hereto. 1.16 CONTRACT AMENDMENT: "Contract Amendmenr shall mean the written order to the Consultant approved by the City, as specified in this Agreement, and signed by the City's duly authorized representative, authorizing a change in the Project or the method and manner of performance thereof, or an adjustment in the fees and/or completion dates, as applicable. Contract Amendments shall be approved by the City Commission, if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less in amount (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager shall retain the right to seek and obtain concurrence of the City Commission for the approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services described in Article 5 herein, which have been duly authorized in writing by the City Manager prior to commencement of same. 1.18 WORK: "Work" shall mean the work to be performed on the Project by the Contractor, pursuant to the applicable Documents, whether completed or partially completed, and includes labor and materials, equipment, and services provided, or to be provided, by the Contractor to fulfill its obligations. 4 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 1.19 SERVICES: "Services" shall mean the services to be performed on the Project by the Consultant pursuant to this Agreement, whether completed or partially completed, and includes other labor and materials, equipment and services provided, or to be provided, by Consultant to fulfill its obligations herein. 1.20 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant and approved by the City as being within the Construction Cost Budget pursuant to the Statement of Probable Construction Cost provided by Consultant. "Base Bid" shall not include "Additive Alternates" or "Deductive Altemates". 1.21 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Scope of Services. Schedule B- Consultant Compensation: The schedule of compensation to the Consultant for Basic Services, and for Reimbursable Expenses, as defined, plus any Additional Services, as submitted by the Consultant and approved by the City. Schedule C - Hourly Billing Rate Schedule: The schedule of Hourly Compensation Rates to the Consultant as submitted by the Consultant and approved by the City. Schedule D - Project Schedule. Schedule E - Pre-Construction Services Agreement with Coastal Construction Company. Schedule F - General Conditions of the Construction Contract. Schedule G -Insurance and Sworn Affadavits. Schedule H - Best Value Amendment. 1.22 SCOPE OF SERVICES: "Scope of Services" shall mean the Project Scope as described in Schedule "A", together with the Basic Services and any Additional Services approved by the City, as described in Articles 2 and 5, respectively herein. 1.23 Construction Manager (CM): "Construction Manager" or "CM" is herein defined as Coastal Construction of Monroe, Inc., d/b/a Coastal Construction Company, a Florida Corporation whose address is 5959 Blue Lagoon Drive, Suite 200, Miami Florida, 33126. The City has contracted with the CM pursuant to that certain Pre-Construction Services Agreement, dated July 2006, and attached as Schedule "E" hereto to provide construction management at risk services to the City, culminating in the execution of a Guaranteed Maximum Price(GMP) Contract for Construction. ARTICLE 2. BASIC SERVICES The Consultant shall provide Basic Services for the Project as set forth hereafter. The Services fore 5 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 this Project will be performed by the Consultant upon receipt of a written Notice to Proceed issued by the City Manager, or his designee, and Consultant shall countersign the Notice to Proceed. A separate Notice to Proceed shall be reQuired for commencement of each Task. as defined in attached Schedule "A" entitled "Scope of Services". The Consultant's Basic Services shall consist of five Tasks (inclusive of design, bidding/award, construction administration and additional services) as described in attached Schedule A "Scope of Services, and including, without limitation, any and all of CONSULTANT's responsibilities and obligations, as set forth in the attached Pre-Construction Services Agreement (Schedule E) and the General Conditions of the Construction Contract (Schedule F). The Consultant shall coordinate with subconsultants and other consultants, and conform to all applicable building codes and regulations. Consultant, as it relates to its Services, represents and warrants to the City that it is knowledgeable of codes, rules and regulations applicable in the jurisdictions in which the Project is located, including, local ordinances and codes (City of Miami Beach and Miami-Dade County), Florida Statutes, Administrative rules and regulations including, Federal laws, rules and regulations. The Consultant agrees to comply with all such laws, codes, rules, and regulations now in effect, and as may be amended or adopted at any time, and shall further take into account all known pending changes to the foregoing, of which it should reasonably be aware. The Consultant shall insert the provisions of all required laws, codes rules and regulations into the Contract Documents. The Consultant expressly agrees that all of its duties, services and responsibilities under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of projects of this nature in South Florida. In addition, Consultant represents that it is experienced and fully qualified to perform the Services contemplated by this Agreement, and that it is properly licensed pursuant to the applicable laws, rules and regulations to perform such Services. Consultant warrants that it shall be responsible for the technical accuracy of its work, including without limitation the Design Documents contemplated in section 2.1 below and the attached Schedule "A". 2.1 DESIGN SERVICES: Consultant sh~1I prepare Design Documents, as noted in attached Schedule "N (Task 1) entitled "Scope of Services". 6 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 2.2 BIDDING AND AWARD SERVICES: Consultant shall provide bidding and award services as noted in attached Schedule "AD (Task 2) entitled "Scope of Services". 2.3 CONSTRUCTION ADMINISTRATION SERVICES: Consultant shall furnish construction administration services as noted in attached Schedule "AD (Task 3) entitled "Scope of Services". 2.4 ADDITIONAL SERVICES: If required and so approved by the City, Consultant shall provide Additional Services as noted in attached Schedule "A" (Task 4) entitled "Scope of Services". 2.5 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Approval by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, specifications or other documents and services; nor shall such approval be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, specifications or other documents prepared by the Consultant, its employees, subcontractors, agents and consultants. However, the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City and its employees. 2.6 TIME: It is understood that time is of the essence in the completion of this Project, and in this respect the parties agree as follows: - 2.6.1 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement and the orderly progress of the Work. 2.6.2 The parties agree that the Consultant's Services during all phases of this Project will be performed in a manner that shall cdnform with the approved Project Schedule, which is attached to this Agreement as Schedule "D". The Consultant may submit requests for an adjustment to the Project Schedule, made necessary by undue time taken by the City to approve the Consultanfs submissions, and/or excessive time taken by the City to approve the Services or parts of the Services. The City shall not unreasonably refuse to approve such adjustment(s) to the Project Schedule if the request is made in a timely manner and is fully justified. 7 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 2.6.3 In providing the Services described in this Agreement, the Consultant shall use its best efforts to maintain, on behalf of the City, a constructive, professional, cooperative working relationship with the CM and/or the Contractor(s). and others that have been contracted to perform Services and! or Work pertaining to the Project. While the Services to be provided by Consultant under this Agreement will be provided under the general direction of the City's Program Coordinator, it is the intent of this Agreement to allow the Consultant to coordinate the performance of all design and construction administration to the extent such coordination by the Consultant is permitted by the contracts for the design and construction administration. - 2.6.4 It is further the intent of this Agreement that the Consultant shall perform its duties under this Agreement in a competent, timely and professional manner and that it shall be responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 2.6.5 Whenever during the term of this Agreement, others are required to verify, review, or consider any work performed by Consultant, including but not limited to the design professionals. Contractors, and other consultants retained by the City, the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable public projects; or which are inconsistent with applicable laws, codes, ordinances, and regulations; or which are inconsistent with standards or decisions provided in writing by the City's Project Coordinator. Consultant will use reasonable care and skill in accordance with and consistent with customary professional standards in responding to items identified as discrepancies, errors and omissions by others. Consultant shall receive comments from reviewers via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be construed to mean as soon as possible under the circumstances, taking into account the requirements of the Project Schedule. 2.6.6 The City shall have the right at any time, and in its sole and absolute discretion, to submit for review to consulting engineers or consulting architects or other consultants, engaged by the City at its own expense for that purpose, any or all parts of the services performed by the Consultant, and the Consultant shall cooperate fully in such review at the City's request. 2.6.7 Consultant agrees to certify and warrant all estimates of Construction Cost prepared by Consultant. Said certifications shall be in a form and manner as approved by the City's Project 8 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 Coordinator. 2.6.8 Consultant represents to City that all evaluations of the City's Project Budget, Consultant generated Statement of Probable Construction Cost, and detailed estimates represent Consultant's best judgment as a design professional familiar with the construction industry. Consultant cannot and does not guarantee that bids or negotiated prices will not vary from any estimate of Construction Cost or evaluation prepared or agreed to by Consultant. 2.6.9 Consultant agrees that, when the Services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certification of authorization, or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services. 2.6.10 Consultant agrees to employ and designate in writing, within five (5) calendar days after receiving its initial Notice to Proceed, a qualified licensed professional to serve as the Consultant's project manager (herein after referred to as "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of Services to be provided and performed under this Agreement. The person selected by Consultant to serve as Project Manager shall be subject to approval and acceptance by City. Replacement (including reassignment) of said Project Manager shall not be made without the prior written approval of the City. 2.6.11 Consultant agrees, within fourteen (14) calendar days of receipt of written notice to do such from City, to promptly remove and replace Project Manager, or any other personnel employed or retained by Consultant, or any subconsultant or subcontractors engaged by Consultant, which request may be made by City with or without stating its cause. 2.6.12 Consultant herein represents to City that it has expertise in the type of professional services that will be performed and pursuant to this Agreement. Consultant agrees that all Services to be provided by Consultant pursuant to this Agreement shall be subject to City's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with applicable published laws, statutes, ordinances, codes. rules, regulations and requirements of any governmental agencies having jurisdiction over the Project or the Services to be performed by Consultant hereunder. In the event of any conflicts in these requirements, Consultant shall notify City of such conflict and utilize its best professional judgment to advise City 9 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 regarding resolution of each such conflict. 2.6.13 Consultant agrees not to divulge, furnish or make available to any third person, firm or organization, without City's prior written consent, or unless incident to the proper performance of Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning Services to be rendered by Consultant hereunder, and Consultant shall require its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. 2.6.14 The City and Consultant acknowledge that the Scope of Services does not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of the performance of the Services contemplated in this Agreement, Consultant determines that work should be performed to complete the Project which is, in the Consultant's opinion, outside the level of effort originally anticipated, whether or not the Scope of Services identifies the work items, Consultant shall notify the Project Coordinator, in writing, in a timely manner, and obtain said Project Coordinator's written consent, before proceeding with the work. The Project Coordinator must comply with Contract Amendment processing requirements as outlined in Article 1.16, prior to issuance of any written authorization to proceed with Additional Services to Consultant. If Consultant proceeds with additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort, and deemed included as a Basic Service herein, whether or not specifically addressed in the Scope of Services. Notice to the Project Coordinator does not constitute authorization or approval by the City to perform the work. Performance of work by Consultant outside the originally anticipated level of effort without the prior written consent of the City shall be at Consultant's sole risk. 2.6.15 Consultant shall establish and maintain files of documents, letters, reports, plans, etc. pertinent to the Project. Consultant shall provide City with a copy of applicable Project correspondence for City to file in its filing system. In addition, Consultant shall provide electronic Project document files to the City, at the completion of the Project. 2.6.16 It is further the intent of this Agreement that the Consultant shall perform its duties under this Agreement in a competent, timely and professional manner and that it shall be responsible to the City for any failure in its performance except to the extent that acts or omissions by the City or others make such performance impossible. 10 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 2.6.17 In the event Consultant is unable to timely complete the Project because of delays resulting from untimely review by City or other governmental authorities having jurisdiction over the Project, or such delays which are caused by factors outside the control of Consultant, Consultant shall provide City with immediate written notice stating the reason for such delay and a revised anticipated schedule of completion. City, upon review of Consultant's submittal and such other documentation as the City may require, may grant a reasonable extension of time for completion of the Project and may provide reasonable compensation, if appropriate. 2.6.18 The Consultant covenants with the City to furnish its Services hereunder properly, in accordance with the standards of its profession and in conformance with applicable construction, building and health codes and other applicable Federal, State and local rules, regulations and laws, of which it should reasonably be aware, throughout the term of this Agreement. The City's participation in the design and construction of the Project in no way relieves the Consultant of its professional duties and responsibilities under applicable law and under the Contract Documents ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City shall designate in writing a Project Coordinator to act as the City's representative with respect to the services to be rendered under this Agreement (herein after referred to as Project Coordinator). The Project Coordinator shall have authority to transmit instructions, receive information, interpret and define City policies and decisions with respect to Consultant's Services on this Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatsoever, unless approved by the City Manager and/or City Commission in compliance with Article 1.16 requirements, including but not limited to the following: a) The Scope of Services to be provided and performed by Consultant hereunder; b) The time the Consultant is obligated to commence and complete all such Services; or c) The amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall assist Consultant by placing at Consultant's disposal all information that the City has available pertinent to the Project, including previous reports and any other data relative to design or construction of the Project. It shall be fully understood that City, in making such reports, site information, and documents available to the Consultant is in no way certifying representing and/or warranting as to the accuracy or completeness of such data. Any conclusions or assumptions drawn 11 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 through examination thereof shall be the sole responsibility of the Consultant and subject to whatever measure it deems necessary to final verification essential to its performance under this Agreement. Additional Services required due to inaccurate, incomplete or incorrect information supplied by the City may be undertaken by the Consultant as an Additional Service to this Agreement. Consultant shall notify the Project Coordinator, in writing, in a timely manner and obtain said Project Coordinator's written consent, before proceeding with the work. If Consultant proceeds with the Additional Services without notifying and obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort and deemed included as a Basic Service herein. 3.3 The City has established a Construction Cost Budget for the Project, as stated in Schedule A. 3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance counseling services as may be required at any time for the Project, including such auditing services as the City may require to verify the Consultant's applications for payment or to ascertain that Consultant has properly remitted payment due to sub consultants or vendors working on this Project for which Consultant has received payment from the City. 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project or non- conformance with the Contract Documents, the City shall give prompt written notice thereof to the Consultant. 3.6 The City shall furnish required information and services and render approvals and decisions in writing as reasonably expeditious as necessary for the orderly progress of the Consultant's Services and of the Work. No approvals required by the City during the various phases of the Project shall be unreasonably delayed or withheld; provided that the City shall at all times have the right to approve or reject any proposed submissions of Consultant for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 3.7.1 The City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement, except when noted otherwise (Le., where delegated to the City Manager or his designee) in this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein and any subcontracts made 12 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 pursuant to this Agreement. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporate Consultant. 3.7.3 All required City Commission approvals and authorizations shall be expressed by passage of an appropriate enabling resolution and, if an amendment, by the execution of an appropriate amendment to this Agreement. 3.7.4 The City Commission shall hear appeals from the administrative decision of the City Manager's appointed designee(s), upon the Consultant's written request, in which case the Commission's decision shall be final. 3.7.5 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 The City Manager or his designee(s) shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the City Commission) to the Consultant. These authorizations shall include, without limitation: reviewing, approving, or otherwise commenting upon the schedules, plans, reports, estimates, contracts and other documents submitted to the City by the Consultant. 3.8.1 The City Manager shall decide, in his professional discretion, matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement, and shall attempt to render administrative decisions promptly to avoid unreasonable delay in the progress of the Consultant's Services. The City Manager, in his administrative discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. 3.8.2 The City Manager shall be authorized, but not required, at the request of the Consultant, to reallocate monies already budgeted toward payment of the Consultant, provided, however, that the Consultant's compensation or other budgets established by this Agreement cannot be increased. 3.8.3 The City Manager, or his designee, shall be the sole representative of the City authorized to issue a Notice to Proceed, as referenced in Article 2 and the attached Schedule "A" entitled "Scope of Services" . 13 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 3.8.4 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended) and which do not increase any of the budgets established herein. 3.8.5 The City Manager may, in his sole discretion, form a committee or committees, or inquire of or consult with persons for the purpose of receiving advice and recommendations relating to the exercise of his powers, duties and responsibilities under this Agreement. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The Construction Cost Budget, as established by the City and stated in Schedule "A", shall not be exceeded without fully justifiable, extraordinary and unforeseen circumstances, such as Force Majeure, which is beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval by passage of an enabling resolution and amendments to the appropriate agreements relative to the Project, prior to any modification of the Construction Cost. Provided further, however, that even in the event of a Force Majeure, as defined in Article 1.11, the City shall have no obligation to approve an increase in the Construction Cost Budget limitations established herein, and, if such budget is exceeded, the City Commission may, at its sole option and discretion, terminate this Agreement without any further liability to the City. 4.2 The City shall contract with Construction Manager(CM) to provide Pre-Construction Services for the Project (Schedule E), leading up to the execution of a Guaranteed Maximum Price (GMP) Contract for Construction (also referred to as the GMP Amendment) for each phase of the Project. 4.3 The City shall have the option of accepting or rejecting the GMP, as presented by the CM. Should the GMP be accepted, an agreement reflecting that acceptance (GMP Amendment) will be executed, and the Construction Cost increased by the GMP amount. Should the GMP not be accepted, the City may at its option: i) Reject the GMP and direct the Consultant, in coordination with the CM, to investigate, redesign, and develop, for City approval, value engineering possibilities, and other cost savings, and to re-submit a new, lesser, proposed GMP. This may, at the City's option, include reduction in the Project scope. All services of Consultant in connection with same shall be performed by Consultant at no additional cost to be City; or 14 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 ii) Reject the GMP, take possession of the plans and specifications, and bid the work to a general contractor or otherwise complete with other forces or take such action, if any, that the City may determine is in its best interest. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services for this Project will only be performed by the Consultant following receipt of a written authorization by the Project Coordinator prior to commencement of same. Such authorization shall contain a description of the Additional Services required; an hourly fee, as provided in Schedule "C" with an "Not to Exceed" amount on additional Reimbursable Expenses (if any); the amended Construction Cost Budget (if applicable); and an amended completion date for the Project (if any). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable, which the Consultant shall not exceed without specific written authorization from the City. The "Not to Exceed" amount is not a guaranteed maximum cost for the services requested by the City and all costs applied to such shall be verifiable through time sheet and reimbursable expense reviews. 5.2 The term "Additional Services" includes services involving the Consultant or any subconsultants whether previously retained for the Services or not or whether participating as members with Consultant or not, subject to the City's right to previously approve any change in Consultants as set forth in this Agreement. 5.3 Additional Services may consist of the following: 5.3.1 Serving as an expert witness in connection with any public hearing, arbitration proceeding or legal proceeding unless such preparation has arisen from the failure of the Consultant to meet the Standard of Care set forth in Article 2. 5.3.2 Preparing documents for Change Orders, or supplemental Work, initiated at the City's request and outside the scope of the Work specified in the Construction Documents, after commencement of the construction phase. 5.3.3 Providing such other professional services to the City relative to the Project which arises from subsequent circumstances and causes (excluding circumstances and causes resulting from error, inadvertence or omission of the Consultant) which do not currently exist or which are not contemplated by the parties at the time of execution of this Agreement. 15 Nonnandy Shores Clubhouse and Ancillary Facilities July,2006 5.3.4 Assistance in connection with bid protests, rebidding or renegotiating contracts for construction, materials, equipment or services, except as otherwise expressly provided for herein. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and are not in addition to the compensation for Basic and Additional Services but include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance as specified in Schedule "B", belongs to the City and must be approved in advance by the City's Project Coordinator. Unused portions will not be paid to the Consultant. All Reimbursable Expenses pursuant to this Article, in excess of $500, must be authorized in advance in writing by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted by the Consultant to the City, along with supporting receipts, and other back-up material reasonably requested by the City, and Consultant shall certify as to each such invoice that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement" . 6.2 Expenses subject to reimbursement in accordance with the above procedures may include the following: 6.2.1 Expense of reproduction, postage and handling of drawings, specifications and other documents, excluding reproductions for the office use of the Consultant and sub-consultants. Courier and postage between the Consultant and its sub-consultants are not reimbursable. 6.2.2 Expenses for reproduction and the preparation of graphics for community workshops 6.2.3 Expenses for fees for all necessary permits. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 The Consultant shall be compensated the not to exceed, cost reimbursable fee listed in Schedule "B" for Basic Services, based on the "Hourly Rate Schedule" presented in Schedule "CR. Payments for Basic Services shall be made within thirty (30) working days of receipt and approval of an acceptable invoice by the City Project Coordinator. Payments shall be made in proportion to the Services 16 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 satisfactorily performed in each Phase so that the payments for Basic Services for each Phase shall not exceed the progress percentage noted in the Consultant's Progress Schedule, submitted with each invoice. No markup shall be allowed on subcontracted Basic Services. The City and the Consultant agree that the Consultant's fee will be $30,000 and a reimbursable expense allowance of $10,000 as detailed in Schedule "B", for the provision of Basic Services as described in this Agreement and the Schedule "A", Scope of Services. 7.2 Additional Services authorized in accordance with Article 5 will be compensated using the hourly rates forth in Schedule "C". Request for payment of Additional Services shall be included with the monthly Basic Services payment request noted in Article 7.1 above. All Additional Services must be approved by the Project Coordinator, in writing, prior to commencement of same, as noted in Article 5. Under no circumstances shall the "Not to Exceed" amount noted in Schedule "B be exceeded without prior written approval from the City Project Coordinator. No markup shall be allowed on subcontracted Additional Services. 7.3 Reimbursable Expenses, as defined in Article 6, shall be paid up to the "Not to Exceed" amount noted in Schedule "B" " (approved at $25,000). Request for payment of Reimbursable Expenses shall be included with the monthly Basic Services payment request noted in Article 7. Proper backup must be submitted with all reimbursable requests. No markup or administrative charges shall be allowed on Reimbursable Expenses. 7.4 The City and the Consultant agree that: 7.4.1 If the scope of the Project or the Consultant's Services is changed substantially and materially, the amount of compensation may be eqUitably adjusted by mutual agreement of the parties. 7.4.2 Commencing on October 1, 2007, the Hourly Billing Rate Schedule shown in Exhibit "C" may be adjusted annually based upon the Miami - Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment shall be calculated by multiplying the ratio of the April index divided by the previous year's index by the Hourly Rate Schedule to define the new Hourly Rate Schedule. The maximum increase will be limited to three percent (3%). 17 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 7.5 No retainage shall be made from the Consultant's compensation on account of sums withheld from payments to Contractors. 