Loading...
HomeMy WebLinkAbout2001-24335 RESO RESOLUTION NO. 2001-24335 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROPRIATING FUNDS, IN THE AMOUNT OF $36,500, FROM THE GENERAL OBLIGATION BOND PROGRAM, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT FOR PRE- CONSTRUCTION SERVICES, IN THE AMOUNT OF $36,500, WITH THE NUMBER ONE RANKED FIRM OF JASCO CONSTRUCTION COMPANY, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ), NO. 117-99/00 FOR CONSTRUCTION MANAGEMENT AT RISK FOR THE FIRE STATION NO.2 RENOVATION AND EXPANSION; AND FURTHER APPROPRIATING FUNDS, IN THE AMOUNT OF $50,000 FROM THE GENERAL OBLIGATION BOND PROGRAM FOR TESTING SERVICES, FOR THE FIRE STATION NO.2 RENOVATION AND EXPANSION. WHEREAS, on July 17, 1996, the Mayor and City Commission adopted a Resolution, authorizing the Mayor and City Clerk to execute an Agreement with the firm of ST A Architectural Group (STA), pursuant to Request For Letters ofInterest No. 133-94/95 (RFLI) for Architectural and Engineering services for the Renovation and Expansion of Fire Station No.2, and a Master Plan for the site at 451 Dade Boulevard (the Project); and WHEREAS, a total of $500,000 was appropriated for the consulting services on the Project, from funds received by the City pursuant to the Interlocal Cooperation Agreement between the City and Miami-Dade County regarding the disposition of the 2/3ds portion of the Convention Development Tax; and WHEREAS, a total of $4,686,449 was allocated from General Obligation Bond funds for construction of the Project; and WHEREAS, on March 9, 1998, the final schemes developed by ST A were presented to the Land Use & Development Committee; and WHEREAS, Scheme Beta, which called for the historic restoration of the existing Fire Station Building; the addition of a new three bay Fire Station; and a reconfiguration of the Public Works Yard was approved by the Committee; and WHEREAS, the Administration has studied the use of Construction Management at Risk (CMR) for the Project in lieu of a standard bidding process; and WHEREAS, the use of CMR allows for the involvement by a contractor in the process as early as possible, which in turns affords the City and the design consultant the expertise of the contractor in determining better means and methods of construction, controls of costs, selection of subcontractors, etc.; and WHEREAS, CMR also requires that the contractor provide an initial estimate based on the construction budget established by the City at $3,775,000 as early as the design development phase of the Project; and WHEREAS, the contractor is then responsible for the estimate and for the final Guaranteed Maximum Price, as established by the Agreement, and must provide the City with cost estimates at regular intervals to ensure that the Project is within budget; and WHEREAS, based on the Administration's recommendation, the Mayor and City Commission authorized the issuance of a Request for Qualifications for Construction Management at Risk for the Fire Station No.2 Renovation and Expansion on September 13, 2000; and WHEREAS, an Evaluation Committee selected Jasco Construction Company as the number-one ranked firm accordingly; the City Manager recommended Jasco to the Mayor and City Commission and was authorized to enter into negotiations for a Professional Services Agreement on January 31, 2001; and WHEREAS, the fee for Pre-construction Services was negotiated with Jasco Construction, Inc., for an amount of $36,500, in addition to establishing the initial estimate for the Project at $3,775,000; and WHEREAS, the Administration now requests that the Mayor and City Clerk execute the subject Agreement for Pre-construction Services related to Construction Management at Risk with the number-one ranked firm, Jasco Construction Company, in the amount of$36,500; and WHEREAS, the Administration further requests the Mayor and City Commission approve appropriation of the necessary funds, in the amount of $36,500, from the General Obligation Bond Program to execute the agreement; and WHEREAS, the Administration further requests the City Commission appropriate funds, in the amount of $50,000 from the General Obligation Bond Program for testing services for the Fire Station No.2 renovation and expansion; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission appropriate funds, in the amount of $36,500, from the General Obligation Bond Program, and authorize the Mayor and City Clerk to execute a Professional Services Agreement for Pre-construction Services, in the amount of $48,500, with the number-one ranked firm of Jasco Construction Company, pursuant to Request for Qualifications (RFQ), No. 117-99/00 for Construction Management at Risk for the Fire Station No.2 renovation and expansion; and further appropriate funds, in the amount of $50,000 from the General Obligation Bond Program for testing services, for the Fire Station No.2 Renovation and Expansion Project. PASSED and ADOPTED this 18th day of April, 2001 ~111 MAYOR ATTEST: j~o p~ CITY CLERK . APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION F:\WORK\SALL\CHATRAND\FIRESTAT\CMRISKI.WPD lJ- j'1---()/ - j^.