Loading...
HomeMy WebLinkAbout499-2005 RDA ResoRESOLUTION NO. 499-2005 A RESOLUTION OF THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY AUTHORIZING THE EXECUTIVE DIRECTOR TO ACCEPT THE REVISED GUARANTEED MAXIMUM PRICE, IN THE AMOUNT OF $786,502, FOR THE COLONY THEATER RENOVATION AND RESTORATION PROJECT; AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY TO EXECUTE THE ATTACHED AGREEMENT BETWEEN THE MIAMI BEACH REDEVELOPMENT AGENCY AND THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES, FACILITIES AND BUILDING CONSTRUCTION DIVISION, FOR THE PROJECT; AUTHORIZING ADDITIONAL SERVICES TO URS CORPORATION TO CONTINUE FIELD OBSERVATION SERVICES, IN THE AMOUNT OF $60,677; PROVIDING FOR AN FF&E ALLOWANCE, IN THE AMOUNT OF $125,000; PROVIDING FOR AN ART IN PUBLIC PLACES ALLOCATION FOR THE CONSTRUCTION OF THE COLONY THEATRE BUILDING, IN THE AMOUNT OF $9,923; PROVIDING FOR CIP FEES, IN THE AMOUNT OF $31,752; AND APPROPRIATING $1,013,854 FROM CITY CENTER RDA FUNDS FOR THESE PURPOSES. WHEREAS, the Colony Theater Renovation Project (Project) began as a $1.5 million concept project in early 1999; and WHEREAS, a series of cultural facilities grants were pieced together during the balance of that year and in October 1999, the City executed a Professional Services Agreement with the State of Florida Department of Management Services ("DMS") to provide design, pre-construction, and construction management at risk services (the Agreement); and WHEREAS, through the Agreement, DMS was contracted to provide a practically full service operation, and many of the normal duties of the City are fully delegated to DMS as the City's agent; and WHEREAS, the Agreement calls for DMS to hire both the Architect and the Construction Manager/Contractor through its own competitive process and the respective agreements with each party are executed and administered by DMS; and WHEREAS, the City's obligations under the Agreement are primarily to provide funding and to pay timely upon DMS' approval of proper payment applications; and WHEREAS, the Agreement called for a number of deliverables during the design and pre-construction stages; and WHEREAS, the deliverables were consistent with a standard construction manager at risk process where a general contractor is brought into the design process at an early stage to work with the architect of record in both developing the design documents and in pricing the Project; and WHEREAS, in this Project, the Architect hired by DMS is R.J. Heisenbottle Architects ("RJHA" or Architect), and the Construction Manager/Contractor is McCartney Construction Company ("McCartney" or Contractor); and WHEREAS, the total fee paid by the City to the DMS/RJHA/McCartney team for pre- construction services was $313,872, which included the design fee for RJHA, the constructability review by McCartney, and the management fee by DMS; and WHEREAS, the final deliverable of the pre-construction process is a Guaranteed Maximum Price ("GMP"); and WHEREAS, a gross price for the City's budgeting purposes was provided by the Project team in July 2002, in the amount of $6,365,000, which served as the basis for the appropriation by the City; this amount was inclusive of DMS, RJHA, and McCartney's fees, and included a Project contingency; and WHEREAS, a formal GMP in line with this final budget amount was executed by DMS on behalf of the City in February 2003; and WHEREAS, in May 2003, DMS provided Request for Change Order (RCO) No. 3 to the City in the amount of $557,769; this amount was requested to increase contingency, for alleged unforeseen conditions, to pay for City requested items, and to address overruns in budgeted allowance categories that were set aside because construction commenced prior to completion of design and specifications; and WHEREAS, between May 2003, and March 2004, the Construction Manager and A/E continued to identify additional items for the RCO and the final request to the Commission/RDA Board was $789,019; this amount was recommended to the City by DMS for approval; and WHEREAS, on March 17, 2004, the City Commission appropriated an additional $1,521,249 for the Project which consisted of the following components: Grant Fund replacement $ 500,000 AiPP Fees $ 66,849 CIP Office Fee $ 234,486 RJHA Add Services $ 30,170 McCartney Change Order #3 $ 539,911 Contingency $ 149,833; and WHEREAS, during this City Commission meeting it was stated by the Contractor, Architect of Record, and the DMS representative that this funding would be sufficient to complete the Project, and that they did not anticipate having to come back to the City Commission for any additional funding; and WHEREAS, Change Order #4, in the amount of $84,311, and Change Order #5, in the amount of $46,781, have been submitted in the past year and have used up the remaining contingency; and WHEREAS, additional Requests for Change Order for out of scope work have continued to be submitted on a regular basis; and WHEREAS, in December 2004, DMS and the City met to determine how to get the Project finished; it was determined that a revised GMP and some modifications to the Agreement must be finalized to ensure that the Project will be completed without the continual requests for change orders; and WHEREAS, the determination was made to provide a revised GMP that stipulates that no further funding will be requested; and WHEREAS, additionally, the City has insisted on a four party agreement that provides for liquidated damages and that would provide the City more contractual control over the Project team; and WHEREAS, on January 26, 2005, a proposal was submitted to the City requesting additional funding, in the amount of $922,485 to complete the Project; and WHEREAS, this amount included construction funding, an additional contingency, and additional fees for RJHA and DMS; and WHEREAS, this proposal was initially rejected by the City and negotiations were initiated in order to reach a fair and reasonable agreement that all parties would accept; and WHEREAS, on February 4, 2005, a modified proposal, in the amount of $751,630, was submitted which still included items the City was not agreeable to fund; and WHEREAS, further negotiations and modifications to the proposal occurred and, on February 11, 2005, a final proposal was received which is the basis of the current Agreement recommendation; and WHEREAS, the final proposal includes a Guaranteed Maximum Price, in the amount of $6,251,694, with a requested increase in funding of $786,502; and WHEREAS, this additional funding amount includes authorizations for additional General Conditions, Overhead and Profit, Management Fees, and some City requested items, as well as some unforeseen conditions, which result in additional construction funds for McCartney, in the amount of $549,366; and WHEREAS, the total requested increase