7.6 Method of Billinc and Payment. With respect to all Services, Consultant shall submit billings on a monthly basis in a timely manner. These billings shall identify the nature of the work perfonned; the total hours of work performed by employee category and the respective hourly billing rate associated with the employee category from the Hourly Rate Schedule. In the event subconsultant work. is accomplished utilizing the lump sum method, the percentage of completion shall be identified. Billings shall also itemize and summarize Reimbursable Expenses by category. Where written approval of the City is required for Reimbursable Expenses, a copy of said approval shall accompany the billing for such Reimbursable. When requested, Consultant shall provide backup for past and current invoices that records hours for all Services by employee category and reimbursable by category. 7.7 The City shall pay Consultant within thirty (30) working days from receipt of Consultant's proper statement. 7.8 Final payment of the Consultant upon Project completion must be approved by the Mayor and City Commission. ARTICLE 8. CONSUL TANT"S ACCOUNTING RECORDS 8.1 Consultant shall keep such records and accounts and require any and all Consultant and subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to the Project, and any expenses for which Consultant expects to be reimbursed. All books and records relative to the Project will be available at all reasonable times for examination and audit by City and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for City's disallowance of any fees or expenses based upon such entries. All books and records which are considered public records shall, pursuant to Chapter 119, Florida Statutes, be kept by Consultant in accordance with such statutes. ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS 9.1 Electronic files of all documents, including, but not limited to, tracings, drawings, estimates, specifications, investigations and studies completed or partially completed, shall become the property 18 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 of the City upon completion, termination, or abandonment of the Project. Consultant shall deliver the above documents to the City within thirty (30) days of completion of the Project, or termination of this Agreement, or termination or abandonment of the Project. (Reference attached Schedule "A", entitled "Scope of Services" for additional requirements). 9.2 Any re-use of documents by City without written verification or adaptation by Consultant for the specific purpose intended will be without liability to Consultant. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 Termination For Lack Of Funds. The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding for the Project, the Project may be abandoned or terminated, and the City may cancel this Agreement as provided for herein without further liability to the City. 10.2 Termination For Cause. The City may terminate this Agreement for cause in the event that the Consultant (1) violates any provisions of this Agreement or performs same in bad faith or (2) unreasonably delays the performance of the Services or does not perform the Services in a timely and satisfactory manner, upon written notice to the Consultant In the case of termination by the City for cause, the Consultant shall be first granted a thirty (30) day cure period after receipt of written notice from the City. 10.2.1 In the event this Agreement is terminated by the City for cause, the City, at its sole option and discretion, may take over the Services and complete them by contracting with another consultant(s) or otherwise. In such event, the Consultant shall be liable to the City for any additional cost incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of such incomplete Services, and the cost of completion of such Services which would have resulted from payments to the Consultant hereunder had the Agreement not been terminated. 10.2.2 Payment only for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination, shall be made in accordance with Article 7 herein and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Article 7. 19 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 10.2.3 Upon receipt of a written Notice of Termination, the Consultant shall promptly assemble and submit to the City, as provided herein or as required in the written notice, all documents, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by such termination. 10.2.4 In the event of a termination for cause, no payments to the Consultant shall be made (1) for Services not satisfactorily performed and (2) for assembly of submittal of documents, as provided above. 10.3 Termination For Convenience. The City, in addition to the rights and options to Terminate for Cause, as set forth herein, or any other provisions set forth in this Agreement, retains the right to terminate this Agreement, at its sole option, at any time, for convenience, without cause and without penalty, when in its sole discretion it deems such termination is in the best interest of the City, upon notice to Consultant, in writing, fourteen (14) days prior to termination. In the event City terminates Consultant's services for its convenience, as provided herein, Consultant shall be compensated for all Services rendered up to the time of receipt of said written termination notice, and for the assembly and submittal to the City of documents for the Services performed, in accordance with Article 7 herein, and the City shall have no further liability for compensation, expenses or fees to the Consultant, except as set forth in Artide 7. 10.4 Termination By Consultant. The Consultant may only terminate this Agreement for cause in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment for the Services, upon written notice to the City, thirty (30) days prior to termination. In that event, payment for Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of a Notice of Termination shall be made in accordance with Article 7 herein. In the case of termination by Consultant for cause, the City shall be granted a thirty {30} day cure period after receipt of written notice from the Consultant. 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience of the Consultant. 10.5 Imolementation of Termination. In the event of termination, either for cause or for convenience, the Consultant, upon receipt of the Notice of Termination, shall (1) stop the performance of Services under this Agreement on the date and to the extent specified in the Notice of Termination; 20 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 (2) place no further orders or subcontracts except for any that may be authorized, in writing, by the Project Coordinator, prior to their occurrence; (3) terminate all orders and subcontracts to the extent that they relate to the performance of the Services terminated by the Notice of Termination; (4) promptly assemble and submit, as provided herein, all documents for the Services performed, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by the termination; and (5) complete performance of any Services as shall not have been terminated by the Notice Of Termination, and as speCifically set forth therein. 10.6 Non Solicitation. The Consultant warrants that it has not employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement; and that it has not paid, nor agreed to pay any company or other person any fee, commission, gift or other consideration contingent upon the execution of this Agreement. For breach or violation of this warranty, the City has the right to terminate this Agreement without liability to the Consultant for any reason whatsoever. ARTICLE 11. INSURANCE 11.1 The Consultant shall comply throughout the term of this Agreement with the insurance requirements stipulated herein. It is agreed by the parties that the Consultant shall not commence with work on this Project until satisfactory proof of the following insurance coverage has been furnished to the City. The Consultant will maintain in effect the following insurance coverage: (a) Professional Liability Insurance in the amount of One Million ($1,OOO,OOO.00) Dollars per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance Policy. (b) Comprehensive General Liability Insurance in the amount of $1,000,000.00 Single Limit Bodily Injury and Property Damage coverage for each occurrence, which will include products, completed operations, and contractual liability coverage. The City must be named as an additional insured on this policy. (c) Worker's compensation and employer's liability coverage within the statutory limits of the State of Florida. 11.2 The Consultant must give thirty (30) days prior written notice of cancellation or of substantial 21 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 modifications in the insurance coverage, to the Project Coordinator. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book and must additionally be furnished by insurance companies duly authorized to do business in the State of Florida and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide to City a Certificate of Insurance or a copy of all insurance policies required above. City reserves the right to require a certified copy of such policies upon request. All certificates and endorsements required herein shall state that the City shall be given thirty (30) days notice prior to expiration or cancellation of the policy. ARTICLE 12. INDEMNIFICATION Consultant herein agrees to indemnify and hold harmless the City, and its officer and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of the Agreement. This Article 12, and Consultant's indemnification contained herein, shall survive the termination and expiration of the Agreement. ARTICLE 13. VENUE 13.1 This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein. Exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 22 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 ARTICLE 14. LIMITATION OF LIABILITY 14.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the amount of the fees for Services agreed upon under the terms of the Agreement, less any amount(s) paid to Consultant thereunder. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of the fee for Services agreed upon under the terms of the Agreement, less the amount of all funds actually paid by the City to the Consultant Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement in an amount in excess of the amount of fee under any this Agreement, which amount shall be reduced by the amount actually paid by the City to Consultant for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes. ARTICLE 15. MISCELLANEOUS PROVISIONS 15.1 The laws of the State of Florida shall govern this Agreement. 15.2 Eaual Oooortunitv Emolovment Goals: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, disability or sexual orientation and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to sexual orientation, race, color, religion, sex, age, national origin, or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or compensation; and selection for training, including apprenticeships. Consultant agrees to furnish City with a copy of its Affirmative Action Policy. 23 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 15.3 Public Entity Crimes Act: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bids or leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this Section by Consultant shall result in cancellation and may result in Consultants debarment. 15.4 No Continaent Fee: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 15.5 The Consultant represents that it has made and will make reasonable investigation of all sub- consultants to be utilized in the performance of work under this Agreement to determine that they possess the skill, knowledge and experience necessary to enable them to perform the services required. Nothing in this Agreement shall relieve the Consultant of its prime and sole responsibility for the performance of the work under this Agreement. 15.6 The Consultant, its consultants, agents and employees and sub contractors, shall comply with all applicable Federal, State and County laws, the Charter, related laws and ordinances of the City of Miami Beach, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies as they relate to this Project. 15.7 This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered by Consultant, under any circumstances, without the prior written consent of City. 24 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 15.8 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. ARTICLE 16. NOTICE 16.1 All written notices given to City by Consultant shall be addressed to: City Manager's Office c/o Assistant City Manager Tim Hemstreet City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 With a copy to: Jorge Chartrand Capital Improvement Projects Director Capital Improvement Project Office City of Miami Beach 1701 Meridian Avenue, Suite 201 Miami Beach, Florida 33139 All written notices given to the Consultant from the City shall be addressed to: Lourdes Rodriguez, AlA Architeknics, Inc. 7450 Southwest 481h Street Miami, Florida, 33155 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest ~~tLt~ P CIA dw- MAYOR David Dermer CITY CLERK Robert Parcher ~u;zecre ~_~ CONSULTANT ARCHITEKNICS, INC. ~~J~Jk Print Name Print Name APPROVED AS TO FORM & ANGUAGe & FO ECUTION 26 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BE~EEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. SCOPE OF SERVICES Please refer to attached Schedule. 27 SCHEDULE A CITY OF MIAMI BEACH, FLORIDA NORMANDY SHORES GOLF COURSE TWO (2}RESTROOM BUILDINGS SCOPE OF AlE CONSULTANT SERVICES CONSULTANT: ARCHITEKNICS INC'J BACKGROUND The City of Miami Beach (City) has developed its multi-million dollar, multi-year "Planned Progress" Capital Improvement Program to rebuild the City's existing roads, infrastructure, utilities, parks and facilities, and to build new capital Projects where they are needed. The Program will dramatically improve the quality of life of the City's residents and complement the enormous amount of private reinvestment that has taken place in the City. For the park and facilities projects included in the Planned Progress Program (including the Project described herein), the City will assign a Senior Capital Project Coordinator, who will function as the City, and act as the City's agent with regard to all aspects of this scope of services. The City will contract with a Construction Manager at Risk firm (CM) to provide Pre- Construction Services for this Project, leading up to the execution of a Guaranteed Maximum Price (GMP) Contract for Construction (also referred to as the GMP Amendment(s)) for each phase of the Project. The Consultant is required to coordinate all aspects of the design, schedule, bid and award phase, negotiation of the GMP and construction activities with the CM. The Consultant will be required to work with the CM as a team in order to evaluate the best approach to the design and construction of this Project in regards to time, cost and quality of the Project given the parameters established by the City. The CM Pre-Construction Services Agreement is attached as Schedule "En, and by executing this Agreement the Consultant acknowledges said Pre- Construction Services Agreement, and the anticipated level of coordination required by the Consultant. In order for the Normandy Shores Golf Course to be operational for the Winter of 2007 the ancillary facilities (clubhouse, cart barn, maintenance building and restroom buildings) of the Golf Course need to be designed, permitted and built to coincide with the completion of the renovation. In particular, the Golf Course maintenance facility is essential to the proper maintenance of the Golf Course by the City's Parks and Recreation Department. CIP staff recommended that the most advantageous Project 1 delivery method to accomplish the successful completion of the Golf Course facilities in an expedited manner would be to simultaneously retain the services of a CONSULTANT and a Construction Manager at Risk Contractor (CM), who would work as a team to provide the City with the most economical and practical implementation of the Project. Part of the Team's task would be to make recommendations concerning the availability of construction materials, and the impact it may have on the design and the building type that can be delivered in today's market within the time constraints required. Given the need to make the facilities available at the time that the Golf Course Renovations Project is completed, CIP recommended that the Mayor and City Commission waive the competitive selection process for an Architectural I Engineering firm, pursuant to Section 2-367(e) of the City Code and Section 287.055(3) (a) of the Florida Statutes. The waiver was approved at the Commission Meeting of May 10, 2006 and the City Commission executed Resolution No. 2006-26198, authorizing execution of this Agreement with the CONSULTANT. PROJECT SCOPE This Project scope is limited to the Two (2) new Restroom Buildings at the Normandy Shores Golf Course which include the following: 1. The demolition of the existing Two (2) Restroom Bui/dings and a Concession Stand and the construction of Two (2) new Restroom Buildings at approximately the same locations. The ancillary facilities at the Normandy Shores Golf Course are the facilities which are required to properly maintain and operate the Normandy Shores Golf Course. The Golf Course is bounded by North Shore Drive, Biarritz Drive, Fairway Drive and private properties on the southern boundary of the golf course. The Normandy Shores Restroom Buildings are one of the ancillary facilities located within the boundaries of the Golf Course at the address listed above. The Project consists of all the necessary architectural, engineering, and landscape architecture services to demolish and construct the Normandy Shores Two (2) Restroom Buildings as listed above. The City anticipates that the Project will be phased, and each phase will be permitted separately, each having its own set of design and construction documents as well as its own GMP Amendment. The total phased design documents and GMP Amendment(s) will comprise the entire Project. The City anticipates the following Phases for the Project: 2 Construction Phase: Phase One: Demolition of Two Restrooms and Concession Stand / GMP Amendment Number One. Phase Two: Construction of Two Restrooms Buildings I GMP Amendment Number Two. The final phasing plan of the Project will be determined by the CM, CONSULTANT and City jointly. The above phasing plan may be different from the plan agreed upon by the CONSULTANT, CM, and the City. Further, since time is of the essence, the Consultant and CM will be expected to work on various if not all phases of the Project simultaneously and as necessitated by the Project Schedule. Said Project Schedule is governed by the schedule of the renovation of the Normandy Shores Golf Course Project, (under a separate construction contract with the City) and the operational needs of the City's Parks and Recreation Department. Total construction costs budgeted for the Project are approximately $250,000 the funding for which will be provided primarily from G.O. Bond, Gulf Breeze Fund and other funding sources, that shall be determined. The following Scope of Services refers the CONSULTANT to Design (Task 1), Bidding and Award (Task 2), Construction Administration Services (Task 3), Additional Services (Task 4) and Reimbursable Expenses (TaSk 5) as identified below: TASK 1 -DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of Construction Documents for the Project. Note that Task 1.1 requires that CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings. Task 1.2 discusses requirements for the preparation of contract documents, inclusive of drawings, specifications and front-end documents. Task 1.3 establishes requirements with regard to constructability and value engineering reviews to be performed by others. Task 1.4 establishes requirements for the preparation of opinions of total probable cost by the CONSULTANT. Task 1.5 specifies requirements for review of contract documents with jurisdictional permitting agencies prior to finalization. Task 1.6 establishes requirements for developing final (100%) contract documents. To facilitate the implementation of a Public Information Program, CONSULTANT shall provide electronic files of all Project documents, as requested by City. CONSULTANT shall provide the electronic files for the front end documents, technical specifications, and .construction drawings. 3 Task 1.1 . Fjeld Verification of Existina Conditions: The City, in order to expedite the design phase of this Project has contracted with a Certified Land Surveyor in the State of Florida to produce a Boundary Survey and Site Specific, Topographic Survey showing elevations within 50 feet of all existing structures located on the Normandy Shores Golf Course. It is the intent of the City to furnish this survey in an electronic format to the CONSULTANT so that the design phase can commence as soon as this Agreement is executed. The CONSULTANT shall be responsible to supplement the survey procured by the City with the following information: .CONSUL T ANT shall locate and identify all the existing surface improvements / topographic features that are visible within the project site, such as the following: )- Existing valve boxes, water / electrical meter boxes, electrical pull boxes, telephone / cable risers, fences, hydrants, roof drains, etc. )- Above ground and underground utilities, invert elevations of accessible underground utilities, wood / concrete utility poles, culverts, guardrails, pavement limits, headwalls, end walls, manholes, vaults, mailboxes, driveways, side streets, trees, landscaping, traffic signage and any other noted improvements. Survey shall identify fence material/height, landscaping plant materials and driveway construction materials. Landscaping materials with a trunk diameter greater than 6 - inches in diameter shall be identified. )- All buildings including overall dimensions and finished floor elevations. · Survey limits shall include the entire project site and an additional overlap to encompass all adjoining areas potentially impacted by the project. · Topographic survey I base map shall be prepared in AutoCAD version 14.0 and submitted on a 3.5-inch diskette or CD with one copy on 24-inch by 36- inch bond paper to the City. CAD mapping shall be performed to a scale of 1:1 in the World Coordinate System. Text size shall be 100 leroy for a final product at 1 =20 units. · Indicate geometry of perimeter private property plats (inclusive of fences, landscaping and driveways). Upon completion of the survey, CONSULTANT shall forward the same to the following agencies with a request to mark / identify their respective utilities on the survey base map. CONSULTANT shall coordinate this effort with each agency in an effort to identifyAthe location of all underground utilities. CONSULTANT shall incorporate utility owner 4 markups / edits into its survey base map file. CONSULTANT shall contact the following entities and request that they each verify locations of their existing improvements in the affected areas: . Florida Power and Light · BellSouth . Charter Communications . Natural Gas Utility . Miami-Dade Public Works Department . Miami-Dade Water and Sewer Authority . Others as deemed necessary The CONSULTANT shall become familiar with the Project sites through frequent site visits, research, and examination of any record drawings, as applicable, and shall notify the City of any field, onsite, or off-site conditions not shown or incorrectly shown on record drawings, as may have been reasonably discovered. At the CONSUL T ANT's request, the City will facilitate the CONSULTANT's access to the Project site(s) and or facilities for investigative purposes. Frequent site visits and meetings shall continue through all design phases of this Agreement until the Consultant is thouroughly familiar with the existing conditions, any problem areas, and lor existing hazardous conditions or materials. These site visits are part of the CONSULTANT's Basic Services, are considered due diligence, and the CONSULTANT shall receive no additional compensation for such design phase site visits and meetings. Provided that the CONSULTANT has conducted a good faith investigation, the CONSULTANT and CONSULTANT's sub-consultants shall not be responsible or held liable for undiscovered hazardous conditions or materials. Based on the collected data, CONSULTANT shall develop detailed design site plans for the Project. The site plans shall include an overall key map and partial plans scaled at 1- inch equals 20 feet. CONSULTANT shall illustrate proposed improvements on the site plans based on available planning documents and survey provided by City. CONSULTANT shall prepare final site plans based on the information gathered herein. Copies of base maps shall be distributed to City. 5 Deliverables: . Perform forensic work as noted to develop final base maps. Deliver five (5) sets of site plans to City. Schedule: . See Exhibit D. Task 1.2 - Detailed Oesian: CONSULTANT shall prepare detailed design documents consisting of architectural and interior design, structural, civil, mechanical, electrical, landscaping and irrigation and drawings, as applicable. CONSULTANT shall use City standard details as provided by City, and as deemed appropriate by CONSULTANT. CONSULTANT shall supplement design documents with its own additional details, as it deems necessary, to provide City with a complete work product. All drawings shall be prepared using AutoCAD Version 14 software with a layering system as approved by City. The CONSULTANT shall provide technical specifications for the Project and they shall be prepared in conformance with Construction Specifications Institute (CSI) format. City shall furnish CONSULTANT with standard City specification outlines for Division 1. CONSULTANT shall refrain from amending FDOT standard specifications and including same in the detail design documents. Any supplier listings required by specifications shall include a minimum of two named suppliers. City standard specifications shall be provided to CONSULTANT in "Microsoft MS-Word" format. CONSULTANT shall use the same software in all Project related work. CONSULTANT shall utilize base front-end documents provided by City. CONSULTANT shall edit accordingly to result in a Project specific document. Any changes / modifications to the General and Supplemental Conditions shall be subject to review and acceptance by City. CONSULTANT shall attend nine (9) progress meetings with City, Planning and Parks and Recreation staff during the design task. CONSULTANT shall prepare and maintain a design progress schedule in Microsoft Project Planner. CONSULTANT shall update the schedule and review Project status at each progress meeting. Should City determine that the CONSULTANT has fallen behind schedule, CONSULTANT shall provide a recovery schedule that will accelerate work to get back on schedule. 6 For purposes of this Scope of Services, the following will be considered the minimum effort to be provided by CONSULTANT for establishing the detail design milestones: . 30% design completion shall consist of the completed survey / base map work as identified in Task 2.1 with the proposed improvements identified in plan view at a scale of 1-inch equals 20 feet. A key map shall also be provided which illustrates the relationship between the drawings and its respective location within the neighborhood. An outline identifying the anticipated technical specifications to be incorporated into the work shall also be submitted. CONSULTANT shall provide its "Budget" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. . 60% design completion shall consist of the plan and profile view of all improvements, applicable sections and construction details. Prior to the preparation of the 60% design drawings the CONSULTANT shall incorporate changes to its design based upon its underground utility verification efforts. Plan and profile sheets shall be provided for water and sewer improvements. CONSULTANT shall include the technical specifications and a draft schedule of prices bid (bid form) identifying the items to be bid by the prospective contractors with the submittal. CONSULTANT shall provide its "Budget" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. The Consultant shall submit the 60% design to the DRB and/ or the Planning Department for review and comments. Said comments from the DRB andl or the Planning Department shall be incorporated into the 100% design submittal. · 100% design completion shall consist of the entire Construction Document set including the front end documents (General and Supplemental Conditions), technical specifications and construction drawings for all the work proposed to be completed. CONSULTANT shall provide the detailed construction sequencing restrictions for the City's review. CONSULTANT shall provide its "Definitive" level opinion of probable cost, as defined by the American Association of Cost Engineers with the submittal. 