also includes a new contingency, in the amount of $125,000, to account for possible future requirements on the Project; and WHEREAS, there is also a request for additional services for RJHA, in the amount of $117,136; these services are primarily to account for construction administration for the extended timeline on the Project and for special inspector services; and WHEREAS, this additional funding request is already reduced from the previous proposals through reductions offered by McCartney, RJHA and DMS during the negotiations; and WHEREAS, these reductions are $82,694 offered as credits by McCartney; $59,048 offered as fee credits by Heisenbottle; $30,000 offered as refunds by DMS on their service fees previously paid; and $16,538 offered as waived fees by DMS for the future management of the Project until completion; and WHEREAS, the total for these credits and waived fees is $188,280, the negotiations, therefore, between all parties, have yielded a reduction, in the amount of $260,983, from the original request of $922,485; and WHEREAS, this reduction is composed of credits, reduced fees, and also items which were proposed for the Project but agreed by all that they would not be needed for the proper operation of the facility; and WHEREAS, during the Finance and Citywide Committee meeting on March 9, 2005, the Project team discussed the additional item of the modifications to the auditorium ceiling that had been presented in the Final Project Funding spreadsheet for the Colony Theatre; and WHEREAS, this item had not been priced at the time the Agreement was prepared; however, the Architect and Contractor have developed a budget for this item which has been added to the requested increase in funding; and WHEREAS, the budget request is $80,000 for the actual line items which include a lifeline safety harness system for above the auditorium ceiling to provide safe access to service workers, added lighting, electrical outlets, fire sprinklers and strobes; and WHEREAS, it also includes a contingency of $45,000, pending approval from the Building Department; it had originally been anticipated that this item could cost up to an additional $400,000; and WHEREAS, the Contractor, the Architect, DMS and the City have essentially agreed with the new GMP and the new four party agreement, which is being presented today (attached); and WHEREAS, in addition to the above referenced cost savings, the City is currently negotiating to have DMS fund the observation services that have been and are proposed to be provided by URS Corporation until the completion of the Project, which have been previously funded by the City; and WHEREAS, it is anticipated that the fee, which may now be funded by DMS, will result in additional cost savings to the City; and WHEREAS, the City has also depleted the FF&E allowance during the construction phase of this Project and needs to ensure that it has control over a separate allowance account to pay for items that will be needed to open a fully operational theatre; and WHEREAS, a request by the City for an allowance of $125,000 is also being presented in this memo to allow for the replenishment of the FF&E allowance; and WHEREAS, the amended Agreement will stipulate the following items: a) Substantial Completion date of August 10, 2005, which shall not be subject to modification by change order; b) Final Completion date of September 9, 2005, which shall not be subject to modification by change order; c) Paperwork timeline which forms part of the Agreement; d) Final schedule which forms part of the Agreement; and WHEREAS, liquidated damages in the amount of $1,000/day for each and every calendar day elapsing between the dated fixed for substantial completion (August 10, 2005) and the date for which Substantial Completion shall be fully accomplished; said liquidated damages shall be payable to the owner in addition to any excess expenses or costs payable by the Construction Manager to the Owner. NOW, THEREFORE BE IT DULY RESOLVED BY THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY OF THE CITY OF MIAMI BEACH, FLORIDA, that the Chairman and Members hereby authorize the Executive Director to accept the revised Guaranteed Maximum Price, in the amount of $786,502, for the Colony Theater Renovation and Restoration Project; authorize the Executive Director and Secretary to execute the attached Agreement between the Miami Beach Redevelopment Agency and The State of Florida Department of Management Services, Facilities and Building Construction Division, forthe Project; authorize additional services to URS Corporation to continue field observation services, in the amount of $60,677; provide for an FF&E allowance, in the amount of $125,000.00; provide for an Art in Public Places allocation for the construction of the Colony Theatre building, in the amount of $9,923.00; provide for CIP fees, in the amount of $31,752; and appropriate $1,013,854 from the City Center RDA funds for these purposes. PASSED AND ADOPTED this 16th day of March , 2005. ATTEST: SECRETARY Robert Parcher APPROVED AS TO =ORAA.~ LANGUAGE " f GN Matti Her era Bowe g ` ~~ nt A~eno~l CITY OF MIAMI BEACH MIAMI BEACH REDEVELOPMENT AGENCY ITEM SUMMARY Condensed Title: A resolution, to execute the revised guaranteed maximum price and amendment to the agreement between the Miami Beach Redevelopment Agency (RDA) and the State of Florida Department of Management Services, Facilities and Building Construction Division, for the renovations and restoration of the Colony Theatre in an amount not-to exceed $786,502: Authorizing additional services to the URS Corp to continue field observation services in the amount of $60,677; providing for an FF&E allowance in the amount of $125,000; providing for an AIPP allocation in the amount of $9,923; providing for CIP fees in the amount of $31,752; and a ro riatin $1,013,854 from Ci Center RDA Funds for these ur oses. Issue: Shall the RDA appropriate $1,013,854 from City Center RDA Funds for the completion of the Colony Theatre Project? Item Summa /Recommendation: The Colony Theater Renovation project began as a $1.5 million concept project in early 1999. A series of cultural facilities grants were pieced together during the balance of that year and in October 1999, the City executed a Professional Services Agreement with the State of Florida Department of Management Services ("DMS") to provide design, pre-construction, and construction management at risk services. On January 26, 2005, a proposal was submitted to the City requesting additional funding, This amount included construction funding, an additional contingency, and additional fees for RJHA and DMS. The final proposal includes a Guaranteed Maximum Price, in the amount of $6,126,694, with a requested increase in funding of $786,502. This additional funding amount includes authorizations for additional General Conditions, Overhead and Profit, Management Fees, and some Owner requested items as well as some unforeseen conditions, new contingency and additional services for RJHA, additional AIPP fees and CIP fees are requested in the amount of $41,675. A request by the City for an allowance of $125,000 is also being presented in this memo to allow for the replenishment of the FF&E allowance and authorizing additional field observation services to the URS Corp in the amount of $60,677 bringing the total amount requested to $1,013,854. Therefore, the Administration recommends appropriation of $1,013,854 from the City Center RDA Fund for the com letion of the renovation of the Colon Theatre ro'ect. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Approved Funds: 1 $1,013,854 City Center RDA 2 3 Finance Dept. Total $1,013,854 Ci Clerk's Office Le islative Trackin Diana K. Trettin, Senior Capital Projects Coordinator Si n-Off De met irector si tant City Manager City Manager r:\AGEN \Mar1605\Consent\Colony RDA7appropriation - cover.doc U 2 '2 AGENDA ITEM JU DATE ~j ~co -VJ CITY ~F MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov REDEVELOPMENT AGENCY MEMORANDUM To: Chairman David Dermer and Date: March 16, 2005 Members of Miami Beach Redevelopment Agency From: Jorge M. Gonzalez ~, Executive Director Subject: A RESOLUTI OF THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY AUTHORIZING THE EXECUTIVE DIRECTOR, OR DESIGNEE, TO EXECUTE THE REVISED GUARANTEED MAXIMUM PRICE AND AMENDMENT TO THE AGREEMENT BETWEEN THE MIAMI BEACH REDEVELOPMENT AGENCY AND THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES, FACILITIES AND BUILDING CONSTRUCTION DIVISION, FOR THE RENOVATIONS AND RESTORATION OF THE COLONY THEATRE IN AN AMOUNT NOT-TO-EXCEED $786,502; AUTHORIZING ADDITIONAL SERVICES TO THE URS CORPORATION TO CONTINUE FIELD OBSERVATION SERVICES IN THE AMOUNT OF $60,677; PROVIDING FOR AN FF&E ALLOWANCE IN THE AMOUNT OF $125,000; PROVIDING FOR AN ART IN PUBLIC PLACES ALLOCATION FOR THE CONSTRUCTION OF THE BUILDING IN THE AMOUNT OF $9,923; PROVIDING FOR CIP FEES IN THE AMOUNT OF $31,752; AND APPROPRIATING $1,013,854 FROM CITY CENTER RDA FUNDS FOR THESE PURPOSES . ADMINISTRATION RECOMMENDATION: Adopt the Resolution. ANALYSIS: The Colony Theater Renovation project began as a $1.5 million concept project in early 1999. A series of cultural facilities grants were pieced together during the balance of that year and in October 1999, the City executed a Professional Services Agreement with the State of Florida Department of Management Services ("DMS") to provide design, pre- construction, and construction management at risk services. Through its Agreement, DMS was contracted to provide a practically full service operation and many of the normal duties of the City are fully delegated to DMS as the City's Agent. The Agreement calls for DMS to hire both the Architect and the Construction Manager/Contractor through its own competitive process and the respective agreements with each party are executed and administered by DMS. The City's obligations under its Agreement with DMS are primarily to provide funding and to pay timely upon DMS' approval of proper payment applications. COLONY THEATER Commission Memorandum March 16, 2005 Page 2 of 4 The DMS agreement called for a number of deliverables during the design and pre- construction stages. The deliverables were consistent with a standard construction manager at risk process where a general contractor is brought into the design process at an early stage to work. with the Architect of Record in both developing the design documents and in pricing the project. In this project, the Architect of Record hired by DMS is R.J. Heisenbottle Architects ("RJHA") and the Construction Manager/Contractor is McCartney Construction Company ("McCartney"). The total fee paid by the City to the DMS/RJHA/McCartney team for pre-construction services was $313,872, which included the design fee for RJHA, the constructability review by McCartney, and the management fee by DMS. The final deliverable of the pre-construction process is, by Agreement, a Guaranteed Maximum Price ("GMP"). A gross price for the City's Budgeting purposes was provided by the project team in July 2002, in the amount of $6,365,000, which served as the basis for the appropriation by the City. This amount was inclusive of DMS, RJHA, and McCartney's fees, and included a project contingency. A formal GMP in line with this final budget amount was executed by DMS on behalf of the City in February 2003. In May 2003, DMS provided Request for Change Order (RCO) No. 3 to the City in the amount of $557,769. This amount was requested to increase contingency, for alleged unforeseen conditions, to pay for City requested items, and to address overruns in budgeted allowance categories that were set aside because construction commenced prior to completion of design and specifications. Between May 2003, and March 2004, the Construction Manager and A/E continued to identify additional items for the RCO and the final request to the Commission/RDA Board was $789,019. This amount was recommended to the City by DMS for approval. On March 17, 2004, the Commission appropriated an additional $1,521,249 for the project which consisted of the following components: Grant Fund replacement $ 500,000 AiPP Fees $ 66,849 CIP Office Fee $ 234,486 RJHA Add Services $ 30,170 McCartney Change Order #3 $ 539,911 Contingency $ 149,833 During this Commission meeting it should be noted that the Contractor, Architect of Record, and the DMS representative advised the Commission that this funding would be sufficient to complete the project, and that they did not anticipate having to come back to Commission for any additional funding. Change Order #4 in the amount of $84,311 and Change Order #5 in the amount of $46,781 have been submitted in the past year and have used up the remaining contingency. Additional Requests for Change Order for out of scope work have continued to be submitted on a regular basis. In December 2004, DMS and the City met to determine how to get the project finished. It was determined that a revised GMP and some modifications to the agreement must be finalized to ensure that the project will be completed without the continual requests for COLONY THEATER Commission Memorandum March 16, 2005 Page 3 of 4 change orders. The determination was made to provide a revised GMP that stipulates that no further funding will be requested. Additionally, the City has insisted on a four party agreement that provides for Liquidated Damages and that would provide the City more contractual control over the project team. On January 26, 2005, a proposal was submitted to the City requesting additional funding, in the amount of $922,485 to complete the project. This amount