7 Deliverables: · Furnish sets of design documents as requested by the City pursuant to Article Six(6) of the Agreement. · Prepare and update Project Schedule, on a monthly basis. · Attend progress meetings with City, DRB and/ or the Planning Department and CMR firm. Schedule: . See Exhibit D. · Note: The above 30%, 60%, and 100% design documents completions shown in calendar days are contingent upon City's reviews occurring within the time frame allowed for final completions of each task. Task 1.2.1 - Geotechnical Evaluation See Task 5.4. Task 1.3 - DesiGn I Constructabilitv Review: To verify that all Design Review meeting comments have been incorporated and design standards have been followed, City and CM shall perform reviews of all Project design documents at the preliminary (30 percent completion), intermediate (60 percent completion) and near final (100 percent completion) design stages. The purpose of these reviews shall be to verify that the documents are consistent with the design intent. The City and CM shall also review CONSUL TANrs prepared cost estimates for the Project at the 30, 60 and 100 percent submittal stages. Sets of construction drawings and specifications shall be submitted to the City and to the CM at the 30 percent design level completion and at the 60 and 100-percent design level completion. The number of sets are to be determined at a later date and pursuant to Article 6 of the Agreement. These documents will be furnished as bound 8-1/2-inch by 11-inch specifications, full sets will consist of 24-inch by 36-inch blue line drawings, or 11" X 17" drawing(s) as requested by the City. City and CM and applicable City departments shall perform reviews on these documents and provide written comments (in the form of markups of submitted documents) back to CONSULTANT within the timeframes specified in Schedule D of this Agreement. Following receipt of comments, a meeting shall be scheduled between City, CONSULTANT and CM to discuss the requirements, intent and review of comments. CONSULTANT shall prepare a written memorandum to address 8 how each comment was resolved. Such written response shall be prepared and submitted to City for acceptance, within 7 calendar days after the review session. CONSULTANT shall revise documents to include review comments accordingly. In addition, City and CM shall perform constructability reviews of the design documents relative to value, construction sequencing and schedule and bid format. The constructability reviews shall be based upon the 60 and 100 percent design submittals received from the CONSULTANT and shall be conducted concurrently with the 60 and 100 percent design reviews. Meetings shall be held with CONSULTANT and City representatives and CM to discuss review comments, as required. A detailed review of CONSULTANT's proposed construction sequencing restrictions will be performed by City and CM at the 30-60-100-percent completion stages. The CONSULTANT shall note that the City and CM's review of the Construction Documents does not relieve CONSULTANT from its responsibility to the City with regard to the quality of its contract documents. Deliverables: · Furnish sets of design documents as requested by the City pursuant to Article 6 of the Agreement. · Attend meetings with City and City and CM to review and discuss design, constructability and value comments. · Prepare written responses to comments made during review sessions. Schedule: · Complete concurrently with Design schedule. Task 1.4 - Cost ODin ions: CONSULTANT shall prepare opinions of probable construction costs for each design submittal (30, 60) as well as the final (100 percent) completion stage. The accuracy of the cost estimate associated with the 30 and 60 percent completion stage shall be +30% to -15% "Budgef' Level as defined by the American Association of Cost Engineers. The accuracy of the cost estimate associated with the 100 percent completion stage shall be a +15% to -5% "Definitive" Level Estimate as defined by the American Association of Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with the template approved by City. All estimates shall be fumished bound in 9 8-1/2-inch by 11-inch size. Based upon CONSULTANT's cost estimate, City shall advise CONSULTANT if portions of the Project need to be deleted, phased and/or bid as altemate bid items to satisfy existing fiscal constraints. CONSULTANT shall revise documents to reflect such issues accordingly. In addition, the Consultant shall advise the City immediately when the Project cost estimate exceeds the budget established by the City. Deliverables: · Prepare opinions of probable costs at the 30, 60, and 100 percent completion stages. · Attend meetings with City and CM to review and discuss cost estimates. Schedule: · Complete concurrently with Design schedule. Task 1.5 - Community DesiGn Review Meetina CONSULTANT shall attend and participate in one community design review meeting to review the design progress and concept at 60% design completion status. The City will schedule, find location for, and notify residents of said meeting. CONSULTANT shall prepare draft meeting minutes and forward them to City and CM, who shall review, provide comments and distribute, accordingly. CONSULTANT base fee proposal shall include participation and attendance of one (1) meeting. CONSULTANT shall identify in the fee proposal, the cost to participate in one (1) additional such meeting should it be necessary based on Community Input. Task 1.6 - Document Revisions Based upon the input provided by the residents, CONSULTANT shall incorporate the necessary contract document as approved by the City. Task 1.7 - Permitting Reviews: CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such govemmental authorities that have jurisdiction over Project. City shall pay all permit fees. CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. CONSULTANT shall respond to comments by such authorities through City within 10 10 calendar days of receipt of comments unless a different time is agreed to by City. It is the intent of this Scope of Services that CONSULTANT shall be the responsible party for formally transmitting and receiving permits to and from the respective authorities. City shall track and monitor progress on the preparation and review of permits and subsequent requests for information. It is recognized by City that the time period for obtaining permits is beyond the control of CONSULTANT except for issues concerning the permitability of the design and CONSULTANT's ability to respond to permitting agency requests for information. It is the CONSULTANT's responsibility to determine and coordinate with the all agencies which have jurisdiction over the Project. The following governmental authorities that have or may have jurisdiction over Project have been identified, this list is not all inclusive: . Miami Dade Water and Sewer Authority · South Florida Water Management District · Miami-Dade Department of Health . Florida Department of Environmental Protection · Miami-Dade Department of Environmental Resource Management . City of Miami Beach Building Department · Department of Environmental Protection · City of Miami Beach Public Works Department . City of Miami Beach Planning Department · City of Miami Beach Fire Department Failure to identify governmental authorities that have jurisdiction over Project at the time of permitting scope preparation does not relieve CONSULTANT from responsibility to pursue the permit as described above. Deliverables: · Correspond with jurisdictional authorities to establish permitting requirements. · Revise documents and respond to permitting inquiries as required. · Attend meetings with City and CM to review and discuss permitting status. 11 Schedule: . Complete concurrently with the design schedule. TASK 2 -BIDDING AND AWARD SERVICES Task 2.1 - Construction Contract Document Review The City is contracting with a CM for pre-construction services for this Project. The CONSULTANT shall assist, advise and evaluate bids and the GMP Amendment(s) as required in the Pre-Construction Services Agreement, attached as Schedule E incorporated herein by reference. City shall transmit permit approved contract documents prepared by the CONSULTANT to the City's Risk Management and Procurement Departments for verification of appropriate insurance and bonding capacity requirements for each Project prior to bid. Various departments within City (Risk Management, Procurement and the City Attorney's Office) have non-technical review responsibility for the Construction Contract Documents. CONSULTANT shall assist City in this process by providing three copies of Construction Documents, participating in meetings, submissions, resubmissions and discussions with these departments. CONSULTANT shall respond to City comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by City. CONSULTANT's compensation includes meeting with these departments as requested by the City's Representative. Task 2.2 -Subcontract Bid Document Delivery CONSULTANT shall provide City and CM with reproducible, camera ready, sets of permit approved Construction Documents. Task 2.3 - Pre-Bid Conference The CM shall conduct one or more pre-bid conferences. CONSULTANT shall attend the pre-bid conference and bid opening for each phase of this Project and review, and advise the City accordingly. Task 2.4 - Addenda Issuance CONSULTANT shall provide, through City, timely responses to the inquiries of prospective bidders by preparing written addenda. Format for addenda shall be as provided to CONSULTANT by City. These queries and responses shall be documented and a record of each shall be transmitted to City on a same day basis. CONSULTANT shall prepare and distribute necessary addenda as approved by City. 12 Task 2.5 - Subcontract Biddina and Evaluation CONSULTANT shall coordinate with the CM the process for evaluation, review and acceptance of the subcontract bidding. The Consultant shall be present with the City and CM when the bids are opened and shall be evaluated by the CONSULTANT who shall make a recommendation to the City regarding the acceptance and award of bids to qualified responsive and responsible subcontractors. CONSULTANT shall evaluate the bids for completeness, full responsiveness and price, including alternative prices and unit prices, and shall make a formal recommendation to City with regard to the award of contract. Non-technical bid requirements shall be evaluated by others. This Scope of Services includes no allowance for CONSULTANT's time to assist City in the event of a bid protest. To the proportionate extent CONSULTANT's services are required in the event of a bid protest, due to a direct action or lack thereof by CONSULTANT, CONSULTANT shall participate in such activities at no additional cost to City. Task 2.6 - Guaranteed Maximum Price (GMP) Construction Contract Award CONSULTANT shall provide sets of construction contract documents for execution by City and the CM within five calendar days of request by City pursuant to Article 6 of the Agreement. Task 2.7 - As- Bid Contract Documents After GMP contract award and prior to the pre-construction conference, CONSULTANT shall prepare As-Bid construction contract documents, which incorporate the following items: · eM's submittals, including but not limited to, bid proposal, insurance, licenses, etc. · Amend / modify front end documents and / or technical specifications to incorporate changes made via contract addenda. · Revise Construction Documents to include modifications / revisions incorporated via contract addenda. CONSULTANT shall prepare As-Bid Construction Documents and reproduce sets as requested, for distribution to City within ten (10) calendar days after the City Commission approval/ contract execution. 13 Deliverables: . Attend and participate in Pre-bid conferences and bid openings. . Respond to questions from prospective bidders and prepare Addenda for distribution by others. . Prepare recommendation of award letter · Prepare As-Bid contract documents, reproduce sets and forward to City. Schedule: . See Schedule Exhibit D. TASK 3 -CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks associated with office administration activities related to the construction of the Project. These tasks shall be performed during the duration of the construction Project. CONSULTANT's compensation is based upon a construction period of (4) calendar months. Task 3.1 - Pre-Construction Conferences: - CONSULTANT shall attend a pre-construction conference for the Project. The CONSULTANT shall be responsible for preparation and distribution of meeting minutes to all attendees and other appropriate parties. City shall issue a Limited Notice to Proceed at the Pre-Construction Conference. A final Notice to Proceed shall be issued upon receipt of a final schedule and procurement of all applicable construction permits from the CM. Deliverables: · Attend and participate in pre-construction conferences. Schedule: · As scheduled by City after receipt of Task 3 Construction Administration Notice to Proceed. Task 3.2 - Bi-Weeklv Construction Meetinas: CONSULTANT shall attend bi-weekly meetings with the Contractor, City and applicable City representatives on the Project. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. In addition, the CONSULTANT shall review the CM furnished two-week look ahead work schedule to allow for proper coordination of necessary work efforts. These meetings shall also serve as a forum for discussion of construction issues, potential changes / 14 conflicts and any other applicable matters. The CONSULTANT shall be responsible for the preparation and distribution of meeting minutes to all attendees and other appropriate parties within four (4) working days after the progress meeting. Deliverables: . Attend and participate in bi-weekly progress meetings with CM and prepare bi-weekly meeting minutes and distribute. Schedule: . Bi-weekly throughout the Project duration. Task 3.3 - ReQuests for CRFls): The CONSULTANT will receive, log and process all RFI's. The CONSULTANT shall distribute and update the RFI log at each progress meeting. The CONSULTANT shall prepare a response in seven (7) calendar days and return it to City. Deliverables: · Respond to all RFl's and return to CM and City's office. Prepare RFI log and distribute at the bi-weekly progress meetings. Schedule: · Ongoing throughout Project construction duration. Task 3.4 - ReQuests for Changes to Construction Cost and/or Schedule: The CONSULTANT will receive, log and evaluate all requests for Project cost and/or schedule changes from the CM and report such to the City at the bi-weekly progress meetings at a minimum. The CONSULTANT shall distribute and update the Change Order log at each progress meeting. Changes may be the result of unforeseen conditions or interferences identified by the Contractor during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents, or additional improvements requested by the City or CONSULTANT after approval of the GMP Amendment{s) by the City Commission. Regardless of the source, CONSULTANT will evaluate the merit of the claim as well as the impact of the potential change in terms of Project cost and the schedule. CONSULTANT will review claims and / or change order requests with City. No claims assistance services are included under this task. Deliverables: · Perform independent review of request for cost increase and/or time extension. · Coordinate and participate in meetings, as required, with City and CM to resolve and/or negotiate the equitable resolution of request. 15 . Prepare and execute change order documentation. . Prepare and update change order log and distribute at the bi-weekly progress meetings. Schedule: . Ongoing throughout Project construction duration. Task 3.5 - Processin~ of ShOD Drawinos: The CONSULTANT will receive, log and distribute shop drawings to its Sub- CONSULTANT's for its review. CONSULTANT shall have 14 calendar days from the time of receipt in its office, to review and return shop drawings to CM and City's office. Deliverables:- . Review Shop Drawings and return them to City's office. Schedule: . Prepare and update change order log and distribute at the bi-weekly progress meetings. . On going throughout Project construction duration. Task 3.6 - Field Observation Services: The City will provide field staff to observe the construction of the work. The CONSULTANT shall provide specialty site visits by various design disciplines (civil, structural, mechanical, plumbing, electrical, and landscaping) on an as requested basis. For the purposes of this Scope of Services, it is assumed that specialty site visits are included in the Scope of Services and will be provided by the CONSULTANT as required by the Project. Deliverables: · Provide specialty site visits as required. Schedule: · Ongoing throughout Project construction duration. Task 3.7 - Proiect Closeout: Upon receiving notice from the CM advising the CONSULTANT that the Project is substantially complete, CONSULTANT, shall conduct an overview of the Project. The overview shall include development of a "punch Iisf of items needing completion or correction prior to consideration of final acceptance. CONSULTANT shall develop the Substantial Completion Punch list. The Substantial Completion Punch list shall be forwarded to the CM. For the purposes of this provision, 16 substantial completion shall be deemed to be the stage in construction of the Project where the Project can be utilized for the purposes for which it was intended, and where minor items not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use. The CONSULTANT shall assist the City with the review of the City's Building Departments comments in anticipation of an Temporary Certificate of Occupancy (TCO) and Certificate of Occupancy (CO) and shall enforce the contract documents with respect to the CM's responsibilities to obtain said TCO and CO. The CONSULTANT upon notification from the CM that all remaining "punch lisr items have been resolved, the CONSULTANT, in conjunction with appropriate City staff, shall perform a final review of the finished Project. Based on successful completion of all outstanding work items by the Contractor, CONSULTANT shall assist in closing out the construction contract. This shall include, but not limited be to, preparation of record drawings (based on markups forwarded by Contractor through City), and certifying record drawings to the various affected permitting authorities. This certification shall be based on the CONSULTANT having received and reviewed all applicable test data, daily observation reports, record drawing markups, submittals, change orders and performed final walk through of the completed work during substantial and final completion punch list walk thru. Deliverables: · Attend field meetings to review substantial completion and develop USubstantial Completion punch lists". Schedule: · Certify Project completion to appropriate agencies at the Substantial completion of Project and at Final Completion (TCO and CO). · In compliance with the General Conditions of the Construction Contract. TASK 4 - ADDITIONAL SERVICES No additional services are envisioned at this time. However, if such services are required during the performance of the Work, they shall be requested by City and negotiated in accordance with contract requirements. Note that a separate Notice to Proceed is required prior to performance of any Work not expressly required by this Scope of 17 Services. If CONSULTANT, proceeds with out of scope of work without proper authorization, it does so at its own risk. TASK 5 - REIMBURSABLE EXPENSES Task 5.1 - Reproduction Services: CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by City. Unused amounts in this allowance shall be credited back to the City at the completion of the Project. Task 5.2 - Travel and Subsistence: Not Allowed. Task 5.3 - SurvevinQ: CONSULTANT shall arrange for and coordinate the efforts of a licensed surveyor to prepare a survey of the project limits which meets the requirements of Task 1.1. Cost shall be limited to the noted not-to-exceed amount. Task 5.4 - Geotechnical Evaluation CONSUL T ANT shall arrange for and coordinate the efforts of a geotechnical professional, who shall conduct a field exploration program to identify typical geotechnical conditions throughout the project site to ascertain the sub surface conditions with respect to its drainage design and structural characteristics. The program will consist of sufficient quantity, depth and type of borings to adequately define the soil characteristics for the purposes of design. Asphalt pavement depth will be determined to establish the existing thickness of asphalt. Actual locations shall be as directed by CONSULTANT. Cost shall be limited to the noted not-to-exceed amount. Minimum Drawina Requirement The composite set of drawings to be produced shall contain sufficient information and detail to clearly define all proposed improvements in terms of quantity, quality and location. All drawings and details shall be to a scale sufficient to be legible. The CONSULTANT shall propose a drawing list to be reviewed and approved by the City. 18 Site Plans Existing Conditions - Site Survey - to include property lines, sidewalks, pavement, landscaping, existing site improvements and buildings, fencing, lighting, overhead and underground utilities, and dimensions of buildings, pavement areas, fencing, etc. Demolition - Clearly depict existing conditions to be demolished or modified. Proposed Improvements - Clearly depict all new design elements including sidewalks, pavement areas, landscaping, buildings, recreational courts and fields, fencing lighting, utility modifications, replacements, and additions, etc. Enlarged Site plans - Where necessary to clearly define Project requirements, provide enlarged site plans for specific areas of improvement. BuildinQ DrawinQs All buildings to be demolished, renovated or constructed shall be detailed in the Project drawings in sufficient detail to clearly and thoroughly depict the intended improvements or modifications and shall at a minimum include drawings from all involved disciplines: Architectural, Interior design, Kitchen Consultant, Civil, Landscape Architecture, Structural, Mechanical, Plumbing, and Electrical. Drawings shall be organized by building and by discipline. F:\CAPJ\$aII\GRACE\General Project Info\Normandy Shores Clubhouse\Architeknics\Architeknics Schedule A-Clubhouse-7 -25-o6.doc 19 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE B: ~O RESTROOM BUILDINGS) PROFESSIONAL SERVICES AGREEMENT BE~EEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. CONSULTANT COMPENSATION Please refer to attached schedule and see below Schedule of Payments: Schedule of Payments Phase I: 30% Design Documents * $3,750.00 $5,000.00 $7,500.00 $1,250.00 $7,500.00 $5,000.00 $10,000.00 $40,000.00 Phase II: 60% Design Documents * Phase III: 100'-. Permit Approved * Bidding Construction Administration ** Geotechnical Testing(PSI) Reimbursable Allowance**'" Total Contract Note*: These services will be paid lump sum based on percentage complete of each phase. Note**: Construction Administration will be paid on a monthly basis. It is anticipated that Construction will be 8 months, therefore, once construction starts Consultant will be paid $937.50 for 8 months. In the event that, through no fault of the Consultant, construction administration services are required to be extended, the Consultant agrees to extent said services for $937.50 per month for the duration required to complete the Project. Note**"': The Reimbursable Allowance belongs to the City of Miami Beach and must be approved in advance by the Project Coordinator. Unused portions will not be paid to the Consultant. 28 Nonnandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE C PROFESSIONAL SERVICES AGREEMENT BE~EEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. HOURLY BILLING RATE SCHEDULE Classification Hourlv Billina Rate (FY 2006) Principal! Architect of Record $150.00 per hour' Registered Architect $ 95.00 per hour Designer / Junior Architect $85.00 per hour CADD Operator $55.00 per hour Principal MEP Engineer of Record $125.00 per hour Electrical/ Mechanical Engineer $90.00 per hour Civil/Structural Engineer of Record $125.00 per hour Civil/Structural Engineer $95.00 per hour Junior Engineer All Disciplines $70.00 per hour Principal Landscape Architect of Record $125.00 per hour Landscape Designer $80.00 per hour Clerical $35.00 per hour 29 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE D PROFESSIONAL SERVICES AGREEMENT BE~EEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. SEE ATTACHED PROJECT SCHEDULE 30 Ol.e t::.2 ;u <1l>= <1l 0 :2:~ Ol~ t::~ :.: Cf.) ~ ::::J >.8 ~ ~ ~~- ~ 13 E gj .~ C1)~] ~ ~ f! ~ " Q. ;! N - -.. ~ - ~ - ~ ~ . < ~ . " ~ . - " -- D -. . u. . ~ ~ e ~ z 8 1--- l '" ~ - 'I ~ ~ . - < ~ ~ ~ -- " ~ ~ - - .. ~ 0 > 0 z <; . 0 l '" 0 " ~ ~ , ." " ~N 88r--r-g8r- tf) ~~~~~~~ > ~i:~~~~ ~ 8~~~c1Jj8 ~ ~ ~iS~~ NONN ~~;;;;;; >01:>'>0- ~~~~ ~~~~~~ ;;;I'-~~~~ g'l2-uts1llc <((/.)ooo~ ~ o o N ~ " ~~~~~~ c;;,...;::~~c;; g2-tioilC <((/)OOO~ 8g:g NN~ ~C;;M ~~1 ~ o o N ~8~b8~~ ~~~~~~;, 88~~~I~ ~~~ ~ ~~~ 1O ~~o ~ ~un~ ;;;:::;N~NN ~!1!!~ o ~ e "'~~..:!~~..:!<Il ~~ili~~~ .....uj"'Mt<l(')MN ~ ~ N~ ~~2~:g1 E~E~E~ .................N\C c8i2"i2j co ,gE:t;E3:E3: ~~ iiS..................Nr,o ~ .. ro <( 0 0 ~ZEE 2~21g..:! E~E3:E~ ....._.........NIO ~~1~1~~ NCOJ......N........N ::1 :g g E E E N~.... .~J:1... H~lH N.....(I';I(<)(")('.I o 0 E E N~ " . u; ~~~8 ll)NNN ~~~i g8~~g NN...Il)("\j ~;~~~ ~~~~o ~:g:g:g:g N~~~~ i~i~~ w...,zz..., ~ is ~~~8~~~t~ ~~~~~~~u.~ ~1!!8g~ 8 <3 ~ ~~ I j Ii ~ ~ ~:#~~ !!1 ro ]~!~~ ~'i ~ OOUOC>UCL :; :gU:gU~h ~~~~~~~~~ 111gg~ ~~ ~ ~* 0 ~ ~~ ~ ~o .~ -I ~ u ~~~~c.~~i ogoS~8~~ ~888 !;::::~~ >'01:>':>' ~~~~ :g~~~U~~::; ~~~~~~~~~ 1118g~ ~~ ~ ~~ ~.o f f~ ~ ~ 6; ~ &. .i <.) i~i~c.g~i =Cl=O:1:olDl1l (,)0(,)(,)"(,)0..0 ~~ ~~gN88~ ~ NN .... ................ >- >-01010. ~ ~~~~ ~h~d ~~~c:;;~~ ~~11~1 l" " . o t)~ c3~ ~] QJo 0.. l:l 0 :J ~crI:l ffi(,)CI) ~~.~2~i~ r:;M~<3~<4:~ ~ o ~ ~ w~ ~ CJ't ~ ;2l i ~~*~ 0.....0..... ::!:C(I)C w~o~ 0(,)0(,) ": ~ " 5 ~"- "I- "'Z o ~ 0.. ~.~ ::E 0 ~ CJ()Q. ~ . ~ ~ <; J: w .. " u. ~ u.O ~ '" " () Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE E PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. See Attached Pre-Construction Services Agreement with Coastal Construction. 31 AGREEMENT FOR PRE-CONSTRUCTION SERVICES BETWEEN CITY OF MIAMI BEACH, FLORIDA, AND COASTAL CONSTRUCTION COMPANY FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES PURSUANT TO RESOLUTION NO. 2006-26197 ENTITLED "CONSTRUCTION MANAGEMENT AT RISK PRE-CONSTRUCTION SERVICES FOR THE NORMANDY SHORES GOLF COURSE TWO (2) RESTROOM BUILDINGS THIS AGREEMENT, made and entered into this _ day of ,2006, by and between the CITY OF MIAMI BEACH, a Florida municipal corporation whose address is 1700 Convention Center Drive, Miami Beach, FI. 33139 (hereinafter City), and COASTAL CONSTRUCTION OF MONROE INC., D/B/A COASTAL CONSTRUCTION COMPANY, a Florida corporation whose address is 5959 Blue Lagoon Drive, Suite 200, Miami, FI., 33126 (hereinafter Construction Manager or CM). WITNESSED: WHEREAS, the City intends to demolish certain additions to the existing Normandy Shores Clubhouse as well as perform the interior demolition of certain building systems and demolish the existing Two Restroom Buildings and Concession Building and construct Two(2) new Restroom Buildings at the Normandy Shores Golf Course and desires to engage the services of CM; and WHEREAS, the CM desires to act 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 and valuable consideration, the sufficiency of which is hereby acknowledged, City and CM agree as follows: ARTICLE I DEFINITIONS The following terms shall have the meanings specified below; any capitalized terms referred to herein and not defined shall have the meanings set forth in the Agreement between City and Construction Manager: 1.1 Architect/Engineer or AlE: The · Architect/Engineer" or "AlE" shall mean that person or firm designated as the architect/engineer for the Project, or any portion thereof. Also referred to as the Consultant, this entity has 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 AlE Agreement). For purposes of this Agreement, the Architect/Engineer of record for the Project is Architeknics Inc, whose principal address is 7450 SW 48th Street, Miami Florida, 33155. 1 1.2 Bonds: The "Bonds" shall mean "the Public Construction Payment Bond and the Public Construction Performance and Guarantee Bond fumished by the Construction Manager 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). 1.4 Budget: The minimum amount established by the City for this Project. Construction Manager herein acknowledges that, 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 mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and may also be referred to as the "Owner" in this Agreement. The City, as a governmental entity, is subject to the availability of funds and annual appropriation of funds by its legislative body and 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. or the Project subject to this Agreement, this Agreement may be terminated by the City pursuant to the procedures set forth in Subsection 6.2. 1.6 City Commission: "City Commission" shall mean the goveming and legislative body of the City. The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 1.6.1 The City Commission shall be the body to consider, comment upon, or approve of any' amendments or modifications to this Agreement. 1.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein, or any subcontracts made pursuant to this Agreement. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporation. 1.6.3 All City Commission approvals and authorizations shall be expressed by passage of an appropriate enabling resolution and, as determined by the City if applicable or required, by the execution of 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-Five Thousand Dollars and 00/100 ($25,000.00), or such other amount as may be specified by the City of Miami Beach Code in its Procurement Ordinance, as same may be amended from time to time. 1.7 City Manager: The "City Manager" shall mean the Chief Administrative Officer ofthe City. The City Manager shall be construed to include any duly authorized designees, including, a Program Coordinator, and shall serve as the City's representative to whom administrative requests for approval 2 shall be made and 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 and other documents submitted to the City by the CM pursuant to the Scope of Services set forth in this Agreement. as same may 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 not 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 the CM, to reallocate monies already budgeted toward payment of the CM; provided, however, that he cannot increase the CM's compensation or other budgets established by this Agreement. 1.7.3 The City Manager, in his administrative discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. 1.7.4 The City Manager or his designee shall be the 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 Beach Code, in its Procurement Ordinance, as same may be amended from time to time. 1.7.6 The City Manager may, in his sole discretion, form a committee or commiMees, or inquire of or consult with persons for the purpose of receiving advice and recommendations relating to the exercise of his powers, duties and responsibilities under this Agreement. 1.8 CM Principal: The "CM Principal" shall be the person designated by the Construction Manager 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 and obligate the CM, and to fully act for the CM in all maters. 1.9 Claim: A "Claim" is a demand, assertion, dispute or other such claim by one of the parties hereto arising out of or based upon the terms and conditions of the Contract Documents. 1.10 Contract Amendment or Change Orders: "A Contract Amendmenr or "Change Order" shall mean a written order to the Construction Manager approved by the City, as specified in this Agreement, and signed by the City's duly authorized representative, authorizing a change in the Project or the method and manner of performance thereof, or an adjustment in the fees or completion dates, as applicable, and executed by the City, CM and the AlE. Contract Amendments and/or Change Orders affecting changes to the Work shall be countersigned by the CM and the NE. 3 Contract Amendments and/or Change Orders shall be approved by the City Commission if they exceed Twenty-Five Thousand Dollars and 00/100 ($25,000.00), or by the City 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 Beach Code, in its Procurement Ordinance, as same may be amended from time to time). Even for Contract Amendments and/or Change Orders for less than Twenty-Five Thousand Dollars and 00/100 ($25,000.00) the City Manager shall retain the right to seek and 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 AlE and 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 ofthe Work, as well as the Construction Fee for the Project. This estimate is initially established as $250,000, which is the sum budgeted by the City for the construction cost for the Project. 1.13 Construction Manager (CM): The firm of Coastal Construction Company, whose principal address is 5959 Blue Lagoon Drive, Suite 200, Miami Florida, 33126, as selected by the City pursuant to Resolution No. 2006.26197, to provide services of Construction Management At- Risk for this Project. Acceptance of the GMP by the City shall result in the CM functioning from that point forward as a General Contractor under the terms and conditions of the Contract Documents, as same may be amended, which will go into effect at the time of GMP acceptance. 1.14.1 (Intentionally Omitted) 1.14.2 The Construction Manager shall be liable for its services, responsibilities and liabilities under this Agreement, as well as the services, responsibilities and liabilities of any subconsultants, and any other person or entity acting under the direction or control of the Construction Manager. When the term .Construction Manager" or "CM" is used in this Agreement, it shall be deemed to include any subconsultants and any other person or entity acting under the direction or control of CM. Any subconsultants retained by Construction Manager pursuant to this Agreement and the Project, must receive the prior written approval of the City. 1.15 Construction Manager's Fee: The term "Construction Manager's Fee" or "Fee" shall mean, for purposes of this Agreement only, a fixed fee, in the amount of $6,962, representing the Fee negotiated for CM's Preconstruction Services, as contemplated herein. Notwithstanding anything to the contrary, if the GMP is not accepted by the City and the Agreement is terminated, the Construction Manager shall be entitled to receive only that portion of the Fee herein, representing all work performed to date relating to the Project. 1.16 Construction Phase Services: The term "Construction Phase Services" shall mean and 4 anticipates, in a subsequent amendment to this Agreement, and further, in the event the City approves the GMP, the services to be performed by or through the Construction Manager during the Construction Phase ofthe Project, including. without limitation, the Work for the 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 and required by the Contract Documents. 1.18 Construction Team: The term "Construction Team" shall mean the construction team consisting of representatives of the Construction Manager, the City, and the AlE. 1.19 Contingency: The term .Contingency" shall mean a line item contingency amount contained in the Schedule of Values for the Project, which contingency amount, if accepted by the City, shall be included within the GMP for the Project, and shall accordingly be referenced in the [GMP] Amendment to this Agreement. Pursuant to said Amendment, the Contingency shall be used as a source of funds for the costs reasonably and necessarily incurred and paid by the Construction Manager, which costs shall be at rates not higher than the standard paid in the locality of the Work, as follows: (i) in connection with the proper performance of Work required hereunder which Work was unforeseeable by the Construction Manager, the AlE and the City at the time of execution of the GMP Amendment pertaining thereto, notwithstanding the Construction Manager's exercise of due diligence in connection therewith; and (ii) to the extent that any portion of the Contingency remains unallocated on the date of Final Completion and after the issuance of final payment for the Project, which remaining portion of the Contingency shall accrue to the benefit of the City. The Contingency amount, if any, shall be set forth in the GMP Amendment for the Project, on its face and within the Schedule of Values attached thereto. The Contingency amount shall be used at the discretion of the City and must be approved prior to the CM using it. 1.20 Contract: The term "Contract- means the contract formed by all of the Contract Documents, including this Agreement and any amendments hereto. 1.21 Contract Documents: The .Contract Documents- include Resolution No. 2006-26197; this Agreement, and all attachments, exhibits, and amendments thereto; the AlE Agreement, attached as Exhibit VII hereto; and such other documentation as may be listed as an attachment anellor an exhibit to this Agreement. Upon execution of the GMP Amendment, the Contract Documents shall be expanded to include, in addition to those items listed above, those documents identified by the GMP Amendment and the attachments and exhibits thereto. 1.22 Contract Time: The time period defined within this Agreement for the Construction Manager to submit the GMP. 1.23 Drawings: The "Drawings" shall refer to the graphic and pictorial provisions of the Work 5 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" shall refer to the CM after acceptance by the City of the 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 Construction Manager guarantees not to exceed for the Project for all services within the Agreement, as same shall be amended upon acceptance of the GMP by the City not to include the Preconstruction Services Fee. 1.27 GMP Amendment: The term "GMP Amendmenf 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. hereto, which Amendment shall automatically become a part hereof upon the City's and Construction Manager's execution of the same and shall establish, among other things, the GMP, the names of the Construction Manager's on site-management and supervisory personnel for the Project; and the Contract Time for the Project. 1.28 GMP Proposal: The term "GMP Proposal. shall mean a proposal for completing the Project, which proposal shall include the proposed Guaranteed Maximum Price for the construction of the Project, as provided by the Construction Manager and accepted by the City based upon the Drawings and Specifications; the Contract Documents; and the Memorandum of Changes. The City has 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 all Federal, State, County and local laws, statutes, regulations, ordinances, rules and building codes applicable to the Project, including, without limitation, orders of any public authority having jurisdiction over the Project, building; labor, safety, licensing or environmental laws and local building codes. building standards and trade practices affecting the Project, as same may be amended from time to time. 1.30 Memorandum of Changes: The term "Memorandum of Changes. shall mean a written summary of the Construction Manager's recommended modifications to the Drawings and Specifications relating to the Project based on an evaluation of the Project req~irements; on and Off- site development; survey requirements; and Project bUdget requirements; and a review of the design documents; and the Drawings and Specifications; and the Contract Documents. 6 1.31 Phase 1- (30%) Schematic Design Documents: The term "Phase I - Schematic Design Documents" shall mean Drawings and other documents illustrating the scale and relationship of the Project components, and as further defined by the AlE Agreement CM's knowledge of and coordination with said Agreement is incorporated herein. 1.32 Phase 11-(60%) Design Development Documents: The term "Phase 11- 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 may be appropriate, and as further defined by the AlE Agreement. CM's knowledge of and coordination with said Agreement is incorporated herein. 1.33 Phase III (100%): Construction Documents: The tenn "Phase 11I- Construction Documents" shall mean the Drawings and Specifications setting forth in detail the requirements of the construction of the Project, and as further defined by the AlE Agreement. CM's knowledge of and coordination with said Agreement is specifically required of the Construction Manager. 1.34 Preconstructlon Services Fee:The term "Preconstruction Services Fee" shall mean the fixed fee for the services contemplated in this Agreement, in the amount of $6,962, for CM's services perfonned during the Design Phase related to the Project, which fee includes all direct and indirect costs incurred by the Construction Manager in the proper perfonnance of the Pre-Construction Phase Services contemplated under this Agreement. 1.35 Preconstructlon Phase Services: The term "Preconstruction Phase Services. shall mean the services which the Construction Manager shall perform in reviewing the design and for the Bid and Award Phases of the Agreement, and culminate with exercise by the City of one of the City's options regarding the GMP Proposal. 1.36 Project: The term "Project", in its entirety shall mean that certain portion of the City construction project referenced in Resolution No. 2005-26197, involving the construction of the Normandy Shores Golf Course Two(2) Restroom Buildings. The City anticipates that the Project will be phased and that each phase as set forth below, will require a separate GMP Amendment. The total GMP Amendments will comprise the entire Project. a) Demolition Phases: I) Phase One: Demolition of the Two(2) Restroom Buildings and Concession Stand.(GMP Amendment Number One). b) Construction Phases: I) Phase Two: Construction of the Two(2) Restroom Buildings. (GMP Amendment Number Two). 1.37 Schedule of Values: The term .Schedule of Values" shall mean the schedule of values, setting forth the detailed cost breakdown, including labor, materials and taxes, of the GMP set forth in 7 the applicable GMP Proposal, the sum of which 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 and construction management services that are indicated in, or reasonably inferable from the Contract Documents. 1.39 Specifications: The .Specifications" consist of any and all 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 "Subconsultanr is a person or entity which has a direct contract with the Construction Manager to perform or supply a portion of the Work and the term includes such Subconsultant's authorized representatives.~ Construction Manager shall obtain prior written approval of the City prior to changing or modifying the subconsultants and other professional associates. Any such services performed by any Subconsultants shall be passed through to City without additional charge by the CM. All such work shall be itemized on invoices from such Subconsultants, showing work performed and charges incurred. 1.40.2 The Construction Manager represents that it has made and will make reasonable investigation of all Subconsultants to be utilized in the performance of work under this Agreement to determine that they possess the skill, knowledge and experience necessary to enable them to perform the services required. Nothing in this Agreement shall relieve the Construction Manager of its prime and sole responsibility for the performance of the Work under this Agreement. 1.40.3 All rates, multipliers and 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. Construction Manager shall bind each and every approved Subconsultant to the terms stated in this Section and shall require the proper licensing of such Subconsultants. 1.40.5 If any of the services outlined in this Agreement are fumished by Construction Manager by obtaining the services of Subconsultants, Construction Manager shall provide City with proposals and contracts between the. Subconsultants and Construction Manager outlining the services to be performed and the charges for same, together with any 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 AlE certifies to the City by means of a certificate of Substantial Completion as the date when the Construction Manager has achieved completion of the Project in accordance with the General 8 Conditions of the Contract Documents and applicable laws and the City of Miami Beach Buildina Department issues a Certificate of Occupancv (COlor (Certificate of Comoletion(CCl for Renovation Proiects.) Notwithstanding the preceding, if a situation arises beyond the 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 and responsible discretion, that the Project has been Substantially \ Completed. 1.43 Taxes: The term UTaxes" shall mean all taxes related to the performance of the Work or any portion thereof, including but not limited to, all sales, consumer, use, occupational, excise, social security, unemployment compensation and similar taxes. 1.44 Work: The term uWork" means all supervision, labor materials and equipment required by the Contract Documents to be provided by or through the Construction Manager for the entire Project and all other services necessary to fulfill the Construction Manager's obligations hereunder to perform the Scope of the Work, including, as the context may require, any portion of the Work with respect to the Project. The uncapitalized term work is used in its ordinary sense. 1.45 Proposal Documents: (Intentionally Omitted). 1.46 Force Majeure: "Force Majeure" shall mean any delay occasioned by superior or irresistible force(s) occasioned by violence in nature without the interference of human agency such as hurricanes, tomados, flood and loss caused by fire and other similar unavoidable casualties; changes in federal law, state or local laws, ordinances, codes or regulations, enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties control; or by any other such causes which the City and the Construction Manager decide in writing justify the delay. Provided, however, that market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the bidding process shall not be considered a Force Majeure. ARTICLE II RELATIONSHIP OF CITY AND CONSTRUCTION MANAGER 2.1 The Construction Manager accepts the relationship of trust and confidence established between it and the City by this Agreement. The Construction Manager represents that it will fumish its best skill and judgment in performing the CM's services and the Work, and shall always act to further the interest of the City in the expeditious completion of the Project, at the lowest responsible cost to the City, and in strict accordance with the Contract Documents and prudent and customary construction practices. 2.2 By signing this Agreement, the Construction Manager accepts a fiduciary duty with the City and warrants and represents to the City that the Construction Manager: a) has all licenses and certifications required by applicable law to perform the CM's services and 9 the Work; b) is experienced in all aspects of preconstruction and construction planning for projects similar to the Project; c) will act in the City's highest and best interest in performing the CM's services and the Work; and d) that no employee or affiliate of the Construction Manager, including all subconsultants, subcontractors and suppliers, at any tier, has been convicted of a public entity crime, fraud, theft, andlor property damage crime within the preceding thirty-six (36) months from the date of execution of this Agreement, pursuant to Section 287.133, Florida Statutes. The Construction Manager 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 GMP Amendment The parties are entering into this Agreement before Contract Documents are sufficiently complete to establish the GMP; therefore. it is anticipated that one or more GMP Amendments will be executed to establish the GMP and 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. The GMP for the Project must be established no later than ,2006, (See Attached Schedule in exhibit II) after issuance of an initial Notice to Proceed by the City pursuant to this Agreement; otherwise this Agreement shall terminate pursuant to Article VI herein. The City anticipates that the Project will be phased and that each phase, as set forth below, will require a separate GMP Amendment. The total GMP Amendments will comprise the entire Project. a) Demolition Phases: I) Phase One: Demolition of the Two(2) Restroom Buildings. (GMP Amendment Number One). b) Construction Phases: I) Phase Two: Construction of the Two(2) Restroom Buildings. (GMP Amendment Number Two). 3.2 The Services of the Construction Manager 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 the effect of excluding services not specifically mentioned. The Construction Manager's Services shall include, without limitation, all of the Preconstruction Services set forth in this Agreement and, upon approval by the City of the GMP, and as contemplated in the GMP Amendment (or Amendments), and such other amendment(s) as necessary to fix and 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 10 strict accordance with the Contract Documents, and to deliver the Project to the City at or below the GMP, when established, and within the Contract time. 3.3 Preconstruction Services. 3.3.1. Generallv - The Construction Manager shall review Project requirements, existing on-site and off-site development, surveys and preliminary budget, and make recommendations to the City for revisions. The Construction Manager shall prepare a preliminary Project Schedule in accordance with the Contract Documents and in coordination with the City and the Architect/Engineer, identifying all phases, critical path activities, and critical duties of each of the Project team members. The Construction Manager shall, at each remaining design phase (Le. design development; 30%; 60% and 100% construction document), review the plans and advise the City and the ArchitecVEngineer regarding the constructability of the design and of any errors, omissions, or conflicts it discovers. The Construction Manager shall prepare an outline of proposed bid packages and detailed cost estimates, and advise the City regarding trends in the construction and labor markets that may affect the price or schedule of the Project. The Construction Manager shall attend all Project related meetings. The Construction Manager's Preconstruction Services shall be provided, and the City shall compensate Construction Manager for such services, based upon a fixed fee, in the amount of $6,962, representing the Construction Manager's Fee. At the conclusion of the Preconstruction Services, the Construction Manager shall, without assuming the duties of the ArchitecVEngineer, warrant to the City, that the plans, specifications and other Contract Documents are consistent, practical, feasible and constructible, and that the Project is constructible within the contract time. ARTICLE IV DUTIES AND RESPONSIBiliTIES The CM shall perform the following responsibilities and duties: 4.1 All CM procedures, recommendations, documentation, record retention, etc. must conform to the Project requirements including applicable sections of the City's procedures, Architect and Engineer'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 and for full compliance by CM, of a Project specifIC procedures manual detailing the entire Project process, including at minimum the following: a) Exhibit I (GMP Amendment); Exhibit II (Schedule); Exhibit III (Declaration); Exhibit IV (Sworn Statement Section 287.133(3)(a)FS 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 Oocuments);and this Agreement. 11 b) Construction coordination, scheduling, communication and documentation procedures among the CM, the Architect/Engineer, subcontractor(s), subconsultant(s), and other departments or organizations who require coordination with and/or input into the Work. 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 Schedulina 4.2.1 Coordination with AlE -In providing the Construction Manager's services described in this Agreement, the CM shall maintain a working relationship with the Architect/Engineer. However, nothing in this Agreement shall be construed to mean that the CM assumes any of the responsibilities or duties of the AlE. The CM shall be solely responsible for construction means, methods, techniques, sequence and procedures used in the construction of the Project and for the safety of its personnel, property, and its operations for performing in accordance with the CM's Agreement with the City. The AlE is responsible for the requirements of the Project, as indicated in the Agreement between the City and the AlE. The CM's services shall be rendered compatibly and in cooperation with the AlE's services to the City. It is not intended that the services of the AlE and the CM be competitive or duplicative, but rather be complimentary. 4.2.2 Schedulina - The CM shall meet immediately upon execution of this Agreement with the Architect/Engineer and City representatives to review the AlE Agreement (final) and the Project as referenced in Schedule D of the AlE Agreement. The CM shall ensure that the parties jointly review, modify as necessary, and agree to a single design schedule, to be called the revised most current Schedule to the AlE Agreement. This schedule shall be submitted to the City within fourteen (14) days of execution of this Agreement. Should the parties not 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, and in the best interest of the Project. The City shall then determine what schedule is to be utilized, and the City's decision with regard to same shall be final, and binding upon the parties. 4.3 Deslan Phase 4.3.1 Review of Desian Documents - The eM shall review the design documents and make recommendations to the City and to the AlE as to constructability, cost, sequencing, scheduling, and 12 the time of construction, as to clarity, consistency and coordination of documentation. The recommendations resulting from such review will be provided to the City and AlE in writing and as notations on the design documents. This review and 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 AlE Agreement (Exhibit VII). 4.3.2 ResDonslbilltv . The CM, as a result of the above-noted review of the design documents and recommendations provided to the City, shall utilize its best efforts to assure the coordination of drawings with the written specifications. This includes but is not limited to, the CM's review of the construction documents in coordination of the draWings and specifications themselves, with the existing buildings and sites to ensure proper coordination and constructability and lack of conflict, and to minimize unforeseen conditions. The CM shall, during this phase, be responsible for the proper identification and location of all utilities, services, and other underground facilities which may impact the Project. The CM specifically agrees that no Contract Amendments shall be requested by the CM or considered by the City for reasons involving conflicts in the documents, questions of clarity with regard to documents, incompatibility, or conflicts between the documents and laws, the existing conditions, utilities, and unforeseen underground conditions. 4.3.3 Preliminary Schedulina - The CM will submit to the Architect/Engineer for comment and to the City for approval a proposed schedule for the Project at the time the 60% design documents are to be submitted to the City for review. That schedule shall include such bid and construction activities as well as reasonably outline the approach the CM intends to take for the Project. This requirement is in addition to any other scheduling requirements which may be contained in the contract documents and shall be compatible with same. The CM shall include in the above-noted schedule a proposed construction sequencing plan for the Work. 4.3.4 Estlmatina and Cost C~ntrol - The CM shall prepare detailed cost estimates and updates throughout the DeSign Phase leading up to the bidding phase of the Project. The CM shall submit same with the submittal of each Phase of design review in accordance with the most current AlE Agreement and at such other times as it may 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 may require, , and shall not exceed the construction budget of $250,000. a) Should the CM's estimated GMP exceed the Budget, the CM shall include with said estimate written suggestions for bringing the Project within Budget. The City, at its sole option, may adjust the Budget or it may direct the CM to coordinate with the Architect/Engineer to reduce the estimated cost of the Project through Value Engineering, re-design by the Architect/Engineer, re- estimating, obtaining additional pricing, scope reduction and/or other at no cost to the City; or it may choose to continue under subparagraph (b) below. 13 b) The City shall determine, after receipt and review of each estimate, whether the 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 the Project without Budget adjustment or any other change to the Project. This shall in no way obligate the City to accept the CM's GMP Proposal whether or not it is within the estimate or whether or not it is within the Budget. The City in this and all cases may reject the GMP at its sole discretion and proceed to exercise its options as identified in this Agreement. c) The CM and AlE shall advise the City immediately when the AlE or CM estimate exceeds the construction 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, and other consultants employed by the City as well as the reviews required by the City and other agencies and the Architect/Engineer. 4.3.6 Permits and Fees - The CM will be responsible for coordinating with the ArchitecUEngineer the submittal of all required documents for permits. CM shall be responsible for obtaining any and all permits and paying any and all related fees for the Work. The City shall not pay 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 Desian Services - In the performance of its Design Phase requirements, while the CM is not the AlE for the Project, the CM shall be prepared to employ such professional design services as may be required for the fulfillment of its obligations under this Agreement. 4.3.8 Memorandum of Chanaes -The CM shall submit to the Owner the CM's Memorandum of Changes in sufficient time and as scheduled so it may be reviewed against the Contract Documents and any corrections, modifications, additions, or changes be incorporated prior to commencing the Bid and Award Phase. The Memorandum of Changes shall include a summary of all recommendations made by the CM in fulfilling the CM's duties with regard to the Contract Documents. The CM shall identify any recommendations not incorporated into the documents. The City 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 Preauallflcation . The CM shall prepare a subcontractor's prequalification plan in compliance with the requirements currently determined by the City. The CM shall submit to the City the CM's list of 14 pre approved Subcontractors for each element of the Work to be subcontracted by the CM. This list shall be developed by the execution by the CM of the subcontractor's prequalification plan noted above. The City reserves the right to reject any subcontractor proposed for any bid to be considered by the CM. Any claims, objections or disputes arising out of the prequalification plan or list are the responsibility of the CM. The CM shall hold harmless, indemnify, and defend the City, its employees, agents, and representatives 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 the Scope of Work required of this Agreement. 4.4.3 Pre-Bld Conferences - The CM shall schedule and conduct pre-bid conferences for subcontractors . and the City to ensure the availability of such subcontractors, material suppliers, etc. for this pre-bid conference. The CM shall be solely responsible for the content of the pre-bid conference. 4.4.4 Subcontract Biddina - The CM shall schedule, in coordination with the Architect/Engineer and the City, the acceptance, review and award of the bids to qualified responsive and responsible Subcontractors. Said bids from subcontractors shall be in writing and shall be opened and reviewed with the Architect/Engineer and the City prior to award by the CM. 4.5 The Guaranteed Maximum Price 4.5.1 Calculatlon/Neaotiation of the Guaranteed Maximum Price- After taking, reviewing and identifying the lowest acceptable bids from responsive and responsible subcontractors, the CM shall propose to the City, a Guaranteed Maximum Price, which shall be the sum of the proposed subcontracts and the CM's General Conditions (including any fee, profit, overhead and all like amounts) and 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, and shall function as a General Contractor and comply with the Contract Documents accordingly with regard to the Project as well as a Construction Manager with regard to other services required by the 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 way and time as to conform to the most current Schedule "OW of the AlE Agreement. 4.6.2 Review and Acceptance of Schedule- In executing the Agreement, the CM acknowledges specifically that the CM has reviewed the most current Schedule "DD of the AlE Agreement, has given any necessary input to the City regarding any need to modify that schedule to accommodate the CM 15 at Risk process, and shall not be entitlecHo additional time or money in order to conform the CM services to that schedule. 4.6.3 Preparation and Deliverv of the CM at Risk Schedule- Within fourteen (14) days of the effective date of this Agreement the CM shall present to the City a schedule for the CM's duties, deliverables, and requirements showing the start and completion of design phase activities to be performed by the CM. This schedule shall be in conformance with the most current Schedule "DB of the AlE Agreement. 4.7 PAYMENT BREAKDOWN PRE-CONSTRUCTION SERVICES 1. Design Review, Constructability & Value Engineering $817 2. Review of On-site & Off-site Conditions $750 3. Cost Estimating & Cost Controls $1,907 4. Scheduling $375 $3,112 5. Bidding (GMP Submittal & Negotiations) $0 6. e-Builder License $0 7. Contingency $6,962 8. TOTAL PRE-CONSTRUCTION SERVICES FEE 4.7.1 ApPlication for Payment Submittal- The CM shall submit monthly an application for payment for the proportional amount of the Preconstruct ion Services Fee which shall be determined by dividing the Preconstruction Services Fee by the number of months from the effective date of this Agreement until 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 Fee remaining by the number of months currently remaining until the first submittal of GMP Proposal. 