included construction funding, an additional contingency, and additional fees for RJHA and DMS. This proposal was initially rejected by the City and negotiations were initiated in order to reach a fair and reasonable agreement that all parties would accept. On February 4, 2005, a modified proposal, in the amount of $751,630, was submitted which still included items the City was not agreeable to fund. Further negotiations and modifications to the proposal occurred and on February 11, 2005, a final proposal was received which is the basis of the current Agreement recommendation. The final proposal includes a Guaranteed Maximum Price, in the amount of $6,251,694, with a requested increase in funding of $786,502. This additional funding amount includes authorizations for additional General Conditions, Overhead and Profit, Management Fees, and some Owner requested items as well as some unforeseen conditions, which result in additional construction funds for McCartney, in the amount of $549,366. The total requested increase also includes a new contingency, in the amount of $125,000 to account for possible future requirements on the project. Thirdly, there is a request for additional services for RJHA, in the amount of $117,136. These services are primarily to account for construction administration for the extended timeline on the project and for Special I nspector services. This additional funding request is already reduced from the previous proposals through reductions offered by McCartney, RJHA and DMS during the negotiations. These reductions are $82,694 offered as credits by McCartney; $59,048 offered as fee credits by Heisenbottle; $30,000 offered as refunds by DMS on their service fees previously paid; and $16,538 offered as waived fees by DMS for the future management of the project until completion. The total for these credits and waived fees is $188,280. The negotiations, therefore, between all parties, have yielded a reduction, in the amount of $260,983, from the original request of $922,485. This reduction is composed of credits, reduced fees, and also items which were proposed for the project but agreed by all that they would not be needed for the proper operation of the facility. During the Finance and Citywide meeting on March 9, 2005, the project team discussed the additional item of the modifications to the auditorium ceiling that had been presented in the Final Project Funding spreadsheet for the Colony Theatre. This item had not been priced at the time the agreement was prepared, however the architect and contractor have developed a budget for this item which has been added to the requested increase in funding. The budget request is $80,000 for the actual line items which include a lifeline safety harness system for above the auditorium ceiling to provide safe access to service workers, added lighting, electrical outlets, fire sprinklers and strobes. It also includes a contingency of $45,000 pending approval from the Building Department. It had originally been anticipated that this item could cost up to an additional $400,000. COLONY THEATER Commission Memorandum March 16, 2005 Page 4 of 4 The contractor (McCartney Construction), the Architect of Record (RJ Heisenbottle), DMS and the City have essentially agreed with the new GMP and the new four party agreement, which is being presented today (attached). In addition to the above referenced cost savings, the City is currently negotiating to have DMS fund the observation services that have been and are proposed to be provided by URS Corporation until the completion of the project, which have been previously funded by the City. It is anticipated that the fee, which may now be funded by DMS, will result in additional cost savings to the City. The City has also depleted the FF&E allowance during the construction phase of this project and needs to ensure that it has control over a separate allowance account to pay for items that will be needed to open a fully operational theatre. A request by the City for an allowance of $125,000 is also being presented in this memo to allow for the replenishment of the FF&E allowance. The amended agreement will stipulate the following items: A Substantial Completion date of August 10, 2005, which shall not be subject to modification by change order. A Final Completion date of September 9, 2005, which shall not be subject to modification by change order. A paperwork timeline (attached) which forms part of the agreement. A final schedule (attached) which forms part of the agreement. Liquidated damages in the amount of $1,000/day for each and every calendar day elapsing between the dated fixed for substantial completion (August 10, 2005) and the date for which Substantial Completion shall be fully accomplished. Said liquidated damages shall be payable to the owner in addition to any excess expenses or costs payable by the Construction Manager to the Owner. The Administration recommends that this new Agreement with its new provisions and the final Guaranteed Maximum Price be approved in order to complete the Colony Theater Renovation and Restoration, and the required funding be appropriated. JMG/RCM/TH/Ir T:WGENDA\2005\Mar1605\Consent\RDA MEMO COLONY3162005.doc FACILITIES MANAGEMENT AND BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER, AGENT, ARCHITECT-ENGINEER AND CONSTRUCTION MANAGER STATE PROJECT NO.: STATE MV DESIGNATION PROJECT NAME AND LOCATION: COMB-9042000 A Renovations and Restorations, The Colony Theatre City of Miami Beach, Florida OWNER: City of Miami Beach Miami Beach Redevelopment Agency 1700 Convention Center Drive Miami Beach, Florida 33139 AGENT: State of Florida Department of Management Services 4050 Esplanade Way Tallahassee, Florida 32399-0950 ARCHITECT-ENGINEER: R.J. Heisenbottle Architects, P.A. 340 Minorca Avenue Coral Gables, Florida 33134 CONSTRUCTION MANAGER: McCartney Construction Company • 4800 Southwest 64th Avenue, Suite 109 Davie, FL 33314 Jeb Bush, Governor Robert H. Hosay Interim Secretary AGREEMENT BETWEEN OWNER, AGENT, ARCHITECT-ENGINEER AND CONSTRUCTION MANAGER THIS AGREEMENT, made this day of in the year Two Thousand and Five, is by and between the City of Miami Beach (hereinafter the OWNER}, the State of Florida Department of Management Services {hereinafter the AGENT), R.J. Heisenbottle Architects, P.A. (hereinafter the ARCHITECT-ENGINEER), and McCartney Construction Company (hereinafter the CONSTRUCTION MANAGER) collectively referred to as the PARTIES. WITNESSETH: WHEREAS on October 20, 1999 there was made an AGREEMENT BETWEEN CLIENT AND AGENT for Project No. COMB-99042000 (hereinafter CONTRACT-A); and WHEREAS on March 6, 2000 there was made an AGREEMENT BETWEEN OWNER, AGENT AND ARCHITECT-ENGINEER for Project No. COMB-99042000 (hereinafter CONTRACT-B); and WHEREAS on October 22, 2001 there was made an AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER for Project No. COMB-99042000 (hereinafter CONTRACT-C); and WHEREAS time is of the essence and the PARTIES wish to complete Project No. COMB-99042000 according to the terms and conditions contained herein; and WHEREAS it is the intention of the PARTIES to amend CONTRACT-A, CONTRACT-B and CONTRACT-C so as to make the terms and conditions herein a part of those agreements. NOW THEREFORE, the Parties hereby execute this Agreement and agree that the same becomes binding and enforceable by and through the Parties, their assigns, and agree as follows: 1. Final Budget. The Final Budget for the Project shall be as shown in the attached Exhibit-A, which Exhibit-A by reference and attachment hereto forms a part of this Agreement. The Final Budget shall not be subject to modification by Change Order. 