4.7.2 Time Extensions-In the event the performance of the CM is delayed by reasons outside the CM's contro', the CM shall request in writing an extension of time for the contract requirements of this Agreement. Said request for extension shall include a proposed revised schedule, and 16 documentation as to the cause of the delay. The CM's sole remedy for delays which impact the time of performance of this Agreement shall be a time extension. No damages for delay shall accrue to the benefit of the CM as a result of any delays to the performance of this Agreement. SpeciflCBlly, the CM agrees that the failure of the Architect/Engineer to maintain the design schedule shall be non- compensable to the CM and CM's sole remedy shall be an extension of time. 4.7.3 Extra Services- Should the CM be requested or required by the City to provide services which the 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 the CM believes they are outside the scope of this Agreement, and the proposed costs, and time impact, if any, for the performance of same. The City may direct the CM to proceed with such services pending a final determination as to the compensation. In such case, the CM's right to consideration shall not be waived by proceeding as directed. 4.8 City's Right to Reauire Documentation and Audit The City may, as deemed necessary, require from the CM support and/or documentation for any submission. Upon execution of the Agreement, the CM agrees that the City shall have unrestricted 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 the City's Project Coordinator and such other City Representatives in attendance. a) The CM shall provide a summation and analysis of the apparent low subcontract bids including the identity of any apparent low subcontract bidders which the CM does not wish to employ. Such identification and proposal of non-utilization by the CM shall require specific written reason for same. 5.2 CM Fee. Profit. General Conditions. Continaencv The CM shall propose the amount to be included in the GMP for the Construction Manager's General Conditions costs and the Contingency as defined herein. 5.3 The sum of the totals of the two above paragraphs shall comprise the proposed GMP for the Project and shall form the basis of negotiations between the CM and the City. a} The City shall have the option of accepting or rejecting the GMP as presented by the CM. Should the GMP be accepted, the GMP Amendment reflecting that acceptance will be executed, and the Contract Price increased by the GMP amount. Should the GMP not be 17 accepted, the City may at its option: i) Reject the GMP and direct the Architect/Engineer and CM to investigate, redesign, develop for City approval value engineering possibilities, and other cost savings and to re-submit a new, lesser, proposed GMP. This may at the City's option, include reduction in scope. All to be done at no additional cost to be City. ii) Reject the GMP, take possession of the plans and specifications, and bid the work to a General Contractor or otherwise complete with other forces or take such action, if any, that the City may detennlne is in its best interest. In this event, the CM shall not perfonn nor be compensated for, any services on the Project beyond the agreed Construction Manager's Fee herein. In the event any option under this subparagraph is chosen by the City, the CM is obligated to immediately turnover to the City all plans, specifications and other project related documentation. iii) If and when accepted by the City, the GMP shall be formalized by the execution of the GMP Amendment (Exhibit I). Iv) 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 and ownership of all documents produced for the Design and Bid Phase, pay the CM any remaining undisputed Construction Manager's Fee, and proceed under the requirements noted under this paragraph, and the City and CM shall be mutually released from any further obligation each to the other. v) 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 any other reason. ARTICLE VI TERMINATION 6.1 Termination for Cause 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 bad faith; or (2) unreasonably delays the performance of 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 event this Agreement is terminated by the City for cause, the City, at its sole option and discretion, may take over the Services and complete them by contracting with another CM or otherwise. In such event, the CM shall be liable to the City for any additional cost incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of such incomplete services, and the cost of completion of such Services which would 18 have resulted from payments to the CM hereunder had the Agreement not been terminated 6.1.2 Payment only for Services satisfactorily performed by the CM and accepted by the City prior to receipt of a Notice of Termination for Cause, shall be made in accordance with this Article 6 herein and the City shall have no further liability for compensation, expenses or fees to the CM. 6.1.3 Upon receipt of a written Notice ofTermination, the CM shall promptly assemble and submit to the City, as provided herein or as required in the written notice, all documents, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by such termination. 6.1.4 In the event of a termination for cause, no payments to the CM shall be made (1) for Services not satisfactorily performed, as same shall be determined at the City's option and discretion; and (2) for assembly of submittal of documents, as provided above. 6.2 Termination for Convenience The City, in addition to the rights and options to Terminate for Cause, as set forth 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 and without penalty, when in its sole discretion it deems such termination is in the best interest of the City, upon notice to CM, in writing, fourteen (14) days prior to termination. 6.2.1 In the event the City terminates the CM's services for its convenience, as provided herein, the CM shall be compensated for all Services rendered up to the time of receipt of said written termination notice, and for the assembly and submittal to the City of documents for the Services performed, in accordance with Article 6 herein, and the City shall have no further liability for compensation, expenses or fees to the CM, except as set forth in this Article 6. 6.3 Termination by CM The CM may only terminate this Agreement for cause in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment for the Services, and has failed to cure same within thirty (30) days following written notice from the CM. In that event, CM may terminate this Agreement upon written notice to the City, which termination shall become effective thirty (30) days from 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 6. 6.3.1 . The CM shall have no right to terminate this Agreement for convenience of the CM. 6.4 ImDlementatlon 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 the date and to the extent specified in the Notice of Termination; (2) place no further orders or subcontracts except for any that may be authorized, in writing, by the 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 the 19 Notice of Termination; (4) promptly assemble and submit, as provided herein, all documents for the services performed, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by the termination; and (5) complete performance of any Services as shall not have been terminated by the Notice of Termination and as specifically set forth therein. 6.5 Non-solicitation The CM warrants that it has not employed or retained any company or person, other than an employee working solely for the CM, to solicit or secure this Agreement; and that it has not paid, nor agreed to pay any company or other person any fee, commission, gift or other consideration contingent upon the execution of this Agreement. For breach or violation of this warranty, the City has the right to terminate this Agreement without liability to the CM for any reason whatsoever. ARTICLE VII INDEMNIFICATION 7.1 CM shall, at all times hereafter, indemnify, hold harmless and defend the City, its agents, servants and employees from and against any claim, demand or cause of action of any kind or nature arising out of the negligent act, error, or omission of CM, its agents, servants or employees in the performance of services under this Agreement. 7.2 In the event that CM abandons this Agreement or causes it to be terminated by City, CM shall indemnify, hold harmless and defend the City, its agents, servants and employees against any loss pertaining to such termination. 7.3 CM hereby affirms that it shall be responsible for the acts, errors and omissions of its Subcontractors and it shall indemnify, defend and save harmless the City, its agents. servants and employees from any and all claims by third parties which may arise on account of services rendered by CM's Subcontractors. 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 prepared or provided by CM in connection with this Agreement shall become the property of the City, and 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 the specific purpose intended will be without liability to CM. 8.2 Records CM shall keep such records and accounts and require any and all CM and Subcontractors to keep such records and accounts as may be necessary in order to record complete and correct,entries as to 20 personnel hours charged to the Project, and any expenses for which CMexpects to be reimbursed. All books and records relative to the Project will be available at all reasonable times for examination and audit by City and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for City's disallowance of any fees or expenses based upon such entries. All books and records which are considered public records shall, pursuant to Chapter 119, Florida Statutes, be kept by CM in accordance with such statutes. 8.3 Eaual Oooortunity Emolovment 8.3.1 CM agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, disability or sexual orientation and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to sexual orientation, race, color, religion, sex, age, national origin, or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or compensation; and selection for training, including apprenticeships. CM agrees to furnish City with a copy of its Affirmative Action Policy. 8.4 Public Entity Crimes Act In accordance with the 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 list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of 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 may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this Section by CM shall result in cancellation and may result in CM's debarment. 8.5 No Continuent Fee CM warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for CM, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for CM any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 21 8.6 Asslanment This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered by CM, under any circumstances, without the prior written consent of City. 8.7 Insurance The CM shall comply throughout the term of this Agreement with the insurance requirements stipulated herein. It is agreed by the parties that the CM shall not commence with work on the Project until satisfactory proof of the following insurance coverage has been furnished to the City. The Consultant will maintain in effect the following insurance coverage: (a) Comprehensive General Liability Insurance in the amount of $1,000,000.00 Single Limit Bodily Injury and Property Damage coverage for each occurrence, which will include products, completed operations, and contractual liability coverage. The City must be named as an additional insured on this policy. (b) Worker's compensation and employer's liability coverage within the statutory limits of the State of Florida. (c) Business Automobile Liability Insurance with minimum limits of one million dOllars($1,OOO,OOO) per occurrence combined single limit for bodily injury liability and one million dollars($1,ooO,000) per occurrence for property damage liability. Coverage must include owned vehicles and hired non-owned vehicles. The City must be named an additional insured in this policy. 8.7.1 The Consultant 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 of Insurance or a copy of all insurance pOlicies required by this Section. City reserves the right to require a certified copy of such poliCies upon request. All certificates and endorsements required herein shall state that City 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 the required amounts, the City may, at its sole discretion, obtain such insurance, and any sums expended by the City in obtaining same shall be repaid byCM to City, plus ten percent (10%) of the amount of premiums paid to compensate City for its administrative costs. If CM does not repay City's expenditures within fifteen (15) days of demand, the total sum owed shall accrue interest at the rate of twelve percent (12%) until paid and such failure shall be deemed an event of default hereunder. 8.8 All Prior Aareements SUDerseded/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 conceming the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral 22 or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 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 party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: FOR CITY OF MIAMI BEACH: Jorge E. Chartrand Director Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, Florida 33139 FOR CONSTRUCTION MANAGER: Daniel E. Whiteman Ph.D, President Coastal Construction Company 5959 Blue Lagoon Drive Suite 200 Miami, Florida, 33126 With a copy to: Johnny Brown, Attorney Coastal Construction Company 5959 Blue Lagoon Drive Suite 200 Miami, Florida, 33126 8.10 Interpretation The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in 23 this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this 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 not 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 the subsections of such Section, unless the 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 and other data created or provided in connection with this Agreement (collectively, City Property), while such data and materials are in CM's possession. Such duty may include, but is not limited to, making back-up copies of all data stored by electronic device on any media, taking reasonable actions to prevent damage by impending flood or storm (including, but not 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 In the event of conflict between the terms contains in this Agreement and the terms contained in any of the documents attached or incorporated herein, the terms of this Agreement shall control and shall be given full effect. 8.13 Observance of Laws Throughout the term of this Agreement, the CM shall keep fully informed of all federal, state and local laws, ordinances, codes, rules, and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, affect work authorized under the terms of this Agreement, and shall further take into account all known pending changes to the foregoing of which it should be reasonably aware.. TheCM shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees. 8.14 Aareement Severable: No Waiver In the event any provisions of this Agreement shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One or more waivers by either party of any provision, term, condition or covenant shall not 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 and operations related to the Project with the City's own forces, and to award contracts in connection with the Project which are not part of the CM's 24 responsibilities under this Agreement. 8.16 GOVERNING LAW AND EXCLUSIVE VENUE This Agreement shall be govemed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CM AND CITY EXPRESSL YWAIVE 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 Liabllitv 8.17.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the Fee paid to CM herein, less any sums paid by the City. CM hereby expresses its willingness to enter into this Agreement with CM's recovery from the City for any damage action for breach of contract to be limited to a maximum the Fee paid to CM herein, less any 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 any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in anyway intended to be a waiver of the limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes. (Remainder of this page left intentionally blank) 25 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: Robert Parcher, City Clerk ATTEST: By: Secretary Print Name THE CITY OF MIAMI BEACH David Dermer, Mayor COASTAL CONSTRUCTION OF MONROE INC., D/B/A COASTAL CONSTRUCTION COMPANY Florida Contractor License: CGCB08060 By: President Print Name 26 EXHIBIT I "EXHIBIT I" TO CONSTRUCTION MANAGER AT RISK AGREEMENT DRAFT GMP AMENDMENT THIS GMP AMENDMENT, made and entered into as of this_day of , (AGMP Amendmenr) amends that certain Agreement between Owner, the CITY OF MIAMI BEACH, FLORIDA (also, City) and Construction Manager, COASTAL CONSTRUCTION OF MONROE INC., COASTAL CONSTRUCTION COMPANY (hereinafter Construction Manager or CM), made as of the day of I for the following described Project: Normandy Shores Goff Course Restroom Buildings # 1 Normandy Shores Golf Course Restroom Buildings # 2 WHEREAS, the Owner and the Construction Manager 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 and sufficiency of which is hereby acknowledged, the Owner and the Construction Manager do hereby agree as follows: 1. This GMP Amendment 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 and the terms of the Contract Documents are in conflict, the terms of this GMP Amendment shall govem and control. The terms used herein, unless otherwise defined in this GMP Amendment, 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 drawings listed on Attachment I, attached hereto, which drawings are made a part of the Contract Documents by this reference (the "Drawings"); and b. The specifications listed on Attachment II, 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, attached hereto, are made a part of the Contract Documents by this reference. d. Those documents listed on Attachment IV, Construction Manager's Wage Schedule, attached hereto, are made a part of the Contract Documents by this reference. 27 e. The Scope of the Work for the Project, is hereby incorporated into the Work. f. The date of Commencement for the construction of Project shall be (the "Date of CommencemenF). g. The Construction Manager shall achieve Substantial Completion of the Work for this Project no later than _ days from the Date of Commencement (the .Contract Time", and final completion not later than _ 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. h. The City and the Construction M~nager acknowledge and agree that the City will suffer damages if the Construction Manager fails to achieve Substantial Completion of the Work for this Project, on or before the expiration of the Contract Time, which damages are difficult, if not impossible, to ascertain with any degree of certainty. Accordingly, if the Construction Manager fails to achieve Substantial Completion of the Work for this Project on or before the expiration of the Contract Time, liquidated damages ( which are not intended as penalty) shall be assessed against the Construction Manager in an amount to be calculated in accordance with the Contract Documents, using the GMP agreed for this Work in this Exhibit as the basis for calculation. This will occur by virtue of the Construction Manager's failure to achieve Substantial Completion of the Project within the Contract Time. i. The Guaranteed Maximum Price for the Project, is hereby guaranteed by the Construction Manager not to exceed the sum of (the "Project GMP"). based upon the entire Scope of the Work as described in the Contract Documents, including, but not limited to. the Drawings and the Specifications, subject only to additions and deductions by Contract Amendment(s) or Construction Change Directive, as provided in the Contract Documents. The GMP is more particularly itemized in the Schedule of Values prepared in accordance with the terms of the Agreement, which Schedule of Values is attached hereto and made a part of the Contract Documents by this reference. Included in the Schedule of Values and specifically identified herein, the Contingency included in the Guaranteed Maximum Price is the amount of j. The Construction Manager shall provide Commercial General Liability 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. k. The Construction Manager shall provide the Public Construction Payment Bond and the Public Construction Performance and Guarantee Bond, in compliance with the 28 provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. I. By executing this GMP Amendment, the Construction Manager acknowledges that it has ascertained all correct locations for points of connection for all utilities, if any, required for this Project: and has identified all clarifications and qualifications for this Project, if any. m. The Construction Manager's on site management and supervisory personnel for this Project shall be set forth herein, and incorporated as an exhibit to this Agreement. n. To the extent that the Owner has authorized the Construction Manager, in writing, to perform the Work for this Project with the Construction Manager's own forces. the salary and wage schedule for the Construction Manager's personnel performing such portion of the Work, agreed upon by the City and the Construction Manager, shall be as set forth on Attachment IV, attached hereto, and is made a part of the Contract Documents by this reference. The Construction Manager warrants and represents that the salary and wage schedule includes the lowest comparable market rates (including any and all benefits, contributions and insurance) charged by the Construction Manager 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. o. The Construction schedule for this Project is set forth on Attachment V, attached hereto, are made a part hereof by this reference. p. Except as expressly provided herein above all of the terms, conditions, covenants, agreements and understandings contained in the Contract Documents shall remain unchanged and in full force and effect, and the same hereby expressly ratified and confirmed by the Owner and Construction Manager. q. This Amendment may be executed in several counterparts, each of which shall be deemed an original but all of which shall constitute one and the same instrument. 29 IN WITNESS WHEREOF, the parties have affixed theIr signatures, effective on the date first written above. FOR CITY: CITY OF MIAMI BEACH ATTEST: By: By: City Clerk Mayor FOR CONSTRUCTION MANAGER AT -RISK: COASTAL CONSTRUCTION OF MONROE INC., D/B/A COASTAL CONSTRUCTION COMPANY Florida Contractor license: CGCB08060 ATTEST: By: Secretary By: President Print Name Print Name 30 ATTACHMENT I ATTACHMENT II ATTACHMENT III ATTACHMENT IV ATTACHMENT V CONTRACT DOCUMENTS: THE DRAWINGS CONTRACT DOCUMENTS: THE SPECIFICATIONS CONTRACT DOCUMENTS: GENERAL AND SUPPLEMENTARY CONDITIONS CONTRACT DOCUMENTS: CONSTRUCTION MANAGER'S WAGE SCHEDULE CONTRACT DOCUMENTS: CONSTRUCTION SCHEDULE 31 EXHIBIT II SCHEDULE 32 OLe C.2 :.;::::;U (1)>: (1) 0 :2:'; Cl~ C~ :.:: Cf.) Q) ~ >>:g 8 ~ ~~- i i3 E!l ~ C/) ~1 ~ ~ ~ '" c.. ;1; ~ . , --- . a 'I - - ~ . 0 -- ~ -- ~ . '" -- ~- -- . -- '" ~ - . u- -- --- ~ ~ - --- 0 > 0 - z - 8 ~ "' - , <( --- ~ . , -- f-- ~ - . '" ~ - - .. ~ . -- u- - . 0 . 0 > - 0 - z - -- - 8 -------- ~ . 1--- ---- "' a - ------- - <( .. ~- , -- I-- -E u: ~ m > o Z r--r--bg,......... 8g~N8g NN.....LONN r--.... ("I"'" r-,...... ~1!l8~ tl o ~ ~~~~ ~~~(;) >01>> ~~~~ ~~~~~~ Mr--~~~;::; 1!88~~ ~~ 00 g:~ m_ -~ ~ a . , u-<( ~~~~~ ;;;,...~~~ 1!g8~ ~~ mm ~~ ,,~ ~~ gg o.o. m_ -~ ~ a . , U-<( ~~~~~~ ;::;r--~~~:;; ggou~c; <((/JOOCl~ i'l~ ~~ ~nn~ ;;:;;::;N=~~ ~11!!8 ~ ~8~~ ~~N~ (").....1'-,... ;gg~~ ;; ;; ~~ ~a ~..t ~ o o z ~ o III "'Ill'" <II .::.:..;,c.~:>t.~<Il :tl ~ $ :tl $ 0 ~~~~~~ ~ ~ o.", ~~8i~-i E 3: E 3: E 3: ..................N([) c8J:g"i:gi 00 i5E~E3:E~ EE i5..................N(O N(O ~ 8 h~hU~~ i~aa~::LL~ ~HJj88~ ~ is ~ :5.~ ~ ~ ~~ ~ ~ t H Ct: .~ '~~ _~~ ~~~~(L .~~ : ~O~O:ED~ uoooCJoo... . " .-li.1.~ ~~~~~~ ~~ .................NID NW ~ .. ro <( 0 0 OzEE ~~1~1~~ ~~~ NM....N.,......N N~..... ~'i~~~~ fdfH (\1....(")(9)(")("1 ~g~ ~o.o. ~~ gg~~g NN.....L()N ,.......(\1.....1"- ~111g 8888~g~~ ~~~~~~~~ !!lg;g~ ~ ~ ~~ ~: :> i l'~ 0 & * ~ ~ .~ ~~~~~~g uooUC)Oo.. ~~~~ :::~~~ >Ol>>. ~ii:~~ 8gh~g~g ~~~~~~~~ 1!lgg~ ~ :5. i5.~ ~ ~..... 0; ] H ~ ~*~~ :~ ]~i~~~i OOl)()C!Oo.. 8~:g88bg~8:;;<n~ ~~?:l~g~;;;:~Ng:~~ :.-.....,....,.....-...... ...........-: !~f~~~:i :i1~! ~ ~~ ~~ ~: ~ g] H a:~*~~.~ w ~~~!~~~i ~~ ououuCluQ.. LLO 8~8g~~ ~~~~~~ >-Q.0I01Cl.Q. ~c1l~.lJ;c1l . o " t)~ B~ ~~ CIl a.. 0 ;:J ~<<l ur./) ~i"i li~ otl)Q.. <(<(0 E ~ " . 1il i; ~ ~ zoo ~ ~ " :li " o ~Cl. 2f- ,",Z J . -,; J: EXHIBIT III DECLARATION 33 OECLARA rlON TO: City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, Florida 33139 Submitted this :5 n-I day of 1U(l,( I JtJxjJ . ,200~. The undersigned, as consultant, declares that the only persons interested in this proposal are named herein; that no other person has any 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; and that this response is in every respect fair and made in good faith, without collusion or fraud. The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the consultant and the City of Miami Beach,. Florida, for the performance of all requirements to which the response pertains. The consultant states that the response is based upon the documents identified by the following number: q;SQ SIGNA rURE E PRINTED NAME n ~ 'U .~ -',..'1 -. ."- ;-~ :::D ;""71 '....:::J ~ !. ~-:""!o ...... <.:..' IT; r-: ..... U1 ,I EXHIBIT IV Sworn Statement Section 287.133(3) (a) FS on Public Entity Crimes 34 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES. ON PUBLIc ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to Coastal Construction ofMonroe.lnc. d/b/a Coastal Construction Comoanv [print name of public entity] By Daniel E. Whiteman. President [print individual's name and title] For Coastal Construction of Monroe, Inc. d/b/a Coastal Construction Comoanv [print name of entity submitting sworn statement] whose business address is 5959 Blue Lagoon Drive. Suite 200 Miami. Florida 33126 and (if applicable) its Federal Employer Identification Number (FEIN) is 65-0802683 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1. .) I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted II or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes. rneans a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a JUry verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes. means: 2. 3. 1) 2) A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 rnonths shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies .to transact business with a public entity. Tlie term "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 I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to Jury 1, 1989. X The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, mernbers or agents who are active in management of the entiw, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. X The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the manaQernent of the entity, or an affiliate of the entity has been charged with and convicted of 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, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE HRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES F CATEGORY TWO OF ANY CHANGE IN THE INFORMA TIO HI. M 5) 6) Sworn to and subscribed before me this 2~ Personally known ~ OR Produced identification ~Jl-l [signature] daYOfJUC{A ,/ I (Type of Identification) .....,. Notary Public - State of .q oP I rf) 4. ) My commission expires 10 lId( ok'. ~J\. NIcole Menn I ^--\=-Y..i My CommilSiOn 003811153 V - -'" ExpIreS October 12. 2001 missioned name of Notary Public) {Printed typed or stamped EXHIBIT V QUESTIONNAIRE 35 QUESTIONNAIRE Consultant's Name: Coastal Construction of Monroe. Inc. d/b/a Coastal Construction Company Principal Office Address: 5959 Blue Lacoon Drive. Suite 200 Miami. Florida 33126 Official Representative: Daniel E. Whiteman. Ph.D. President Individual Partnership (Circle One) Corporation If a Corporation, answer this: . When Incorporated: 1988 In what State: Florida If a ForeiGn COl'Doration: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Daniel E. Whiteman. Ph.D Vice-President's Name: Thomas C. Murphy and Sean M. Murphy Treasurer's Name: Ken R. Alderman Members of Board of Directors Thomas P. Murphy. Jr. Questionnaire (continued) If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating Construction Management business: 18 2. Have any agreements held by Consultant for a project ever been canceled? Ves ( ) No (X) If yes, give details on a separate sheet 3. Has the Consultant or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an 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? If yes, please explain: No. Questionnaire (continued) 4. Has the Consultant or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Ves ( ) No (X) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet 5. Person or persons interested in this bid and Qualification Form have ( ) have not (X) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: B. List all judgments from lawsuits in the last five (5) years: None. C. List any criminal violations and/or convictions of the Consultant and/or any of its principals: N/A 7. Conflicts of Interest The following relationships are the 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 any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Consultant and/or individuals and entities comprising or representing such Consultant, and in an attempt to ensure full and complete disclosure regarding this contract, all Consultants are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of proposals. Public Relations Kreos DeMaria. Inc. 1501 Venera Ave.. Ste. 310 Coral Gables. FI 33146 (305}663-3543lExt. 13) lawyers Katz. Barron. Sauitero & Faust. P.A. 2699 South Bavshore Drive Seventh Floor Miami. FL 33133-5408 Welbaum. Guernsev. Hinaston. Greenleaf. Greaorv. Black & Rune. LLP Penthouse Suite 901. Ponce De Leon Boulevard Coral Gables. FL 33134 Lobbvists None - Questionnaire (continued) The Consultant understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and.. such. information is warranted by the Consultant to be true. The undersigned Consultant agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Consultant, as may be required by the City Manager. The Consultant further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Consultant agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Print Name of Firm Signature Print Name Address By: General Partner Print Name IF CORPORATION: Coastal Construction of Monroe. Inc. d/b/a Coastal Construction ComDanv Print Name of Corporation 5959 Blue La 00 r #200 Miarni FL 33126 Address (CORPORATE SEAL) . President Attest~." c;?A/k<~ EXHIBIT VI INSURANCE CHECKLIST 36 INSURANCE Successful Consultant shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance as indicated on the Insurance Checklist which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of Miami Beach as an additional insured on aI/liability policies required by this contract. When naming the City of Miami Beach as an additional insured onto your policies, the insurance companies hereby agree and will endorse the pOlicies to state that the City will not be liable for the payment of any premiums or assessments. Any exceptions to these requirements must be approved by the City's Risk Management Deparbnent. FAILURE TO PROCURE INSURANCE: Successful consultant's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. DEBARMENT ORDINANCE Proposers are hereby advised that all City Projects are further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS It is of utmost importance that you familiarize yourself and adhere to the requirements set forth in the City's Vendor Prohibited Campaign Contributions Ordinance No. 2003-3389 (the "Ordinance"). FAILURE TO ADHERE COULD RESULT IN YOUR DISQUALIFICATION FROM TRANSACTING BUSINESS WITH THE CITY FOR A PERIOD OF TIME. The Ordinance was adopted to ensure that no person who is a vendor of the City of Miami Beach, gives a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee, or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of Mayor or Commissioner. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. The definitions of "vendor" and "controlling financial interesf' are as follows: "Vendor" means a person and/or entity who has been selected by the City as the successful bidder on a present or pending bid for goods, equipment or services, or has been approved by the City on a present or pending award for goods, equipment or services, prior to or upon execution of a contract, purchase order or standing order. "Controlling Financial Interest" means the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. "Firm" means a corporation, partnership, business trust or any legal entity other than a natural person. CODE OF BUSINESS ETHICS Pursuant to Resolution NO.2000 23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. AMERICAN WITH DISABILITIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence himlher in the discharge of hislher official duties. INSURANCE CHECK LIST xxx 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of Florida. xxx 2. Comprehensive General Liability (occurrence form), limits of liability I 1.000.000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ coverages. . 00 per occurrence to follow the primary 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 _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond $ $ $ $ $ .00 .00 .00 .00 .00 xxx Professional Liability $1.000.000 .00 N/A xxx 7. Thirty (30) days written cancellation notice required. xxx 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the Quote number and title VENDOR AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days aft roposal opening. Coastal Construction of Monroe. Inc. d/b/a Coastal Construction ComDanv Vendor Signature of Vendor SECTION VII - DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY - ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID 04 DATI! (r.tNIlD/YVYY) COASTI0 07/26/06 PRODU<:ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown , Brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERnFICATE 5900 N. Andrews Ave. 41300 HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR P.O. Box 5727 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Lauderdale FL 33310-5727 . Phone: 954-776-2222 Fax: 954-776-4446 INSURERS AFFORDING COVERAGE NAIC # t1SURED INSlFlER A: .>:1119-'J.8101 _l"rno 1ao. e..- 10701 Coastal Construction of Monroe INSl.flER B. IDe. dba INSlFlER c: coastal Construction c~an! ~59 Blue La~oon Drive-S e 00 INSUl:ER 0: ami FL 331 6 INSLRER E: COVERAGES J''-' TIE POLICIES ~ INSlJAA/'CE LISTED BELOW HAVE BEEN ISSUED TO TIE INSUREO NAMED ,o.aQVE FOR TIE POLICY PERIOD INDICATED. NOTWlTHSTANOING #tf REQUIREMENT. TERM OR C()II[)fTION OF ANY CONTRACT OR OTH:R DOCl.t.lENT WITH RESPECT TO WHICH lHlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. 1HE INSURANCE AFFORDED BY T1-E POLICIES DESCRIBED t-EREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS IWJ CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAlO CLAIMS. LTR INSRii TYPE OF INSURANCE POUCY Nl.IMBER DATI! (MMJODrtYi DATI! MMIllOIYYI UMml GENERAL LlABLrrY EACH OCCURRENCE $ I-- COMlERCIAL GENERAl. LIABILITY PREMISES lEa OCCll'ef1CeI $ I-- ~ CLAIMS MADE 0 OCClJl I-- I/IED EXP (Anyone persoo) $ ~ PE~ & I'DV IN..lRY , I-- GENERAl.. AGGREGATE $ GENt. AGGREGATE LIMIT .APPLIES PER: PRODUCTS - COIoPIOP AGG $ h POLICY n ~8T n LOC AUTOMOBILE LlA8LrrY COMBIIED SINGlE LIMIT ~ $ /lNY AUTO (Ea accident) - ALL O'MEO JVJTOS BOOIL Y IN.AJRY - , SCtEllLlEO JVJTOS (Per pers(I'I) - HIRED AUTOS BOOll Y INJURY - $ ~DAUTOS (Per accidort) - PROPERTY DAMAGE $ (Per acc;dortl Q,I,RA(;E UA8IUTY AUTO ON!. Y . EA ACCIDENT $ =i#tfAUTO OTH:R'THAN EA ACC $ AUTO eN. Y: AOO $ EllCESIIAlMIREI.LA LIABIJTY EACH OCClJRRENCE $ tJ OC~ o CLAIMS Mi\DE AGGREGATE $ $ R llEDOCTlBLE . $ RETENllON $ $ WORI<ERS COMPENSATION AND X IrORYLIMITS I IV& A EftI'LO'WERS' LIABIJTY 83020866 04/01/06 04/01/07 /lNY PROPRIETOR/PAR'TI'EFlIEXECUTlvE E.L. EACH ACCIDENT $ 1000000 OFFICERIt.EI.t3ER EXCLUDED'> E.L. DISEASE - EA El>f'LOYEE $ 1000000 =. d9sc1ibe I.nder I;CIAL PRQVISIONS. below H DISEASE - POLICY LIMIT $ 1000000 OTHER DESCRlP1ION OF OPERATIONS I LOCATIONS I VEHICLES f EXCLUSIONS ADDED BY ENDORSEMEHI' / SPECIAl. PROVISIONS *10 day notice of cancellation applie$ to non-payment of premium. CERTIFICATE HOLDER CANCELLATION MIAMJ:BE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATI! THEREOF, '!liE ISSUING tlSURER WLL ENDEAVOR TO MAIL "30 DAYS WRITTEN - City of Mi~ Beach NOTICE TO THE CERTIFICATI! HOlDER NAMED TO THE LEFT. BUT FALURE TO DO SO SHALL 1700 convention Center Drive "'OE NO OBLIGATION OR l.IABI.l1Y OF ANY KIND UPON '!liE INSURER. rrs AGENTS OR Miami Beach F.L 33139 REPRESENTATIVES. AUTHOR /#'1 SE~TIVE ..". "" , .'" . .- ... ACORD 25 (2001/0B} @ACORDCORPORATION1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ,- ACORD 25 (2OO1/08) ACORD;." CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 I DATE 07/25/2006 PRODIJCI!A 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willi. North Aaeric., Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR , 26 Celltury Blvel. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Na.hville, '1'N 372305191 INSURERS AFFORDING COVERAGE NAlct INSURED Coa.tal Con.tructioll of Honroe, :tile. INSlIRERA: Crua . For.ter S...cialtv :tllllUruce CDlDDU 44520-001 Attn. Kichelle Liauw INSURERB: Wau.au Underwriter. IllllUrallce C~aIlv 210U-00l 5959 Blue Lagooll Drive/2lld Ploor INSURERC: .llluricu -ire SUrnlu. Li.... In.urance C Hi ami , J'L 33121 35351-001 INSURERD: Lexinaton In.urance C""'anv UU7-002 I INSURERE: :tn.urance CQJIIDaIlV of tl1e State of PeJ1l1l1Vl 1.942'-001 COVERAGES THE POliCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POliCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POliCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IFfE TYPE 01' INSURANCE GENERAL UA8ILITY COMMERCIAl. GENERAL UABlLITY ClAIMS MADE [i] OCCUR POUCY NUMBER I MEDEXP PERSONAl. &NJV INJURY GENERALAGGREGATE PRODUCTS- COMP/OP AGG A GLO091156 B LOC ASJZ91437644016 5/15/2006 5/15/2007 COMIlINEDSINGLEUMIT lea 1ICdcIenl) S 1,000,000 BODl.VINJURY (Per person) s BOOll V INJURY (Pereccldent) s PROPERTY DAMAGE (Perecddenl) s GIlRAGIE UAIIILITY ANY AUTO OTHERTHAN AUTO ONLY: ALlTOONLY-EAACCIDENT S EAACC S AGG S S S S S S c UC~UAlllurr 6BX07611 X OCCUR 0 CLAIMS MADE 5/15/2006 5/15/2007 EACH OCCURRENCE AGGREGATE DEO\lCnBlE RETENT10N S WORKERSCOIIPENllATIOH AND EMPLOVIRI'LIMlUTY ANY PROPRIETORIPARTNERlEXECUTIVE OFFICERlMEMBER EXCLUDED? g~~NSbelllW 01lIER &xc... Liability T I Oi!lt E.L. EACH ACCIDENT S E.L DISEASE - EA EMPLOYEE S E.L DISEASE - POLICY UMfT S $15,000,000. &xc... of $5,000,000. Primary D B 5 5 8766830 2 5/15/2006 5 5/15/2007 DUCRII'TION OI'OPERATIOHSlLOCATIOIISlVEHlCLUIEXCLUSIOHS ADDED BY ENDORSEMEHTIIPEC~LPROVI8IONS CERTIFICATE HOLDER City of Xillllli Beach Building Department 1700 Convention Center Drive City Hall 2nd Floor Hi_i Beach, PI. 33139 CANCELLATION SHOULD ANY OF THE AIIOVE OESCR_ED POLICIU BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRlTnN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LDT, BUT FAILURE TO DO 110 SHALL IMPOsE NO OBLIGATION OR LlAlllurr OF ANY KIND UPON THE "'SURER,ITII AGENTS OR REPIU!lIENTATlVES. AU REPRESENTA ACORD 25 (2001/08) Col1:1697441 Tpl:496893 Cert:7549475 @ACORD CORPORA nON 1988 Page 2 o.f 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED. the poIicy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Coll:1697441 Tpl:496893 Cert:7549475 EXHIBIT VII AlE AGREEMENT 37 EXHIBIT VIII GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 EXHIBIT IX BEST VALUE AMENDMENT The Construction Manager agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. 39 EXHIBIT X PROPOSAL DOCUMENTS F:\CAPI\$aII\GRACE\General Project Info\Normandy Shores Clubhouse\Coastal Construction\Coastal Pre Construction Services Agreement Restroom Buildings 7-25-06.doc 40 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE F PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. See attached General Conditions of the Construction Contract 32 00800. GENERAL CONDITIONS: 1. Proiect Manual: 1.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 1.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when CONSULTANT may 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 of charge, of the Project Manual; two of which shall be preserved and always kept accessible to CONSULTANT and CONSULTANT's authorized representatives. Additional copies of the 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 governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by CONTRACTOR whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any govemmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and CONTRACTOR shall comply therewith. CITY shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. BID NO: XX-XX/XX DATE: 07/20/06 CITY OF MIAMI BEACH 1 00800. GENERAL CONDITIONS: 1. Proiect Manual: 1.1 . The Project Manual includes any general or special Contract conditions or specifications attached hereto. 1.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when CONSULTANT may 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 fumished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to CONSULTANT and CONSULTANT's authorized representatives. Additional copies of the 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 governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by CONTRACTOR whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and CONTRACTOR shall comply therewith. CITY shall have no duties other than those duties and obligations expreSSly set forth within the Contract Documents. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 1 3. Preliminarv Matters: 3.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, CONTRACTOR shall submit to CONSULTANT for CONSULTANT's review and acceptance: 3.1.1. A progress schedule in the indicated form: [ ] Bar Chart [ ] Modified CPM [ ] CPM [Xl Computerized CPM (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") The progress schedule shall indicate the start and completion dates of the various stages of the Work and shall show an activity network for the planning and execution of the Work. Included with the progress schedule shall be a narrative description of the progress schedule. The progress schedule must be updated monthly by CONTRACTOR, submitted as part of each Application for Payment and shall be acceptable to CONSULTANT. 3.1.2. A preliminary schedule of Shop Drawing submissions; and 3.1.3. In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by CONTRACTOR at the time of submission. [ ] Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 3.1.4. After award but prior to the submission of the 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 BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 2 3. Preliminarv Matters: 3.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, CONTRACTOR shall submit to CONSULTANT for CONSULTANT's review and acceptance: 3.1.1. A progress schedule in the indicated form: [ ] Bar Chart [ ] Modified CPM [ ] CPM [X] Computerized CPM (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") The progress schedule shall indicate the start and completion dates of the various stages of the Work and shall show an activity network for the planning and execution of the Work. Included with the progress schedule shall be a narrative description of the progress schedule. The progress schedule must be updated monthly by CONTRACTOR, submitted as part of each Application for Payment and shall be acceptable to CONSULTANT. 3.1.2. A preliminary schedule of Shop Drawing submissions; and 3.1.3. In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by CONTRACTOR at the time of submission. [ ] Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 3.1.4. After award but prior to the submission of the 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 BID NO: XX-XXJXX DATE: 07120/06 CITY OF MIAMI BEACH 2 CITY shall be responsible for the nonperformance by the utility owners. 3.2. At a time specified by CONSULTANT but before CONTRACTOR starts the work at the Project site, a conference attended by CONTRACTOR, CONSULTANT and others as deemed appropriate by Contract Administrator, will be held to discuss the schedules referred to in Section 3.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 3.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by CONTRACTOR, CONSULTANT and others, as appropriate, will be held to finalize the schedules submitted in accordance with Section 3.1. Within forty-five (45) days after the Project Initiation Date set forth in the Notice to Proceed, the CONTRACTOR shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for CONSULTANT review. The finalized progress schedule will be accepted by CONSULTANT only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by CITY or CONSULTANT of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on CONSULTANT or CITY responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to CONSULTANT as providing a workable arrangement for processing the submissions. The finalized schedule of values pursuant to Section 3.1.3 above must be acceptable to CONSULTANT as to form and substance. 4. Performance Bond and Payment Bond: Within fifteen (15) calendar days of being notified of the award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. BID NO: XX-XXIXX DATE: 07/1.0/06 CITY OF MIAMI BEACH 3 CITY shall be responsible for the nonperformance by the utility owners. 3.2. At a time specified by CONSULTANT but before CONTRACTOR starts the work at the Project site, a conference attended by CONTRACTOR, CONSULTANT and others as deemed appropriate by Contract Administrator, will be held to discuss the schedules referred to in Section 3.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 3.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by CONTRACTOR, CONSULTANT and others, as appropriate, will be held to finalize the schedules submitted in accordance with Section 3.1. Within forty-five (45) days after the Project Initiation Date set forth in the Notice to Proceed, the CONTRACTOR shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for CONSULTANT review. The finalized progress schedule will be accepted by CONSULTANT only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by CITY or CONSULTANT of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on CONSULTANT or CITY responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to CONSULTANT as providing a workable arrangement for processing the submissions. The finalized schedule of values pursuant to Section 3.1.3 above must be acceptable to CONSULTANT as to form and substance. 4. Performance Bond and Pavment Bond: Within fifteen (15) calendar days of being notified of the award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 3 4.1. Each Bond shall be in the amount of one hundred 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 all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 4.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that CONTRACTOR will, upon notification by CITY, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 4.3. Pursuant to the requirements of Section 255.05(1 lea), 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 and provide CITY with evidence of such recording. 4.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, CONTRACTOR may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such altemate forms of security shall be subject to the prior approval of CITY and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by CITY for one year after completion and acceptance of the Work. 5. Qualification of Surety 5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,OOO.OO): 5.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 5.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 4 y..... 4.1. Each Bond shall be in the amount of one hundred 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 all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 4.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that CONTRACTOR will, upon notification by CITY, correct any defective or faulty work or materials which appear within one year after Final Completion of 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 and provide CITY with evidence of such recording. 4.4. Alternate FOrm of Securitv: In lieu of a Performance Bond and a Payment Bond, CONTRACTOR may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter 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 as those applicable above and shall be held by CITY for one year after completion and acceptance of the Work. 5. Qualification of Suretv 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 do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 5.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 4 company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, 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 CITY will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however,. that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the CITY shall review and either accept or reject the surety company based on the financial information available to the CITY. A surety 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 amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratinas Cateaorv 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 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. For projects of $500,000.00 or less, CITY may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 5 company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111 ). Further, 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 CITY will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is publiShed quarterly by Intercom of the Office of the Florida Insurance Commissioner, the CITY shall review and either accept or reject the surety company based on the financial information available to the CITY. A surety 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 amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratinas Cateaorv 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class HI 5,000,001 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. For projects of $500,000.00 or less, CITY may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. BID NO: XX-XXIXX DATE: 07110/06 CITY OF MIAMI BEACH 5 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. 6. Indemnification 6.1 CONTRACTOR shall indemnify and hold harmless CITY, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require CONTRACTOR to indemnify CITY, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against CITY by reason of any such claim or demand, CONTRACTOR shall, upon written notice from CITY, resist and defend such action or proceeding by counsel satisfactory to CITY. 6.2 The indemnification provided above shall obligate CONTRACTOR to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at CITY's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against CITY whether performed by CONTRACTOR, or persons employed or utilized by CONTRACTOR. 7. Insurance Reouirements: 7.1. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 7.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 6 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. 6. Indemnification 6.1 CONTRACTOR shall indemnify and hold harmless CITY, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require CONTRACTOR to indemnify CITY, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against CITY by reason of any such claim or demand, CONTRACTOR shall, upon written notice from CITY, resist and defend such action or proceeding by counsel satisfactory to CITY. 6.2 The indemnification provided above shall obligate CONTRACTOR to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at CITY's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against CITY whether performed by CONTRACTOR, or persons employed or utilized by CONTRACTOR. 7. Insurance ReQuirements: 7.1. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 7.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: BID NO: XX-XX/XX DATE: 07120/06 CITY OF MIAMI BEACH 6 7.1.1 .1. ~l11ployers' LiabiHtYY'1it~.. a limit of Qn~L'MnliP#:P~II'r$ 111,()PO~OltQ,;QQ}091l~1'$($) each accident. 7.1.1.2. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act. 7.1.2.Comp~eh~nsiveG~r1eral > ~iability with minimum limits of PrlG l1/IJOip.i1ili;gQJJ~~:.r($~~Qg9,g90.9Q) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: [ X] 7.1.2.1. Premises and/or Operations. [X] 7.1.2.2. Independent Contractors. [X] 7.1.2.3. Products and/or Completed Operations for contracts over Fifty Thousand Dollars ($50,000.00) CONTRACTOR shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. [Xl 7.1.2.4. Explosion, Collapse and Underground Coverages. [ X] 7.1.2.5. Broad Form Property Damage. [X] 7.1.2.6. Broad Form Contractual Coverage applicable to this speCific Contract, induding any hold harmless and/or indemnification agreement. [ ] 7.1.2.7. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [ X] 7.1.2.8. CITY is to be expressly included as an Additional Insured with respect to liability arising out of operations performed for CITY by or on behalf of CONTRACTOR or acts or omissions of CONTRACTOR in connection with general supervision of such operation. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 7 7.1.1.1. (:mployers'. Liability \!Vith.. a limit of Q"~ljJO~i'lb.glJ~~ ($:~\QQQ,lQb~PQ) PQ!I~..s{$) each accident. 7.1 .1.2. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act. 7 .1.2,c;olT1prehensi~eGent!r~1 Liability with minimum limits ofQP'~ Mitn~tlgpU~~($1~PPP,POQ~OQ) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: [ X] 7.1.2.1. Premises and/or Operations. [X] 7.1.2.2. Independent Contractors. [X] 7.1.2.3. Products and/or Completed Operations for contracts _ over Fifty Thousand Dollars ($50,000.00) CONTRACTOR shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. [X] 7.1.2.4. Explosion, Collapse and 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 for Bodily Injury Liability and Property Damage Liability. [X] 7.1.2.8. CITY is to be expressly included as an Additional Insured with respect to liability 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 operation. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 7 7 .1.3'l3usin~ss Autom()bUe Liability with minimum limits of Q"~::MOIJ9f1 ()q"i;~,"$1ipQP:~PQQ;$9) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by 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' Non-Ownership. (Not Applicable to this bid) [ X ] 7.1.4. Builder's Risk insurance for the construction of and/or addition to aboveground buildings or structures is/is not required. The coverage shall be "All Risk" coverage for 100 percent of the completed value, covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 7.1.4.1. Waiver of Occupancy Clause or Warranty-Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), 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 provide 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 located within 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 Program. [ ] 7.1.5. Installation Floater for the installation of machinery and/or equipment into an existing structure is/is not required. The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value, H covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 8 7 .1.3.~usi~~~~ALJt()m9bile. }..iability with minimum limits of Q6i,MiOlQrl QQn'~':($1'~POOjOQ()~0'(.l} per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by 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' Non-Ownership. (Not Applicable to this bid) [X] 7.1.4. Builder's Risk insurance for the construction of and/or addition to aboveground buildings or structures is/is not required. The coverage shall be "All Risk" coverage for 100 percent of the completed value, covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 7.1.4.1. Waiver of Occupancy Clause or Warranty--Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), 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 provide 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 located within 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 Program. [ ] 7.1.5. Installation Floater for the installation of machinery and/or equipment into an existing structure is/is not required. The coverage shall be "All Risk" coverage including installation and transit for 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 claim. BID NO: XX-XX/XX DATE: 07120/06 CITY OF MIAMI BEACH 8 7.1.5.1. Cessation of Insurance--Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by CITY. 7.1.5.2. Flood Insurance--When the machinery or equipment is located within an identified special flood hazard area, flood 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 the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. 7.3. Notice of Cancellation and/or Restriction-The policy(ies) must be endorsed to provide CITY with at least thirty (30) days notice of cancellation and/or restriction. 7.4. CONTRACTOR shall furnish to the City's Risk Manager Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The 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. 8. Labor and Materials: 8.1. Unless otherwise provided herein, CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 8.2. CONTRACTOR shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 9 7.1.5.1. Cessation of Insurance--Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by CITY. 7.1.5.2. Flood Insurance--When the machinery or equipment is located within an identified special flood hazard area, flood 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 the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. 7.3. Notice of Cancellation and/or Restriction-The policy(ies) must be endorsed to provide CITY with at least thirty (30) days notice of cancellation and/or restriction. 7.4. CONTRACTOR shall fumish to the City's Risk Manager Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The 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. 8. Labor and Materials: 8.1. Unless otherwise provided herein, CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 8.2. CONTRACTOR shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 9 9. Rovalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 10. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent CONTRACTOR from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) CONTRACTOR being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) CONTRACTOR must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by CONTRACTOR, and providing that CONTRACTOR was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 11. Permits. Licenses and ImDact Fees: 11.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by CONTRACTOR pursuant to this Contract shall be secured and paid for by CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 11.2. Impact fees levied by the City andfor Miami-Dade County shall be paid by CONTRACTOR. CONTRACTOR shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to CONTRACTOR in no event shall include profit or overhead of CONTRACTOR. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 10 9. Rovalties and Patents: All fees, royalties, and claims for any invention. or pretended inventions, or patent of any article, material. arrangement, appliance. or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances. are hereby included in the prices stipulated in this Contract for said work. 10. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent CONTRACTOR from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) CONTRACTOR being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) CONTRACTOR must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by CONTRACTOR, and providing that CONTRACTOR was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 11. Permits. Licenses and Imoact Fees: 11.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by CONTRACTOR pursuant to this Contract shall be secured and paid for by CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 11.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by CONTRACTOR. CONTRACTOR shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to CONTRACTOR in no event shall include profit or overhead of CONTRACTOR. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 10 12. Resolution of Disoutes: 12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that CONSULTANT shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and CONSULTANT's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of CITY and 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 shall notify CITY and CONTRACTOR in writing of 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 nontechnical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, CONTRACTOR, CONSULTANT and CITY shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 12.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall partiCipate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 11 12. Resolution of Disoutes: 12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that CONSULTANT shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and CONSULTANT's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of CITY and 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 shall notify CITY and CONTRACTOR in writing of 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 nontechnical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, CONTRACTOR, CONSULTANT and CITY shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 12.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party Objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final.Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. BID NO: XX-XXIXX DATE: 07120106 CITY OF MIAMI BEACH 11 13. Insoection of Work: 13.1. CONSULTANT and CITY shall at all times have access to the Work, and CONTRACTOR shall provide proper facilities for such access and for inspecting, measuring and testing. 