2. Substantial Completion Date. The date of substantial completion shall be August 10, 2005. The PARTIES understand and agree that time is of the essence. The date of substantial completion shall not be subject to modification by Change Order. 3. Final Completion Date. The final delivery date shall be September 9, 2005. The PARTIES understand and agree that time is of the essence. The final delivery date shall not be subject to modification by Change Order. 4. Final Schedule. The PARTIES agree to adhere to the final project schedule as shown in the attached Exhibit-B, which Exhibit-B by reference and attachment hereto forms a part of this Agreement. 5. Paperwork Timeline. The PARTIES agree to adhere to the paperwork timeline as shown in the attached Exhibit-C, which Exhibit-C by reference and attachment hereto forms a part of this Agreement. 6. Outstanding Change Orders. The Parties agree that the following Change Orders will be approved by OWNER upon submission to OWNER in final format: • Change Order #6 (See Exhibit-D) . Change Order #7 (See Exhibit-E) -1- Change Order #8 (See Exhibit-F) Change Order #9 (See Exhibit-G) Change Order # 10 (See Exhibit-H} Liquidated Damages. Inasmuch as failure to complete the project by August 10, 2005 will result in substantial injury to the OWNER, and as damages arising from such failure cannot be calculated with any degree of certainty, it is hereby agreed that if the project is not substantially completed as in accordance with the provisions of the Contract Documents the COSTRUCTION MANAGER shall pay to the OWNER One Thousand Dollars ($1,000} for each and every calendar day elapsing between the date fixed for substantial completion above and the date such substantial completion shall have been fully accomplished, as liquidated damages for such delay. Said liquidated damages shall be payable in addition to any excess expenses or costs payable by the COSTRUCTION MANAGER to the OWNER. 8. Extent of Agreement. This Agreement is intended to be the fmal agreement between the PARTIES for the completion of the Project. The provisions of this Agreement may be altered only by written instrument signed by all PARTIES. Provisions of CONTRACT-A, CONTRACT-B and CONTRACT-C shall not be effective for modifying the provisions of this Agreement. 9. Conflict. In the event any of the terms provided in this Agreement conflict with the terms of CONTRACT-A, CONTRACT-B and/or CONTRACT-C, the terms of this Agreement shall control All other terms of CONTRACT-A, CONTRACT-B and CONTRACT-C shall remain in full force and effect. The terms and conditions herein, together with CONTRACT-A, CONTRACT-B and CONTRACT-C, constitute the entire agreement and understanding of the parties and shall supersede all communications, negotiations, arrangements and agreements, either oral or written, with respect to the subject matter hereof. 10. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. Ca]'~'1- I ~:~ CITY OF MIAMI BEACH As Witnessed: APPROVED By By Jorge M. Gonzalez, City Manager -2- AGENT As Witnessed: DEPARTMENT OF MANAGEMENT SERVICES By APPROVED: By LeeAnn Korst, Director Facilities Management and Building Construction Department of Management Services Approved As To Form And Legality: By Office of the General Counsel Department of Management Services ARCHITECT-ENGINEER As Witnessed: By R.J. HEISENBOTTLE ARCHITECTS, P.A. APPROVED: By Richard J. Heisenbottle, Corporate President R.J. Heisenbottle Architects, P.A. CONSTRUCTION MANAGER As Witnessed: By. MCCARTNEY CONSTRUCTION COMPANY APPROVED: By, Sheldon McCartney, Corporate President McCartney Construction Company -3- Final Project Funding for Colony Theatre Reconciliation (2/11105) Contract amount through C O # 5 Amount paid through 12/31/04 Balance of contract Total of direct pay subcontractor purchase orders Amount paid through 12/31/04 Balance of direct pay subs Balance to complete incl CM contract and direct pay subs -12/31104 Outstanding Change Orders co#s CO#7 co#s CO#9 CO #9 CREDIT McCartney Additional Credit List of CO#20 items, including insurance thru Aug Balance to complete Contingency $5,582,328.09 -$4,655,955.00 $672,000.90 -$172,410.68 CO subtotal CO total ~ EXHIBIT A $926,373.09 $499,590.22 $145,383.21 $184,665.43 $8,798.21 $66,910.31 -$27,984.43 _~ -$54,709.53 $146,303.03 $1,$95, 329.54 $75,000.00 Total to complete construction $1.,970,329.54 Addl coast funding (less existing balance) $544,366.23 _., If major modifications are necessary at Auditorium Ceiling it could add up to $400,000`to the above~udget and an additional 3 months to the project schedule \~- i ZSi °~' ~ Addl A/E funding ($142,000 + $4991) reduced to $119,420 (w/bal of $2284 in proj) $117,136.00 Total Credit ($29,242.82+$29,855=$59,097.82) DMS Fee Amt: $16,537.56 (Waived} $0.00 DMS Refund -30,000.00 Total funding to complete project $661,502.23 ~~~`~,0 $_^mm' 9 + ~ C C m V m N > b a a O ~ p N m N P W N ~ 0 0 P V W N V N + 0 0 m V m N s 4 N + O m m J m N a N N + O g I ~ ', Nr ~ A _ _ C ~ m .G C m ~ m ~. 77 m 3 X11 m~ 2 m m ~ ' m R v ~ b ^' 5 ~ S G ~ to f~ fn e n 8 -1 m ]~ m V ~ ~ S i S A $ ~ 7 ib, w io ~ A p 7 bl Y 1 < 'm D p l ~ m T ° ~ W b g ~ i ] $ l a ~ T - a p ~ ~ ?I T a s T a f~' T ~ O m a T a ~ ~ a ' ~ T T W a ~ . ~ w n TI w a p ~~ N ~ ZI y ~ ~ Q 6 m b , ~ 3 V m ~ ~ S . m ~ ? , ¢ ~ _ m ~ D p m ~ ~ A c m ~ m = Z 3 m ,~ e _os c = ~ 3 gy ~ m m o ~ g -mi b c b c b c ~ m m ~, `~ ~ 8 ~ g 8i8 ~'~ ate. ro w s m m ~a G ~ m ~ m ¢ b m ~ b g ~ p o ~ o =~ 0 Q 0 o ~=~ 0 o ~ 0 `Q ^' 0 ° ~ ~ ~ 0 0 Q ,~ $ ~~ ~ o ° ~ o Q ~ 8 , g ~ ~$ , m m m m ~' g ~ g ~ x d f m m ~ m v m o c ~ ~~ m ~m 3 a ~ ' c x c c m ,c o m ~ ~ '~ S!p c t m m to _ a 1 3 m ~ n m ~ w m A m _ ~ ~ m n ~ m m 2 °m 2' 2 ~ 2 m m 3 m ~ $ 8 , m . ¢ , ~m~ , 5 Qp m m EXHIBI' ~ m p m m N ~ m < s' x < D r < D m n p m m d .c N 4 3i d i~ g ~ o ~ m ~ m < m .° ~ ^ m ~ o ~ N 3 3 ! ~ m 3 m c ' ~ u $ m m F a c m s c m i ~ s c a3 a 3 v m ~ m ~ ~ m v s a p m m g m S. ~ ~ W ' ~ A' n Q O di n m m~c m b m ~' n - r °-' ~ t ~ id O m m 8 g _ ^' K p ~II a s ~ m ~ m o m r $ w Ss m n y ~ a m m n a b B L t T m e{ o C c Ol p 0 ~ o m ~ ~ m rj N pj "~ D ~ m l~ ' S a % Q EtE 1 C) a ~ ~ i ~ I I~ ~ ~ .