13.1.1. Should the Contract Documents, CONSULTANT's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, CONTRACTOR shall give CONSULTANT timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than CITY, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of CONSULTANT, it must, if required by CONSULTANT, be uncovered for examination and properly restored at CONTRACTOR's expense. 13.1.2. Reexamination of any of the Work may be ordered by CONSUL T ANT with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by CONTRACTOR. If such Work is found to be in accordance with the Contract Documents, CITY shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, CONTRACTOR shall pay such cost. 13.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the provisions of, the Contract Documents nor 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. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by CONTRACTOR to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of CONTRACTOR will constitute a breach of this Contract. 14. Suoerintendence and Suoervision: 14.1. The orders of CITY are to be given through CONSULTANT, which instructions are to be strictly and promptly followed in every case. CONTRACTOR shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 12 13. Insoection of Work: 13.1. CONSULTANT and CITY shall at all times have access to the Work, and CONTRACTOR shall provide proper facilities for such access and for inspecting, measuring and testing. 13.1.1. Should the Contract Documents, CONSULTANT's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, CONTRACTOR shall give CONSULTANT timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than CITY, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of CONSULTANT, it must, if required by CONSULTANT, be uncovered for examination and properly restored at CONTRACTOR's expense. 13.1.2. Reexamination of any of the Work may be ordered by CONSULTANT with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by CONTRACTOR. If such Work is found to be in accordance with the Contract Documents, CITY shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, CONTRACTOR shall pay such cost. 13.2. Inspectors shall have no authority to penn it deviations from, nor to relax any of the provisions of, the Contract Documents nor to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written pennission or instruction of CONSULTANT. 13.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by CONTRACTOR to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of CONTRACTOR will constitute a breach of this Contract. 14. Suoerintendence and Suoervision: 14.1. The orders of CITY are to be given through CONSULTANT, which instructions are to be strictly and promptly followed in every case. CONTRACTOR shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 12 assistants, all satisfactory to CONSULTANT. The superintendent shall not be changed except with the written consent of CONSULTANT, unless the superintendent proves to be unsatisfactory to CONTRACTOR and ceases to be in its employ. The superintendent shall represent CONTRACTOR and all directions given to the superintendent shall be as binding as if given to CONTRACTOR and will be confirmed in writing by CONSULTANT upon the written request of CONTRACTOR. CONTRACTOR shall give efficient supervision to the Work, using its best skill and attention. 14.2. Daily, CONTRACTOR's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of , CONSULTANT, regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by CITY and CONSULTANT. 14.3. The Contract Administrator, CONTRACTOR and CONSULTANT shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed 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 any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be CONTRACTOR's duty to 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, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 13 assistants, all satisfactory to CONSULTANT. The superintendent shall not be changed except with the written consent of CONSULTANT, unless the superintendent proves to be unsatisfactory to CONTRACTOR and ceases to be in its employ. The superintendent shall represent CONTRACTOR and all directions given to the superintendent shall be as binding as if given to CONTRACTOR and will be confirmed in writing by CONSULTANT upon the written request of CONTRACTOR. CONTRACTOR shall give efficient supervision to the Work, using its best skill and attention. 14.2. Daily, CONTRACTOR's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of , CONSULTANT, regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by CITY and CONSULTANT. 14.3. The Contract Administrator, CONTRACTOR and CONSULTANT shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed 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 any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be CONTRACTOR's duty to 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, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 13 15. CITY's Riaht to Terminate Contract: 15.1. If CONTRACTOR fails to begin the Work within fifteen (15) calendar days after the 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 perform the Work unsuitably, 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 any material term set forth in the Contract Documents or if CONTRACTOR shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to CONTRACTOR and its Surety of such delay, neglect or default, specifying the same. If CONTRACTOR, within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then CITY may upon written certificate from CONSULTANT of the fact of 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 Work out of the hands of CONTRACTOR, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In 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 for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project in an acceptable manner. .A11 damages, costs and charges incurred 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 and expenses so incurred by CITY shall exceed the unpaid balance, then CONTRACTOR shall be liable and shall pay to CITY the amount of said excess. 15.2. If after notice of termination of CONTRACTOR's right to proceed, it is determined for any reason that CONTRACTOR was not in default, the rights and obligations of CITY and CONTRACTOR shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 14 15. CITY's Richt to Terminate Contract: 15.1. If CONTRACTOR fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers alid equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, 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 any material term set forth in the Contract Documents or if CONTRACTOR shall become insolvent or be decfared bankrupt. or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to CONTRACTOR and its Surety of such delay, neglect or default, specifying the same. If CONTRACTOR, within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then CITY may upon written certificate from CONSULTANT of the fact of 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 Work out of the hands of CONTRACTOR, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, CONTRACTOR shall not be entitled to receive any furtner payment until the Project is completed. In addition CITY may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred 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 and expenses so incurred by CITY shall exceed the unpaid balance, then CONTRACTOR shall be liable and shall pay to CITY the amount of said excess. 15.2. If after notice of termination of CONTRACTOR's right to proceed, it is determined for any reason that CONTRACTOR was not in default, the rights and obligations of CITY and CONTRACTOR shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 14 15.3. This Contract may be terminated for convenience in writing by CITY upon ten (10) days written notice to CONTRACTOR (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, CONTRACTOR shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No 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 Termination directs otherwise and deliver or otherwise make available to CITY all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 16. CONTRACTOR's Riaht to StoD Work or Terminate Contract: Should CONSULTANT fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if CITY fails either to pay CONTRACTOR within thirty (30) days after presentation by CONSULTANT of any sum certified by CONSULTANT, or to notify CONTRACTOR and CONSULTANT in writing of any objection to the Application for Payment, then CONTRACTOR may, give written notice to CITY and CONSULTANT of such delay, neglect or default, specifying the same. If CITY or CONSULTANT (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is basecl, then CONTRACTOR may stop work or terminate this Contract and recover from CITY payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by CITY to an Application for Payment shall be submitted to CONSULTANT in accordance with the provisions of Article 12 hereof. 17. Assianment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall CONTRACTOR assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 15 15.3. This Contract may be terminated for convenience in writing by CITY upon ten (10) days written notice to CONTRACTOR (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, CONTRACTOR shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No 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 Termination directs otherwise and deliver or otherwise make available to CITY all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 16. CONTRACTOR's Riaht to Stoe Work or Terminate Contract: Should CONSULTANT fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if CITY fails either to pay CONTRACTOR within thirty (30) days after presentation by CONSULTANT of any sum certified by CONSULTANT, or to notify CONTRACTOR and CONSULTANT in writing of any objection to the Application for Payment, then CONTRACTOR may, give written notice to CITY and CONSULTANT of such delay, neglect or default, specifying the same. If CITY or CONSULTANT (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then CONTRACTOR may stop work or terminate this Contract and recover from CITY payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by CITY to an Application for Payment shall be submitted to CONSULTANT in accordance with the provisions of Article 12 hereof. 17. Assianment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall CONTRACTOR assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH IS 18. Riahts of Various Interests: Whenever work being done by CITY's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 19. Differina Site Conditions: In the event that during the course of the Work CONTRACTOR encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, CONTRACTOR, without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify CITY and CONSULTANT in writing of the existence of the aforesaid conditions. CONSULTANT and CITY shall, within two (2) business days after receipt of CONTRACTOR's written notice, investigate the site conditions identified by CONTRACTOR. If, in the sole opinion of CONSULTANT, the conditions do materially so differ and cause an increase or decrease in CONTRACTOR's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, CONSULTANT shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If CITY and CONTRACTOR cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to CONSULTANT for determination in accordance with the provisions of Article 12. Should CONSULTANT determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, CONSULTANT shall so notify CITY and CONTRACTOR in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by CONTRACTOR for an equitable adjustment to the Contract under this provision shall be allowed unless CONTRACTOR has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by CONSULTANT as the date of substantial completion. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 16 18. -Riahts of Various Interests: Whenever work being done by CITY's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 19. Differina Site Conditions: In the event that during the course of the Work CONTRACTOR encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, CONTRACTOR, without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify CITY and CONSULTANT in writing of the existence of the aforesaid conditions. CONSULTANT and CITY shall, within two (2) business days after receipt of CONTRACTOR's written notice, investigate the site conditions identified by CONTRACTOR. If, in the sole opinion of CONSULTANT, the conditions do materially so differ and cause an increase or decrease in CONTRACTOR's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, CONSULTANT shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If CITY and CONTRACTOR cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to CONSULTANT for determination in accordance with the provisions of Article 12. Should CONSUL T ANT determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, CONSULTANT shall so notify CITY and CONTRACTOR in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by CONTRACTOR for an equitable adjustment to the Contract under this provision shall be allowed unless CONTRACTOR has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by CONSULTANT as the date of substantial completion. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 16 20. Plans and Workina Drawinas: CITY, through CONSULTANT, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govem. 21. CONTRACTOR to Check Plans. Soecifications and Data: CONTRACTOR shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from CONSULTANT, and shall notify CONSULTANT of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by CONSULTANT. CONTRACTOR shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless CONTRACTOR recognized such error, omission or discrepancy and knowingly failed to report it to CONSULTANT. 22. CONTRACTOR's Resoonsibilitv for Damaaes and Accidents: 22.1. CONTRACTOR shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by CITY, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 22.2. CONTRACTOR shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by CITY, CONTRACTOR shall replace same without cost to CITY, except as provided in Article 29. 23. Warranty: lJ'-'" CONTRACTOR warrants to CITY that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by CONSULTANT, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 17 20. Plans and Workina Drawings: CITY, through CONSULTANT, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 21. CONTRACTOR to Check Plans. Seecifications and Data: CONTRACTOR shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from CONSULTANT, and shall notify CONSULTANT of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by CONSULTANT. CONTRACTOR shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless CONTRACTOR recognized such error, omission or discrepancy and knowingly failed to report it to CONSULTANT. 22. CONTRACTOR's Reseonsibilitv for Damaaes and Accidents: 22.1. CONTRACTOR shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by CITY, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 22.2. CONTRACTOR shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and'supplies are lost, stolen, damaged or destroyed prior to final acceptance by CITY, CONTRACTOR shall replace same without cost to CITY, except as provided in Article 29. 23. Warrantv: ."- CONTRACTOR warrants to CITY that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by CONSULTANT, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. BID NO: XX-XX/XX DATE: 07120/06 CITY OF MIAMI BEACH 17 24. Supolementary Drawinas: 24.1. When, in the opinion of CONSULTANT, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any 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 or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 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 correct all defective work or remove such defective work and replace it with nondefective work. CONTRACTOR shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 25.2. Should CONTRACTOR fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by CONSULTANT, CITY shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at CONTRACTOR's expense. Any expense incurred by CITY in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to CONTRACTOR, or may be charged against the Performance Bond. In the event of failure of CONTRACTOR to make all necessary repairs promptly and fully, CITY may declare CONTRACTOR in default. 25.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR, after receipt of written notice from CITY, shall promptly correct such defective or nonconforming Work within the time specified by CITY without cost to CITY, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which CONTRACTOR might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 18 24. Suoolementarv Drawinas: 24.1. When, in the opinion of CONSULTANT, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any 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 or more than the original quantities of work, . appropriate adjustments shall be made by Change Order. 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 correct all defective work or remove such defective work and replace it with nondefective work. CONTRACTOR shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 25.2. Should CONTRACTOR fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by CONSULTANT, CITY shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at CONTRACTOR's expense. Any expense incurred by CITY in making such removals,corrections or repairs, shall be paid for out of any monies due or which may become due to CONTRACTOR, or may be charged against the Performance Bond. In the event of failure of CONTRACTOR to make all necessary repairs promptly and fully, CITY may declare CONTRACTOR in default. 25.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR, after receipt of written notice from CITY, shall promptly correct such defective or nonconforming Work within the time specified by CITY without cost to CITY, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which CONTRACTOR might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. BID NO: XX-XX/XX DATE: 07120/06 CITY OF MIAMI BEACH 18 25.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate CITY to final acceptance. 26. Taxes CONTRACTOR shall pay all applicable sales, consumer, use and other taxes required by law. 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 may have a reasonable objection. CONTRACTOR shall not be required to employ any subcontractor against whom CONTRACTOR has a reasonable objection. 27.2. CONTRACTOR shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable 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 any contractual relationship between any subcontractor and CITY or any obligation on the part of CITY to payor to see the payment of any monies due any subcontractor. 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 and conditions of the Contract Documents for the benefit of CITY. ...~ [] 27.4. CONTRACTOR shall perform the Work with its own organization. amounting to not less than % percent of the Contract Price. 28. Separate Contracts: 28.1. CITY reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 28.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any other persons, CONTRACTOR shall inspect BID NO: XX~XXIXX DATE: 07/20106 CITY OF MIAMI BEACH 19 25.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate CITY to final acceptance. 26. Taxes CONTRACTOR shall pay all applicable sales, consumer, use and other taxes required by law. 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 may have a reasonable objection. CONTRACTOR shall not be required to employ any subcontractor against whom CONTRACTOR has a reasonable objection. 27.2. CONTRACTOR shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable 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 any contractual relationship between any subcontractor and CITY or any obligation on the part of CITY to payor to see the payment of any monies due any subcontractor. 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 and conditions of the Contract Documents for the benefit of CITY. [] 27.4. CONTRACTOR shall perform the Work with its own organization, amounting to not less than % percent of the Contract Price. 28. Seoarate Contracts: 28.1. CITY reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 28.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any other persons, CONTRACTOR shall inspect BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 19 and promptly report to CONSULTANT any defects in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for 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. CONTRACTOR shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. 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 and shall at once report to CONSULTANT any 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 its 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 an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost 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 completed or partially completed portions of the Project, the following shall occur: 29.2.1. CITY shall give notice to CONTRACTOR in writing at least thirty (30) calendar days prior to CITY's intended occupancy of a designated area. 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. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 20 and promptly report to CONSULTANT any defects in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for 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. CONTRACTOR shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. 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 and shall at once report to CONSULTANT any discrepancy between the executed work and the requirements of the Contract Documents. 29. Use of Comoleted Portions: - 29.1. CITY shall have the right at its 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 an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost 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 completed or partially completed portions of the Project, the following shall occur: 29.2.1. CITY shall give notice to CONTRACTOR in writing at least thirty (30) calendar days prior to CITY's intended occupancy of a designated area. - 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. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 20 29.2.3. Upon CONSULTANT's issuance of a Certificate of Substantial Completion, CITY will assume full responsibility for maintenance, utilities, subsequent damages of CITY and public, adjustment of insurance coverages and start of warranty for the occupied area. 29.2.4. CONTRACTOR shall complete all items noted on the Certificate of Substantial Completion within the time specified by CONSULTANT on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, CONSULTANT shall issue 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 shall not commence prior 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 to 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 insurance company or companies to such occupancy or use shall not be unreasonably withheld. 30. Lands for Work: 30.1. CITY shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by CITY or the use of CONTRACTOR. 30.2. CONTRACTOR shall provide, at CONTRACTOR's own expense and without liability to CITY, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. CONTRACTOR shall fumish to CITY copies of written permission obtained by CONTRACTOR from the owners of such facilities. 31. Leaal 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 not to BID NO: XX-XXJXX DATE: 07120/06 CITY OF MIAMI BEACH 21 29.2.3. Upon CONSULTANT's issuance of a Certificate of Substantial Completion, CITY will assume full responsibility for maintenance, utilities, subsequent damages of CITY and public, adjustment of insurance coverages and start of warranty for the occupied area. 29.2.4. CONTRACTOR shall complete all items noted on the Certificate of Substantial Completion within the time specified by CONSULTANT on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, CONSULTANT shall issue 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 shall not commence prior 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 to 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 insurance company or companies to such occupancy or use shall not be unreasonably withheld. 30. Lands for Work: 30.1. CITY shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by CITY or the use of CONTRACTOR. - 30.2. CONTRACTOR shall provide, at CONTRACTOR's own expense and without liability to CITY, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. CONTRACTOR shall furnish to CITY copies of written permission obtained by CONTRACTOR from the owners of such facilities. 31. Lecal 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 not to BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 21 close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 32. Location and DamaQe to ExistinQ Facilities. EQuicment or Utilities: 32.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, CITY does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the CONTRACTOR S responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 32.2. The CONTRACTOR shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility companies for temporary support of its utilities shall be paid for by the CONTRACTOR. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the CONTRACTOR for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 32.3. The CONTRACTOR shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The CONTRACTOR shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the CONTRACTOR for any loss of time or delay. - 32.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the CONTRACTOR. All such repairs made by the CONTRACTOR are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 22 close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 32. Location and OamaQe to ExistinQ Facilities. EQuipment or Utilities: 32.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, CITY does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the CONTRACTOR S responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 32.2. The CONTRACTOR shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the , CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility companies for temporary support of its utilities shall be paid for by the CONTRACTOR. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the CONTRACTOR for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 32.3. The CONTRACTOR shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The CONTRACTOR shall coordinate its activities with any and all publiC and private utility providers occupying the . right-of-way. No compensation will be paid to the CONTRACTOR for any loss of time or delay. 32.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the CONTRACTOR. All such repairs made by the CONTRACTOR are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 22 33. Value Enaineerina: CONTRACTOR may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to CONSULTANT in writing. CONSULTANT will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without CONSULTANT's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by CONSULTANT shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, CONTRACTOR agrees to pay directly to CONSULTANT all CONSULTANT's fees and charges related to CONSULTANT's review of the request for substitution, whether or not the request for substitution is accepted by CONSULTANT. Any substitution submitted by CONTRACTOR must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including CONSULTANT review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between CONTRACTOR and CITY and shall be processed as a deductive Change Order. CITY may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 34. Continuina the Work: CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with CITY, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. ..- 35. Chanaes in the Work or Terms of Contract Documents: 35.1. Without invalidating the Contract and without notice to any surety CITY reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 35.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 23 33. Value Enaineerina: CONTRACTOR may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to CONSULTANT in writing. CONSULTANT will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without CONSUL T ANT's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by CONSULTANT shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, CONTRACTOR agrees to pay directly to CONSULTANT all CONSULTANT's fees and charges related to CONSULTANT's review of the request for substitution, whether or not the request for substitution is accepted by CONSULTANT. Any substitution submitted by CONTRACTOR must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including CONSULTANT review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between CONTRACTOR and CITY and shall be processed as a deductive Change Order. CITY may require CONTRACTOR to fumish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 34. Continuim;l the Work: CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with CITY, including disputes or disagreements conceming a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 35. Chances in the Work or Terms of Contract Documents: - 35.1. Without invalidating the Contract and without notice to any surety CITY reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 35.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 23 such change. This section shall not prohibit the issuance of Change Orders executed only by CITY as hereinafter provided. 36. Field Orders and Supplemental Instructions: 36.1. The Contract Administrator, through CONSULTANT, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 36.2. CONSULTANT shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 37. Chance Orders: 37.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the CITY. 37.2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 37.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time; and a Change Order has not been issued, CITY reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to CONSULTANT as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by CITY, CONTRACTOR shall promptly proceed with the change in the Work involved and advise the CONSULTANT and Contract Administrator in writing within seven (7) calendar days of CONTRACTOR's agreement or disagreement with the BID NO: XX-XXIXX DATE: 07/20106 CITY OF MIAMI BEACH 24 such change. This section shall not prohibit the issuance of Change . Orders executed only by CITY as hereinafter provided. 36. Field Orders and Suoolemental Instructions: 36.1. The Contract Administrator, through CONSULTANT, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 36.2. CONSULTANT shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 37. Chanae Orders: 37.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the CITY. 37.2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 37.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, CITY reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to CONSULTANT as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by CITY, CONTRACTOR shall promptly proceed with the change in the Work involved and advise the CONSULTANT and Contract Administrator in writing within seven (7) calendar days of CONTRACTOR's agreement or disagreement with the BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 24 method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 37.4. On approval of any Contract change increasing the Contract Price, CONTRACTOR shall ensure that the performance bond and 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 Chance Order Work: 38.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 38.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved, subject to the provisions of Section 38.7. 38.1.2. By mutual acceptance of a lump sum which CONTRACTOR and CITY acknowledge contains a component for overhead and profit. 38.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a CONTRACTOR's fee for 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 and paid by CONTRACTOR in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by CITY, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 38.3. 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 of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on BID NO: XX-XX/XX CITY OF MIAMI BEACH DATE: 07120/06 25 method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 37.4. On approval of any Contract change increasing the Contract Price, CONTRACTOR shall ensure that the performance bond and 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 Chanae Order Work: 38.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 38.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved, subject to the provisions of Section 38.7. .... 38.1.2. By mutual acceptance of a lump sum which CONTRACTOR and CITY acknowledge contains a component for overhead and profit. 38.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a CONTRACTOR's fee for 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 and paid by CONTRACTOR in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by CITY, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not indude any of the costs itemized in Section 38.3. 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 of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 25 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 working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by CITY. 38.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and 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 may 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 and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 38.2.3. Payments made by CONTRACTOR to Subcontractors for work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to CITY who 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 of the Contract Documents insofar as applicable. 38.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120106 26 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 working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by CITY. 38.2.2. Cost of all materials and equipment fumished and incorporated in the work, including costs of transportation and 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 may 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 and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 38.2.3. Payments made by CONTRACTOR to Subcontractors for work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to CITY who 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 of the Contract Documents insofar as applicable. 38.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 26 employed for services specifically related to the performance of the work described in the Change Order. 38.2.5. Supplemental costs including the following: 38.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the work. except for local travel to and from the site of the work.. 38.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, applian- ces, office and temporary facilities at the site and hand tools not 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, or similar taxes related to the work, and 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 for permits and licenses. 38.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 38.2~5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 38.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work.. 38.3. The term "cost of the work" shall not include any of the following: 38.3.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 27 employed-for services specifically related to the performance of the work described in the Change Order. 38.2.5. Supplemental costs including the following: 38.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 38.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, applian- ces, office and temporary facilities at the site and hand tools not 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, or similar taxes related to the work, and 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 for permits and licenses. 38.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 38.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 38.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 38.3. The term "cost of the work" shall not include any of the following: 38.3.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and BID NO: XX-XX/XX CITY OF MIAMI BEACH DATE: 07120/06 27 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 and not specifically included in the agreed-upon schedule of job classifications referred to in Section 38.2.1., all of which are to be considered administrative costs covered by CONTRACTOR's fee. 38.3.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 38.3.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the work and charges against CONTRACTOR for delinquent 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 and 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, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 38.3.6. Other overhead or general expense costs of any kind and the cost of any 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 can be agreed upon, 38.4.2. A fee based on the following percentages of the various portions of 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 BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 28 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 and not specifically included in the agreed-upon schedule of job classifications referred to in Section 38.2.1., all of which are to be considered administrative costs covered by CONTRACTOR's fee. 38.3.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 38.3.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the work and charges against CONTRACTOR for delinquent 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 and 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, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. .......... 38.3.6. Other overhead or general expense costs of any kind and the cost of any 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 can be agreed upon, 38.4.2. A fee based on the following percentages of the various portions of 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 BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 28 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 No 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 amount of credit to be allowed by CONTRACTOR to CITY for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in anyone change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. 38.4.2.3. 38.6. Whenever the cost of any work is to be determined pursuant to Sections 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 quantity of any item of the Work that is covered by a unit price is increased or decreased by more than 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-in-cost, CONTRACTOR shall submit an initial cost estimate acceptable to CONSULTANT and 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 the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 29 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 No 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 amount of credit to be allowed by CONTRACTOR to CITY for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in anyone change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. 38.4.2.3. 38.6. Whenever the cost of any work is to be determined pursuant to Sections 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 quantity of any item of the Work that is covered by a unit price is increased or decreased by more than 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-in-cost, CONTRACTOR shall submit an initial cost estimate acceptable to CONSULTANT and 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 the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 29 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 be made by written notice by CONTRACTOR to the Contract Administrator and to CONSULTANT within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. 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 and 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 written notarized statement that the adjustment claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is entitled as a result of the occurrence of 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 AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT 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 and through no fault or negligence of CONTRACTOR if a claim is made therefor 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. 40. No Damaaes for Delav: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against CITY by reason of any delays except as provided herein. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from CITY for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for actual delays due solely to fraud, bad faith or active interference on the part of CITY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 30 39. Notification and Claim for Chance of Contract Time or Contract Price: 39.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by CONTRACTOR to the Contract Administrator and to CONSULTANT within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. 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 and 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 written notarized statement that the adjustment claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is entitled as a result of the occurrence of 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 AND SPECIFICAllY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHAll BE WAIVED IF NOT 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 and through no fault or negligence of CONTRACTOR if a claim is made therefor 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. 40. No Damaoes for Delav: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against CITY by reason of any delays except as provided herein. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from CITY for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited' to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for actual delays due solely to fraud, bad faith or active interference on the part of CITY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to BID NO: XX-XXIXX DATE: 07120106 CITY OF MIAMI BEACH 30 extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 41. Excusable Delav: 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 for any time extension 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 conclusively to constitute a waiver, abandonment or relinquishment of any and all 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 (i) the delay extends the Contract Time, (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 and agree that the amount of CONTRACTOR's precise actual indirect costs for 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 CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 31 extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 41. Excusable Delav: 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 for any time extension 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 conclusively to constitute a waiver, abandonment or relinquishment of any and all 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 (i) the delay extends the Contract Time, (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 and agree that the amount of CONTRACTOR's precise actual indirect costs for 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 CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 31 bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. The amount of liquidated indirect costs recoverable shall be N/A per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the CITY or CONSULTANT, or (ii) 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 Comoletion: When CONTRACTOR considers that the Work, or a portion thereof designated by CITY pursuant to Article 29 hereof, has reached Substantial Completion, CONTRACTOR shall so notify CITY and CONSULTANT in writing. CONSULTANT and CITY shall then promptly inspect the Work. When CONSULTANT, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 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 yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of CONTRACTOR to complete all of the Work 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 Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to CITY through the Contract Administrator and CONTRACTOR for their written acceptance of the responsibilities assigned to them in such Certificate. 43. No Interest: Any monies not paid by CITY when claimed to be due to CONTRACTOR under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of CITY's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 32 bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. The amount of liquidated indirect costs recoverable shall be N/A per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the CITY or CONSULTANT, or (ii) 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 Comoletion: When CONTRACTOR considers that the Work, or a portion thereof designated by CITY pursuant to Article 29 hereof, has reached Substantial Completion, CONTRACTOR shall so notify CITY and CONSULTANT in writing. CONSULTANT and CITY shall then promptly inspect the Work. When CONSULTANT, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 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 yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of CONTRACTOR to complete all of the Work 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 Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to CITY through the Contract Administrator and CONTRACTOR for their written acceptance of the responsibilities assigned to them in such Certificate. 43. No Interest: Any monies not paid by CITY when claimed to be due to CONTRACTOR under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of CITY's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 32 Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 44. Shoo Drawinas: 44.1. CONTRACTOR shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, 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 Initiation Date specified in the Notice to Proceed, CONTRACTOR shall submit to CONSULTANT a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by CONSULTANT shall in no way relieve CONTRACTOR from submitting complete Shop Drawings and 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, and suppliers. CONTRACTOR shall indude all shop drawings and other submittals in its certification. 44.4. CONTRACTOR shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval 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 approve Shop Drawings within twenty- one (21) calendar days from the date received, unless said Drawings are rejected by CONSULTANT for material reasons. CONSULTANrs approval of Shop Drawings will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by CONSULTANT. Approval shall not relieve CONTRACTOR from responsibility for errors or omissions of any sort on the Shop Drawings. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 33 Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 44. ShOD Drawinas: 44.1. CONTRACTOR shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, 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 Initiation Date specified in the Notice to Proceed, CONTRACTOR shall submit to CONSULTANT a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by CONSULTANT shall in no way relieve CONTRACTOR from submitting complete Shop Drawings and 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, and suppliers. CONTRACTOR shall include all shop drawings and other submittals in its certification. 44.4. CONTRACTOR shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval 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. CONSUL T ANT shall review and approve Shop Drawings within twenty- one (21) calendar days from the date received, unless said Drawings are rejected by CONSULTANT for material reasons. CONSULTANT's approval of Shop Drawings will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by CONSULTANT. Approval shall not relieve CONTRACTOR from responsibility for errors or omissions of any sort on the Shop Drawings. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 33 44.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to CONSULTANT along with its comments as to compliance, noncompliance, or features requiring special attention. 44.8. If 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 in~. 44.9. CONTRACTOR shall submit the number of copies required by CONSULTANT. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 44.10. CONTRACTOR shall keep one set of Shop Drawings marked with CONSULTANT's approval at the job site at all times. 45. Field Lavout of the Work and Record Drawinas: 45.1. The entire responsibility for establishing and maintaining line and 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, hand holes, fittings and the like and shall prepare 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. All record drawings shall be made on reproducible paper and shall be delivered to CONSULTANT prior to, and as a condition of, final payment. 45.2. CONTRACT9R 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 all 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 for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 34 44.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibil.ity to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to CONSULTANT along with its comments as to compliance, noncompliance, or features requiring special attention. 44.8. If 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 submit the number of copies required by CONSULTANT. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 44.10. CONTRACTOR shall keep one set of Shop Drawings marked with CONSUL TANrs approval at the jOb site at all times. 45. Field Lavout of the Work and Record Drawinas: 45.1. The entire responsibility for establishing and maintaining line and 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, hand holes, fittings and the like and shall prepare 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. All record drawings shall be made on reproducible paper and 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 all 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 for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. BID NO: XX-XXIXX DATE: 07/20/06 CITY OF MIAMI BEACH 34 45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to CITY, CONTRACTOR's record drawings or as-built drawings acceptable to CONSULTANT. 46. Safetv and Protection: 46.1. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 46.1.1. All employees on the work site and 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 Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 46.2. CONTRACTOR shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage. injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of 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 or anyone for 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 and CONSULTANT has issued a notice to CITY and 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 unless otherwise designated in writing by CONTRACTOR to CITY. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 35 45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to CITY, CONTRACTOR's record drawings or as-built drawings acceptable to CONSULTANT. 46. Safety and Protection: 46.1. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 46.1.1 . All employees on the work site and 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 Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 46.2. CONTRACTOR shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of 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 or anyone for 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 and CONSULTANT has issued a notice to CITY and 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 unless otherwise designated in writing by CONTRACTOR to CITY. BID NO: XX-XXlXX DATE: 07/20/06 CITY OF MIAMI BEACH 3S [X] 47. Final Bill of Materials: CONTRACTOR shall be required to submit to CITY and CONSULTANT a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR submits the final bill of materials and CONSULTANT verifies the accuracy of the units of Work. 48. Payment bv CITY for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by CONSULTANT shall be borne by CITY and performed by a testing firm chosen by CONSULTANT. For road construction projects the procedure for making tests required by CONSULTANT will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR fails shall be paid for by CONTRACTOR. 49. Proiect Sian: Any requirements for a project sign shall be as set forth within the Technical Specifications section. 50. Hurricane Precautions: 50.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane waming or alert, the CONTRACTOR, at no cost to the CITY, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the CITY or CONSULTANT has given notice of same. 50.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 50.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General 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, BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120106 36 [X] 47. Final Bill of Materials: CONTRACTOR shall be required to submit to CITY and CONSULTANT a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR submits the final bill of materials and CONSULTANT verifies the accuracy of the units of Work. 48. Pavment bv CITY for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by CONSULTANT shall be borne by CITY and performed by a testing firm chosen by CONSULTANT. For road construction projects the procedure for making tests required by CONSULTANT will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR fails shall be paid for by CONTRACTOR. 49. Proiect Sign: Any requirements for a project sign shall be as set forth within the Technical Specifications section. 50. Hurricane Precautions: 50.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the CONTRACTOR, at no cost to the CITY, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the CITY or CONSULTANT has given notice of same; 50.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 50.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General 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, BID NO: XX-XXIXX CITY OF MIAMI BEACH DATE: 07120/06 36 excusable delay, and shall not give rise to a claim for compensable delay. 51. Clean in a Uo: City's Riaht to Clean Uo: CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all its waste materials and 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 CONTRACTOR and separate contractors as to their responsibility for cleaning up, CITY may clean up and charge the cost thereof to the contractors responsible therefor as CONSULTANT shall determine to be just. 52. Removal of Eauioment: In case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by CITY, shall promptly remove any part or all of CONTRACTOR's equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR. 53. Nondiscrimination. Eaual Emolovment Oooortunity. and Americans with Disabilities Act: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions .of the Americans with Disabilities Act (ADA) in the course of providing any services funded by CITY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative 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, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. CONTRACTOR shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 37 excusable delay, and shall not give rise to a claim for compensable delay. 51. Cleanina Uo: Citv's Riaht to Clean Uo: CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all its waste materials and 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 CONTRACTOR and separate contractors as to their responsibility for cleaning up, CITY may clean up and charge the cost thereof to the contractors responsible therefor as CONSUL T ANT shall determine to be just. 52. Removal of Eauioment: In case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by CITY, shall promptly remove any part or all of CONTRACTOR's equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR. 53. Nondiscrimination. Eaual Emolovment Oooortunitv. and Americans with Disabilities Act: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by CITY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative 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, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. CONTRACTOR shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. BID NO: XX-XXIXX DATE: 07/20106 CITY OF MIAMI BEACH 37 54. Proiect Records: CITY shall have the right to inspect and copy, at CITY's expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall retain and make available to CITY all 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 Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon seventy-two (72) hours written notice. BID NO: XX-XXIXX DATE: 071.Z0/06 CITY OF MIAMI BEACH 38 54. Proiect Records: CITY shall have the right to inspect and copy, at CITY's expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall retain and make available to CITY all 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 Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide CITY access to its . books and records upon seventy-two (72) hours written notice. BID NO: XX-XXIXX DATE: 07120/06 CITY OF MIAMI BEACH 38 Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE G PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. See Attached Insurance and other Sworn Affidavits. 33 Escalante, Grace Page 1 of 1 From: Leonard, Clifton Sent: Wednesday, July 19, 2006 8:45 AM To: Escalante, Grace Subject: RE: Normandy Shores Golf Course This is approved. Print a copy of this email and attach to the certificate. Cliff - From: Escalante, Grace Sent: Wednesday, July 19, 2006 7:37 AM To: Leonard, Clifton - SUbject: FW: Normandy Shores Golf Course See certificates of Insurance for Architeknics for the Normandy Shores Facilities. From: Ramon G. Perez -Alonso [mailto:Ramon@architeknics.com] Sent: Tuesday, July 18, 2006 6:32 PM - To: Escalante, Grace Cc: Lourdes Rodriguez SUbject: Normandy Shores Golf Course Grace: Attached please find the insurance information you requested. If you need any additional information, please do not hesitate to give us a call. Thanks, Ramon G. Perez-Alonso, RA Architeknics, IDe. 7450 Southwest 48th Street, Miami, Florida 33155 P: 305.661.5392 F: 305.661.5832 07/26/2006 ACORD", CERTIFICATE OF LIABILITY INSURANCE OP ID V~ DATE (MMlDDIYYYY) I ARCHI-4 07/21/06 J!RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE (PL) Heffernan Insurance Brkrs HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR !99 N.W. 70th Ave. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. l:iantation FL 33317 hone: 954-316-1988 Pax:954-316-9446 INSURERS AFFORDING COVERAGE NAlC# ~SURED INSURER A:. National Casualtv Co. I INSURER B: B&rUord UloduwZ'l.l:er. I..... CO. 1 Architeknics, Inc. INSURER C: Ramon Alonso ~50 S.W. 48th Street INSURER D: ami PL 33155 INSURER E: COVERAGES -a - THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POlICY PERIOD INDICATEO. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AN'( CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERllFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AlL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE'BEEN REDUCED BY PAID CLAIMS. TR NSRt TYPE OF INSURANCE POUCY NUMBER DATE IMMJDOIYYI DATE IMM/D1lIYVl LIMITS GENERAL LIABILITY EACH OCCURRENCE $ - COMMERCIAl GENERAL LIABILITY PREMISES (Ea occurence) $ - :J CLAIMS MADE. 0 OCCUR - MED EXP (Anyone person) $ - PERSONAL & ADV INJURY $ - GENERAl AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ I n PRO- nLOC - POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - $ ANY AUTO (Ea accident) - - ALL OWNED AUTOS BODILY INJURY _. SCHEDULED AUTOS (Per per$On) $ - - HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ - - PROPERTY DAMAGE $ (Per accident) GARAGE LIABilITY AUTO ONLY - EAACCIDENT $ =1 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSlUMBRELLA L1ABIUTY EACH OCCURRENCE $ ~ OCCUR o CLAIMS MADE AGGREGATE 5 5 =1 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSAllON AND X ITORY LIMITS I IVeR'" EMPLOYERS' lIABILITY AN"( PROPRIETORIPARTNERlEXECUTIVE 21WEC GB 7148 07/22/06 07/22/07 E.L. EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $500,000 ~~~m~~~~NS below E.L. DISEASE - POLICY LIMIT 5500,000 OTHER !I. Architects/Bng AROOOO1832 07/22/06 07/22/07 Ea Claim 2,000,000 Professional Liab* AaareQ'ate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHIClES I EXCLUSIONS ADDEO BY ENDORSEMENT I SPECIAL PROVISIONS laims-Made policy; Retroactive Date: 7/22/95 )eductible: $10,000 each claim - "ERTIFICATE HOLDER ....J. ~ City of Miami Beach capital Improvemt Proj Office Graciela Escalante, RA 1700 Convention Center Drive Miami Beach PL 33139 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCEllED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAlL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLlGAllON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTH REPRESE @ACORDCORPORATION 1988 ACORD 25 (2001/08) Normandy Shores Clubhouse and Ancillary Facilities July, 2006 SCHEDULE H PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARCHITEKNICS. INC. Best Value Amendment The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. F:\CAPI\$all\GRACE\General Project Info\Normandy Shores Clubhouse\Architeknics\Architeknlcs A & E Agreement (Long Form)- Restroom Buildings-7 -19-06.doc 34