~ 1 9 ~m O ( I ~ ~~ o; o; ~, o o ~ o o ~ V ~ 0 v ~~ ~p ~ x ~ Ib o ~ m III m j ,` ~ v _ ~ i m I ~V = ~ I I J ~~ m 1 (!~ ~ ~ ~~ ~~ ~ ~ f ~ ~ ~~ ~~~ ~ ~ ~ ~ ~~ m m ~ ~ ~~ ~ ' ~ m ~j~ ~ ~ ~ ~~ ~ ~ ~ ~ ~ C I~ ~ m ~ m ~ ~ ~ N T 3 G ~ ~ C ~ o ~~ ~ C i m G' T ~. ~ p p ? 7 p 7~ T o 1~ ~ ~ C ~ C d a 7 c m T ~ . c ~ m ~ C T 3 Q c S m C m d ~ c m p ~ 7 p 7 p ? pp ? c m m G m G D . ~ p ~ ~ M y ~ ~G f3 ° I iG O ~ p S ~ fD ~ O ~i N Q m ~' N ' ~ ~ O 2~ N ~ pp S ~ I a N NI ~ O po b n' ~ / S p O ~ ~ N ~ o ~ V O~ ¢~Qi \ 13 aa m eOenn G 0 ~ o ~ Q ~° 0 v 0 V ~~i 0 0 i V N D ~ ~ 0 = O u i 0 m P~ [ O 0 ~ m O ~ m O a ~ O.1' [~ J 0 ~3 ~ 0 A i 0 p A a f3 O 2~ O A P ^I ~ ~ L ' O ~ {J a ~f [J \ Nj O L' ~ II VV a ~ -' ~ O ro $ ~ ~ 8 ~ 2 ~1 ~ (] W ~A3 I~ O ~~1 N O 1 ~~ll p A ~ = Z pp a ~~ W W i p L Q Lea g Q u Si p o A > pp ~ fa p ~ h p p _p a A pp S pp A A p p pp A 6 pp A ~ T y [~ [~,, ,1> o p g~ ( j~ ( A o p a [~ a pp A A p la p p A ~ ~ (OJ f0.1 ~ W ~ IfaJ W fOJ fOJ COil fOJ W ~ W W iO.f ~ 1 ' ~ e N (~ S V ~ ~ N .~ - & ~ S ~ _ ~ mm p ~ _ __ 1 & ~~ ~ v -- - - ~ s; . (: f a ~ ~ ~ ~ &N . . ~ ....~ f....: ._ _ ~ ._ Ilr I _ ~ , __ _ _ .. ._ ._ . 4 . I ._ __.. _ _ _ i ~ ..._. . _.... ....~ ~ ...... .... _.. .. _.. _ _ ..... ~ l~ .. t _ N ~ .. ~" ffi F - I _ .... . _ I_ ~ .. .. .. ~. .. . o ~ d n N ! I - f f ~ ~ i _ __ _ . ~ .._ ~.. ~_ _ __ . . _ _i _ _ _ _ __ _ _ _ ~~ tl ~ ~ ~ I , I l I ~ ' ~ , ~~- ~& _ _ ~ _ _ _ . _ ._ ._ _ ~ _ ~ l ~ _ _ _ I .~ ___ ~ _ __ __ _ _ _ _ _ _ _~_ __ w <_ ~ l i ~ a I ~ - I ~ . D 0 9 O ~ w N O a a b • w N s a ~ a a a O W W V m W w w ~ N u + W O N N o N V N N N > N N N N O C w V m w m m V w w A N C I S _Na ~~ ~ ~ T 3 S C ~3 a ~m m~ m c ~. ° 2f*~ m m ~ 2 m Q m ~ ~ m 2 ~ m ~ m _ IE I T»7 to .C,1c m c o g y m ~! m ~ ~ ] g j 7 7 2 . g m 09 10 g ..e ~ 7 m ~ 9 ~~ m m{ 9i m T G D L7 ° ~ O 0~ w m O n x ~° ~ O "c` S~ 70 g m a 3 "~ g a ~ T R ~ ~ T $ ~ ~ T o ° a ~ ~p m a tl ~ $ a. '7 ~ A lc ~~E W O. ~ ° W 6 T W ~. T N O T J w ~ $ Q a Q 't m ~ m O 7 m ~ ' ~ ~ 3 Q ~I ~ m x f 0 m m^ C m ~ m m ~ q 2 ~ o . n . m y ~ c I3 c ~ c ~ ~ ~ 5+.~' 3 o > > R l m ~ _ : ~v m 8 ~' ~ i ,< S I o . ~ o $ m m m 3' g I n ° > >' c ~n ~ m p , ~ m m v q ~ 3 c $ x t3 !c ~ x ~ g x m ~ m $ 7 m mp A ~ ~ m c tc . m m m j ~ ggc 3 ti m m o p ~ m ~ °m "' m 3i ~ to m -i ~ m ~ ~ ~ ~ mt im ~` ^ nu (~ ~ ~ ~ ~ m d~ z m m ~' rA ~ tn ~ y ~ ` m ~ m m 3 m C ~ n m C a m m o- [ m ~ ~ .m o tu m ~ X g h ~ < w ~ m < Z n I « on n w O m~ ,~fn Q ~ a ~ .~ , m Y ~ ~ m ~ w p9~, - m -t $' ? S S ~ i ~~ ~ ~ g ~ m c~ m m c m c 'm 3 c m c m m p m r3 g 2 m w ~ 0 m ~ ~ , ~ m w a ~'r0 m '~ `0 m 2 m ~ n ~ N ~ m N ti3i a mp w g g ~` ' L T W C ~ C C ~ j (D ~ ~ ~ ~ < ~ 3 ~ m m I N ~ j `G tl tl T D m ~~ > > A I ? ~ n (~ ~ ~m . ~ o i~ uD m ~ p ~ m T o - ~°o , T T g V j ye ly i I° ~ I m - ;~ ~ ' ~ U I ' ~ Ol ~ p m I fm ~ 4 Jj i t I r ~ i -n ~. m n ~ P : ~ ~ ~ 3 - § ~ ~ ~ ~ ~ ~ c m s~m c I, o. ~ ~ ~ ~ ~ ~ 3 ~ !m ~ a ~ a t ~ ~ ~ ~ ~~ c ~ m c o m . a '" c ~ m ~t ~. ~ c ~ m ~ c Tim ~. n c m ~ a c a ~j ~ i c m ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ c m c m c m m u m a ~ ~ ~ ~ 3 ~ ~„ SQL N 0 0 O S ~+ ~ O ~ ~° N O o ` - ` 0 ~ N 0 '` tD Ci W td 13 11Z 0 ¢r f3 o W 1 0 ~ ` 0 ~ 0 ~ Qom`' O 0 Q a 0 0 V V f3 N o ` o a o V a n~ a 0 ~/ 0 0 ~ m ~ ~ 0Q 8 ~ -~ O A I.l~ oo A A C3 O O`i a ~ f3 ~ O ~ t3' ~ Q L° n ~ ~ ~ ~ ~ S ~ o "' ~ ~Qa oAp p~p ~~ 7 O rt ' Q p\p u pC p~ (a1 ~ p~~ pQp p~ p~ ~ p~ pA I p~ ~c~] p~ L~ pC~ p~ p~ [ n p` a p~ pA pL~ m pG pa pQ ~ p~ to p` ^ ' \ pN ~ ~ ~ A C v ~ Q Q a A p~ ` W n~ ` O n~ \ O ~ O m d a l a W L A A .P A A A 8. A A 3 A A 6 A A P. A A A A P j O S S A A A A A A A A W W W W W .1 ( W t d W. ! J ! A ! J W t,~ , ll j {j ~. 1 . _ m ( g R f r o g _ ._ _ _ _ _ _ __ _ _ ___ __ _ _ _ _ _~ . _ ._ __ __ . __ _ _. _ ._ _ ___ __ __ __ _ _ _ : r ~ I ~ a ~._ . .v. . _.. ~ _ _. . O ~ ! ~ R ~ ~ ~ ~ f • a c °i ~. a - ~ ' - - - - - - - m m ~Q . - . \ \ j -- ( - ~. S ` ~ ~ ~ ~ ~ \ ~ ` 4f ~ \ i _ i ` i ~ j -- , f j r j I r ~ _ ~ _ ~ m& o ~ 1 _ ~ f ~^ i ~~ ~V C~ - i I . _ ~ I ~ . ' ' . jI ~.~ _ _ ~ .. 1 c "' S i V O ~ I A r " "_ ~ i _ f _ - c ~ a ' t { I ~ j ~ ~ N N E .~ ~. . ~ ~ .. ~ ~ 0 ~ ` ~ I I I __t I __ 1 I u `~ ~ I .. P m O p ~. N 9~ O O O O ~ m V $ d fOd N m+ p O m V ~ N a 41 N + O O m V m N ~ V + 0 0 0 Y O N > 41 N +~ O b m J W Omi A 0 C 4 I I ~ ' ~ N i ~~i m mn m I J x 'D ~o ~ x D n to m c. o = ~ cn ~ -i m :: ~1 5 m x ~,I ~" ~ b 9. > x o o ; a ° g m m m' m m ~ a _m m ioo m ~ V ~ v_ ~ 'a m m 3 a. Ln m 4 a. 2I > {O x « > C~ x n x m n v ~' ~ o ~m m m gp a" a > ° F ~ ~ ~! m i m f; ° ~ 4 x~ m ~ v ~ m 5 ~ m v ~ m ~ T m B ~ v_~ m m m m~ ~ p Ia Ic z x « D 7A x ~ D 'c e 3 c ~,r m '~ o. L^ m ~m °.m m m ~ n. m m o z ~ , ~oa ~~ (a D n p co ~ - c 3 c ~ m m A '~ I '~. ~ m m o ~ m ~ y ~ 'a'b $ gI cn G) ' p ~ m m m ~ ~ t m m~'(m ~ m - X' 3 ~ ~c ~ m = ° ~ m a w~ O p o ~ _e ~ ~¢ ~ ~ ~g ~ gx ~ 0 c ~~ .3 v n ~ ~ 2 ~n' Wj ~ o 3 n ~ c ~ i _I m Q °' m 3 3 3 m ~ m i cT ~ e i1 ~ c -~E 3 a c ' w °. ° ,~ a ~ g i 3 n ° = o _ o ~ o v m in ~ ~ ° ° 9 g nl g '°' xQ ~y tn m 3' tn m g m a ~ ~ ~ ~ m m ~ ~ f ~ ~ ~ ~ v ~ m i ~ ~ S m ~ ~ -a T . .x g '° ~ ?i ~m ~ ~ .~. 6~ ~ O ~ 0 ~ ~ ~ G ( Oi ~ ~ A m ~ AI . mr p ~ Q L f 7 K ~ m I I L) O m m~ 1 ~ ~ O W t I I ( t ( I ~ I ~ ^ ~ I ! 0 V' C ~ O O i p ' I ~ m ~ m ~ ~~ ~ ~ ~ i ~ ~ ~ ~ ~, m Sc e ~ m ~ m ~L ~I ~L m mom ~ m ~ -1 c ~~ -~ c ~ ~ ' ' o ~ ~ ` ' ( 3 . ~ -i ~ ~ -I o '_1 ~ m ~ 7 ^ I l ' T ~. TI ~. 1 7 c c n 7 n c c e 7 c c c ~ c e c e c a a a n a n i a a a m m e ~ 7 ~ ~ c m m m m m m m pp A a O ~ N ~• O ~ O ~ o ~li O~ ' O n3 O V ~ O = pp V a! 0 V a 0 n3 ~ ~ 6 ~ 1 Q~^ O !Q~ P ~ ~ ~ O ~ ~ ~ 0 LT -`~ 0 d N 0 A Ni 0 A t~. 0 OI O A AI A f3 13 ~ pp A 1V g ~ .Li N ` r 0 V O~ 0 1~ O .+ O ' 7~ O ~ O O V I~ O [J a ~ ~ 4 ~V d ~ O ~U d O ~.1 d S o ~" N ~ L.a 0 ~" p N 3 3 ~ ~' ° ~ ~" L" ° ~ O1 ~°i 0 O ° ~'N ° ° N q C o N ° N ° N O C' ° N c N ° C' ° ~? °~ ~ O V a v a vvi; a a ° ~ ° P O L" ° ~i Q' ° ~ ~' FC'~" V ~ 'E L" ° La ° ~ La V ' ~ ~' ° ~ 4m ~ c W W fY fd W I W. o A N N N ~ ( ]I N N (n ~ to {n F to UI ~ tll N N N w ~ ~ N N N V~ I N N {!1 t!i 8I A S R ~ S2 $ d A S $ R A - - - - m m - - - -- - - - 1 0 V A Y I I i \ \ ` N ~ 4s° ~ • D ~ i ~ N g m fu ~ \ • ~ y - - - \ ~ \ ~ m S ~~ d \ \ - oo 4 ~ t ~ __. t I If~.... . _ ._ f ~ ifI 1 I I _ 3 ' 8 .__ I ~ _ ~. 1 _ {{ 7 _ ( _ ~ ~ ' ~_ _ I 1 ~ ._ ~ I ._ w ~ d S °e __. _I _ _ _ _ I I , ~ h 1 _ . ~ . ( P ~ _ _- -- -.- _ _ _- _ _ .---. . . .. _ _. _. __ _ - i _- ~ _ _ - - __. . __ _ _ ._ . _ ~ ~ , ~ ~ i m ~ - T I s = 0 ,, I _ ~ ~ V P t m N ~9 Y 4rNf N + O .+~D '~ }+ a > 41 N + O O b w " ~ J. Y N ~ O tl N V m (A P N N N O b s V m m V N ~ O P m O N N > LOf Q a 4 ~ t I iI N I I! ~ 11 ' N i ~A ~ ~ ~ aa~ N . m r ~• ~ ~e ~ 1 m D m w Kc ~ m m ~~y l ~ ~ ~ m ..t ._ m Q ~ 1 lm i ~ ~ ~ ~ ?'' ~ m m = l W m io m m n m D ~ c 3 » y 5 _m m m m ~ m (/J S G D A It1 ro Z C ug ~ i0 '~ Ia ~ m ~ ~ _~ ~ ~ m '^ m v N m m ~n Fm n ~ o ~ 1 mi p ~' p s - 9 m ~ m S V Z ~ m m Q D ~ a m o p A m ~ v ~ m 3 `o a n ~ i Q° m ~ ~y m m,ItC > > . m a Om m ~ 7 C 7 m a A m m ~~ 1p~ W ~ _ c m 9 n C) ~C ~ a~. ~ G~ 3 ~ 1° ~ = m ' m ~ m ~ a'~ '~ 'rr m' g S T 4 ~ ~ < m !n m $ ~ m ( m_ 7^ ~. ~ N m b m m Q, ~ m ~2 ~'f Ai mt v ~ g 3 7 . .2 ~ ~ . g ~ ~ 'a 5 ~a m y m xCm mm ~ m Z m ~ "~ ~ C in a~ m S ~ o ~ ' o_ !~ ~c m a' = 1 c i ~ m m3 ~' oo L7 n ~ ~ -i ' ~ ~ m Q, R, O ~ T ~ 3 m ~ -- ~ A ® ~ + I ~ ~ ~ o ' m a il _ ' " ~ ~o ' ~ ~ ~ m i ~° ~ a 3 m ~ ~' D ~ a'o ~~ ~ ~ 5 g k I ~ .c I ~ m I C)i '~ ~ ~ , ~ ~ ie ~ .c g _ ~ ~ ~ o ~ ~ I T ~ t m( w ~ ~ ° ~ o ° ° ~ ~ ~ d .C I N' ~ T I ~ i O~ i ! ~ V ~ ~ ~ m a .~ .~ ~ '~ ~ o m 3 3 ~ (~ O _~ i w ro ~` m ~ ~ E A a { o h O Cl O t7 O m ~ ae rn $, A $ E I m A at pA, ~ w x w O A O ~ tn, f m~ I ~ I i ~ ~ ~ ~ C m t m C m i C m ~ C m I ~ m ~ ~ n ~ ~ ~ I C m C m T =. ~ ~ 1 . ~ c m n ~ 'T ~ ~ T = t ~t~ T ~ T ~ Ti ~ "[i ~ J ~I T n~ ~ ~ c m o. ~ 'ii n ~ ~ o ~ ~ c ~ O ~ l ~ c o C ~ m m a ~`` c i '~ ~ ~ TI ~ TI ~ ~ ~ ~ _ ~ y o~ a ~ i ~ $ a ~ $ ° a 0 ~ ~ °a4 0 a g~' ow ~ o ~ a .i ~ o . s i 0 .i ~ 0 v~ a 0 ~ . ~ . _I ~' . 0 ~ o . 0 ~ . 0 w a . 0 ~ . 0 0 Ian ~It3 0 ~' ~~vv n3 0 L' w l 0 0 L'''~o p N ~ o ~ nZ - n3 + ~ _, ~ ' 0 o i'$v . 0 0 ~ . 0 ° . 0 C 0 ~~' ~ 0 L" o ~' 0 r .Q ~ Q o N N 4 l.`n N _p p ~ $ papw ~ W c npS ~ ~ W Q o e ° pro a ~ti G ~ v ° ~p t ~ ° ~ L'' N .i ~ ~ N ~ `i.f`i ~ N N ~ 'p2 Q N -'~ ~ N Q a~ fpG' [aJ' ° ~ 11 ~a e `'~ $ $ p_ 'm ~ p~ 'm $ N p ~' S L'' $ L'' ~ N W pC' m I A f J 1t 6 A A A L f { L fJ 1 1 71. t i l (l l f i. 11 C 1 n I i1 A f i~l, A A . A A A A S i 4 [J _ ~ : _ _ ~ __ . _ ~ ~ _ _ _ _ _ _ __ ~ f I i : ~ i I ~ ! - - - - - - Y ~ t o ~ = a _ o z ~ a ~ _` I m ~ ~ ~ _~ 9 _ \ + N mp ~ ~ ~ 0 n S~ b . I _ \ I ` _ '~ r Q \ , p S j ~ .~j + _~ ~ \ ~ q K _ ` _ f ~ ~ ~ ~ $ - ~ I ' _ ~ t ~ I i ~ V q ~ °w ~n - "f . - .-.. .. ~ - ~ t ~._ _ t _... _ ~ _ -. _ c °w .. o I ~ I i ~ ~ f - o~ mm E ~ ~ ~ t w ~ - ~ - $ _ - ~ ° E .. ~_ _ r -- - - - f ~ ~ t ` $ o ~ --~- - - _ ' i ~ a - _ - - _ - -I-- - - - -- - - -- -- - -~ - - -- --- - -- --- ~ m - R ~, ~- e~ °a S°. °u v ° ~ °o : v » m o m a ~ a to a u v =~ a m m ° ~ r w .° m o o d » a vi ` ~. ~ a I I j I r d g ~ Nei ~ ~ c ~ 2 c mc w a ~ m m ,a a c ~~ Si mmJJ m mg 2 G D 2 < D r~r m ~ l 2 m ~ w t3 ro m 7 ' ro w a Dl I g ` m ~S m g ~ +y Omj~ c° °a ~t ~ °z 5~ < D! ~ c 3 ~ ~ 3 ~+ m ~ ~ m ~' m m 6 m ~ p~+ m ! ~ c ~3 ~ ~ ~ I C z ~ ~~~ pD m w c3 c) = ~ ~i O H CSi f~ ~ A a ~. g ~ ~ ~ r , ~ ~~ t~ tI 0 - 6 " ~ _D~ m D y l7i ~ j ~ p $' $ ~ ~ c o C c ; n ~ m ' an y a O n c m m ~ m m es ~ - °• v I ~ ~ 3 w c ~1 ~ 't a - w R7 ~ { ! r c '~ a y .D Z ~ x ~l~ 'r O ~ ~ n ~~ m ~ m S ° Y. tn ~ ° ~ ' ~ f j C O at ' ~ ~ W j 3 C I 1 m m ° `C m N ~ ~ O ~ 9 ~ ! ~ ~ ~ ° m I = w ~ ° ~ m ~ ~ ~ ~ ~ ~ I ~ $ _ 7 p p ~_ ~ ~ - ~ m ~ , 7 r J i ~ ~~ '< ~ ~ I 1 m f ~ I ~ n I I m ~ ~ 0 7 ' ~ 1 t I ~ ~ ~ ~ i ~ ~ ~ ~ a ~ ~ ~ ~ ~ m ~~~ m m ~ ~ ~ ~ a ~~~ ~ ~ ~ ~ ~ o ~ o i~ c ~ ~ ~ o ~ ~ ~~~ ~ ~ s ~ ~ 'n ~ ~~~{ I ~ ~ ~ ~ ~ ~ ~ ~ ~ ~i ~ ~ ~ ~ ~ ~ o ~ ~ c m ~ c 0 m c 0 ~ 0 ~ c 0 ~ c 0 ~ ~ 0~0 N•~ 0 ~ 0 ~ i 0 0 ~I~ ~ > ~ > m g g 3 0 ~ S ~~ m ~ a o ~ I I e ~ ~ o ~ 0 ~ ~ ° ~ ~ 0 ~ m ~ ° '~ .w ~ ° I N ~~ [ G A AIL N N \ NI N N gy : ~ N ° A N ~1 ~ ~ Lil ~ ~ ~ Qj A t0 A ~ ~ N G ` ) ~ U N U t l. I N U N N NI L°J ~ 1 4°.. t°i1 t°]I V°ii N S pp N tb11 L ftI N N S p p A S A f°A (J S W W (°il p g W p Pi f°i1 f°J p (v W ° I a . ._. _ - -` - -j -~ - - - - - - _ _ __ _ o ~I ( I I - ~ - ~ g - ~ - i g S ,~, - - - - - !- - - -t - - - - 4 f ...I ..~ ~ ~ ~ I ~ _ _ _.. _ .. '. _ - -- - -- -- - v ~ ! ` ~~ ~ - I ~ f ~: . I m ~9 . ~ ~ _ _ _ ~$ I _ ~~ _ \ N 'J eO 'i O T ~ \ \ ! po N K -- - I v'I I I _ ~-T I -_~ - __ P ~ m 1 I r I~ ~ -~ f ~ - - V e ~ t ~ ~ ~ . .~ o E II I ~ ~ ~ V s I - - - - . - -- - ~ __ - - - I j I o _ ~ G '_ YU C I C P N . N ~ O EXHIBIT -~ G N Q ~O ~a~ N ~~ j ;~o~} ~ ( { ~ ° l ~~ 7~W ! ~dmCi ~ ~ ~z~ i t7 d ~~ ~ ~~ pfa O~r~n ~~~ ~ ~~~ ~ ~ ~ coq ~oj ~~~ ~ ~~ ~~~ ~~~ ~°z ~ z ~ ~xz° Na~ ~ao ~, o a ~y ~r~nC ~ ao~ C7 ~ ((~~~ I~ ~ °z r~ -C b '~' n 4 0 n 0 r 0 H x h7 a b 0 r DepartT,tent of Management SCrviCES Division of Fac"slitics Mansganont and Building Conswction COA'SZ'12LlCT[ON CONT'RACT' CHARGE ORDER EXHIBIT D Change Order Ntmthcr, F - ~rrrr~ State Projextt Number. fY1>vER - 44fI4~lHl ate Projcci Name• - Contractor. _ ~~~ grchitccUArtsineer - Address- ~ `~ Address ^,4,^,t~`~-- Avrntt!' enilr 1(1 C"t city: StatclZip: . ni..,....• 2n5Jdfi-774e1 tr /y~ ~~ RJHA. prchitectlEngineer Cottstsuction ey Statc/Zp: Phone - 4- Si~t13111re, Ctient Representarzve -COMA Si~tature, Department of Managemezrt Services *Substantiai Completion Date DBC SOO6 Revisad 9Jt?3 This Change Order is an amendment ro the Coottact Agreement between Conteartor and the Owner, and all ebntrad provisions shall apply ttuless spccincally r~eeattptul. The amount and time ebange designated ate tine maximum ar~reed w by both the Owner and the Crsntractor for this change. In a ~ .~ r . ,.~:+~ ,rc r to rh;< l"nanne_Qrdet No other alnrcmtatts or modifications ShaD apply to This contract a74e1ldtt1C1Y1 tiLlieSS e~-ptassly provided herein. Thee than=Y c m'ter rr~rvntc final ncv aMJJ?J1Ji±renanl sn Rrr~rinn 1 f) S7_ Ffnriria Crah~rrc f 7 Q'71;1_ Departnsent of R9anagemeni Services Divis'son of 1=aeilities Management and Building ConsU'uction CONS'l'i2UCC10N CON'I'J2AC1' Ct1ANGE ORDER Orig. Contract Sum: $5,568,002.00 rtne Order Number: 7 S~tat.e Project T~lumber:S'~nnit 44(14~U(t - State Projec-I Name: ~ t~ A ~ e h•+ , Contractor. ~r ~ , , w Architectlfingineer:_ . e ;,,. ut - i 'n ~ Address' _ --- . . Address:~s " City City: Slate(Lip• State/Lip• Phone: - 1'hunc: DESCRlPT10N OF CHANGE (Attach additional aces if re uiredl pecrease In ]ncrease In 1. Description of items -see attached COR ~ 10 $ 2,987:?5 COR # ] 1 $ 31,595.18 COR #1 14 $ 23,242.78 COR # l ~ $120,504 '?3 COR ~ 16 $ 8,335.99 Notice To Proceed Date: 11/l8l02 'Chi cement between Contractor and the Owner, and all contract provisions shall apply unless This Change Order is an amendment to the Contract Agr specificallyexempted- The amount and time change designated are the ma~mum agreed to by both the Owner and the Contractor for this change. 1n 0 + hPf\vPPn ()Smrr anti C'nniraMnr wish resne No other agreements or modifications shall apply to this contract amendment unless expressly provided herein. - _ ^^ i~ e, Signature, RJHA *Substantial Completion Date ~r~ ~ EXHIBIT ~ E bate ~ ~'/~ ~/"-! Signature, Signature, Client Representative -COMB Signature, Depattineni of Management Services DBC 5006 w -] •M7 Department of Managemcr3t St:rvices Qivisian of Fac3litics Mauagcmcnt and Building Construction CONSTRUCTION CONTRACT CHANGE ORDER Change Order Number. = EXHIBIT F State Project Number:. !C'n3„rt= _ ggn4~nn _ State 1'rojea Name: ~ ~ ' r i ~ ' R! Heicenhnttle Arrhiteds ~ AFC113tCCl~R6',InCCr' .n an nn ~ '~ f nnernrrt - ~~~ _ ConlraClar. ~, ~ t(19 C i Addresr ~dn ~~nnrr_a Avrnii~„ irit In - n te_ AddrCSS' /Ldrnut Cny: ~t/ice! ~~Rhs CSty $latefLtp'~.1~3nrir~,r 31124 SiatclZil3' Phone;...3ni.~Afr7799 l'bo33C 454-f,R9.?R7;~ DESCRIPTION OF CHANGE Attach additional aces if r wired) Decr..ase [n Increase In 1. Description of items -see attached COR ~ 17r $8,74821 1. RFI 165 at t13e stairs to the roof, the plans did not indicate a light at the roof landing ar intermediare landing. This item is to install 3 fixtures as per sketch S1C 14. 2. Renewal of Builder's Risk insurance for 30 days starting ] 2!31/44. Notice To Proceed Date: l I/18!02 Orig. Contract Stun: 55,568,002.00 Contract Time: Da s Date" Contract Sum: $5 912 376.74 $5.912 376.7-0 Orininal Contract Time 427 U13/04 5utstatal $ 8 798`21 Present Coatract Time 861 04/05/05 Net Ad Deduct $5 912 376.74 This Chan a Add Deduct Pres. Contract Sum New Contract Time New Contract Sum 5921 174.95 This Change Order is 3!D amendment to the Coni3xt At,~eement bcnvcca Contractor and the Owner, and alt contract provisions Shall apply uale~ specifically exempted. The amount and time ehaage designated are the maximum agreed to by both the Qwner and the Contractor for ibis changc..In rnncrrlrrat•rnn of t11~fc ~gnin~a_rtj4! ^~' ie rnntran fim~ srnrj rnnfran arm the r irartnr hrrthti rP,l,~acr< (lwnrr from a!1 rlaime clrmx ~ ^* 0 rrrnrrl to thic f'ha ffndnT No other tS ar madificalions shall apply to t13is contract ~~~. r 1.~.i. ..an fls.. rr an[i ~' ntrannr with, ,_~gr agTamCr3 amendment unless expressly provided herein. a vaanvt^n• MMENDI;ll: ,~,,,Y+ite ,~rrxuvnr~: .Qr31e •~rn•~•~.,••. -- -- -- Date - Signature, Architeci/Engitteer ~}~, 5i Contractor McCatttrey Construction Signad3tre, Client Representative -COMB Signature, Department of Managem~tt Services *Substantial Completion Date DBC 5906 Revisod 4103 = EXH181T Department of Mana„`emenc Serviaa Division of Facilities Managcrrteat aad Building Constn,dion G CONSI'ttt1CT10N CO1V'TItACT CHANGE ORDE1t Change Order Nurnlter- State projectNnmber• - StateProjcxtName R t Nricenhtsttlr ArrhittK'fc P b Contt'artor: ne..r ,+n ('nnctrnrMinn Cnt~Y Architect/Eagincer ~ Adctress. 74n l4tinnrca Averttt~, c„~. to Ad City' (`nrsii Cahtec Ctty~ + Stace/Zip- State/Zip Finritia z~~ 4 - Phortc 3~5-~4fi-~~ Phone 95d-684 7R7R DESCR1PTiON OF CHANGE Attach additional Qes if uir Decrease In increase Tn } . Description of items -see attached COR # 18' (S 1,3b8.00) COIL # 19 $40,293.88 Notice 7o Proceed Date: 11/18/02 Orig_ Contract Sum: $S,Sb8,002.00 Contract Time: Da Date" Contract Sum: $5 921 174.95 $5 921 174.95 Ori inai Contract Time 427 1113/04 Subtotal Present Contract Tiute 861 04/05/OS Net Add Deduct S 38 925.88 This Chan Add duct) 77 Pres. Contract Burn 5 1 174.45 New Contract Time 938 06121 /OS A1ew Contract um $5 b0 100.83 Thu Change Ott3er is an amendment in the Contras Agrecmtat between Cantractor and the Qwner, and all contn;ct provisions shall apply anless specifically pccmpttd. The amount and time change designated are the rnaximttm agrsed to by both the Owns and the Contractor for this changes .1a rnt.mrit-rat+nn nr rnr inrC~Pntnv a(~nMmmte • '^^' titr+r anrS rpp rt °+m thr rnn rtnr hereh CR1Lc c ni art+nn ancr~o nnr of tIIC tn+++c°rtinn~ir.PVCnfc and nay i+rren~git~e,ri~ to thic Chang r Thtc wnrten p~„~+~.rnt hr~~.4 --- fh tr anti C'nntrarlnr v^th rrattst to chic C:hangr !?rder No other ag+eerncnl5 or mpolficauons shall apply to this contract amendment un1c55 exptrssly provided heroin. 't'hie Ct,(?rdrr reiyrr~nt¢ final r~ a 'nn 1+n pant to CectiQn 1 ~, 57 Finrida Stannrc f 197R1- RECOMMEN ~ t Af'f'KV V t:U: nrrnv r i.:~. - - Date Signature, Architect/Engineer }uE3A Signat 1vE/Conttactor Mc~~~rufr~e'/ Construction Signatta-e, Client Ttcpresentative -COMB Signature, Departrnent of Management Services "Substantial Completion Date 1}$C 5006 Revived 4/D3 Deparnneat of Management Services Division oFFacilitics Management and Building Corstruction CflNSTRUCTIflN CONTRACT CHANGE ORDEEt ~ EXHIBIT H order N bar 1 n Change urrl State Project Number rn~,tu - 99i14NN1 _ State Projcet Name . ctinn rnmtfanX M r ' R I H .iccnhnttle-9zrll.Li~e ArchitecUEngtneer_ ~..--5.-'-'- .,. nn m artni'v P A _ COntr2C[Ur:. l~t'! . e~tt [A~ e ~. Cn;M 1(14 Address_. z4d11vlinnrra AvetttlC,,~uite 10 .,. ..~. -., - Address;_4$~l ' City rnrse! re~hlcc Ctry' ' d ' $tatelZip. Florida 'i31"t4 vta ~a it StatefZip. Flnr Phone-...,,i^~ ""~ °'qO _ Phonc- 6 DUr7lI\1>;Tl• RECOMMENDED' Date APY VDU: nrrcw~cv. n,r -- --- Dat - Signature, ArchitecdEngineer Si~ature, CM/Cotltractor McCartney Construction Signature, Client Representative -COMB Signature, Departrnent of Management Services ~{,4 sSubstantial Completion Date DHC 5006 Revised 4103 'this Change Order is an amendment to the Contract Agreerncrst between Contractor and the Owner, and all contrail provisions shall apply unless specifically exempted. The amount and lime change designated ate the maximum agreed to by both the Owner and the Contractor for this change.ln ~irrnTnda nr rnnc,rirtar~nn of the fnrroni*t~Sljn~M~ in e~tttraa'~r 1i --r and rx~r^+rt~ fhe cnntraetnr hrxrh~ t~l,Pac*`c l~tam~fmm at3 r,~gjtl7,g _ _ tran rtin a ramtc and rn-=-rrmc~_ i» nc n Chic anon (lrrirr This t~triEtn ~,..eC.__ -- --- -° --~-- -- : «l,~ ca .~.-n gL~L-~'-~.S..i,._._ t`E+_z...~~.. an (lrrlrr is rhr .rC__r~re ~ - ;,r„~~ { -.- ..~ rnetrarrnr >A^th rert+!-~'* to this rhan8r !?rdcr_ No other agreements or modiF'ications shall apply to this contrail 3mt:ndttlent uIIless expressly provided herein..T-his-~~ +R1aII$G~~G[-t~Yr+10 f-"~~rnrv~"n~,rntm~anr to C~rt~nn 17(1 57 l: lnrida St~mrtrc 1197R1_ Colony Theatre Contract Reconciliation Date: 01 /26/2005 Contract amount through C O # 5 Amount paid through 12/31/04 Balance of contract Total of direct pay subcontractor purchase orders Amount paid through 12/31/04 Balance of direct pay subs Balance to complete including C M contract and direct pay subs - 12/31/04 Outstanding Change Orders CO#6 CO#7 CO#8 CO#9 List of CO items identified, not formally submitted Insurance (6 mos cvg thru July bldr risk + windstorm) Contingency - 12 % of balance to complete Estimate to complete Upgrades to existing bathrooms -Budget Revised estimate to complete with bathroom upgrades $926,373.09 $499,590.22 $1,425,963.31 $145,383.21 $1$4,665.43 $8,798.21 $38, 925.88 $48, 284.00 $37,764.00 $226, 774.00 $2,116,558.04 $62,400.00 $2,178,958.04 tf major modifications are necessary at Auditorium Ceiling it could add up to $400,000 to the above Budget and an additional 3 months to the project schedule Addl funding to complete prof (construction) $752;994.73 Addl A/E funding ($142,000 + $4991) $146,991.00 DMS Fee Total funding to complete project $5,582,328.09 -$4,655,955.00 $672,000.90 -$172,410.68 $22,499.62 $922,485.35