("l'\ P:::r:r-, O '-, !>FI'\.::.....ri~;.'-.r , , ~-:i' r,'Ji-/ t (t) U'C".C,. ON!mlUCTION COMPANY, INC. / N4(; -c ."iCII v I.,,:," FU[ji 1(. ., I 9: D3 ~Jy . I}'-', March 1, 2001 ~'.i li;'l TN!:)/r Mr. Jorge Chartrand City of Miami Beach Public Works Department 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Construction Management at Risk Preconstruction Services for Fire Station No.2 2300 Pine Tree Drive Miami Beach, Florida Dear Jorge, We appreciate the opportunity to present this proposal for CM at Risk Preconstruction Services for the Fire Station No.2 Project. As you are well aware, this project is of great importance to the continued redevelopment of the City of Miami Beach. We at Jasco Construction Company will do our utmost to deliver this project to the city with the highest quality and the lowest possible cost. In order to achieve these objectives, we proposed the following scope of services. Scope of Services As we understand it, this project consists of two phases. The first phase is the construction of a new fire house facility and the second phase is the historical renovation of the existing fire station. In addition, the structure and exterior elements of the new fire house facility will need to withstand a category 5 hurricane wind force. All of the construction must be performed in concert with the full operations of the Miami Beach Fire Department. This is a difficult project and in order to maximize the opportunity for its successful completion, extra emphasis must be given to analyze the project design. The design must be reviewed for clarity, constructability, and compatibility with exiting conditions. Each of the major building components must be analyzed. And overall quality must be maintained. During the schematic design phase, our firm will help you manage and control the final cost of your project by developing conceptual estimates, an overall master schedule and a realistic construction plan. '~~;;.~. Tn: (_ljASCOU " Tn:()l)5)2M-6449 ...:....... 0 fAX:(lOS)234-2192 . " EMAll:)ASCOCH.COM' " 'COIlIIIlTCIDl~OO ,i' As the design phase moves into the development of construction working drawings, we provide more detailed budgeting, scheduling, and construction planning feedback to aid completion of a successful project - on time, within budget. To maximize the efficiency and constructibility of your project, as the detailed development of the design and the preparation of the construction working drawings continues, we will provide additional preconstruction services as follows: Material procurement and trade contractor analysis; Mechanical, electrical, and building systems review; Value engineering; Structural system design review; Constructibility analysis Therefore, the preconstruction services to be provided by Jasco for this project are as follows: Design Phase During the Design Phase, Jasco will: 1. Review and coordinate the work that the Architect of Record has prepared. 2. Submit for approval applicable cost and time savings incentive programs. 3. Work and coordinate activities with consultants, contracts, contractors, testing labs and other services. 4. Review all design documents and existing building/site to ensure constructability . 5. Prepare detailed cost estimates and monthly updates. 6. Review current budget issues and develop an estimate based on the final construction documents. 7. Value Engineer costly building components. 8. Establish the master project schedule identifying all phases and milestone items. 9. Present the City with a construction sequencing/phasing plan. 10. Coordinate with the Architect all permitting applications. Bid and Award Phase During the Bid and Award Phase, Jasco will: 1. Identify different bid packages that will represent the entirety of the scope of work. 2. Provide the City with a list of pre-qualified subcontractors. 3. Schedule an conduct pre-bid conferences with all interested subcontractors, material suppliers and equipment suppliers. 11317S.W.I24"'S'n!.EET MIN1I,FlORlDAlJl16 TB.:(866)JASCcm TEL:(105)1J4..6oM9 FAX:(lOS)U4-:J192 EMAlL: jASCOCM.cot1 ~.O , ..d~': ~.. ~oc 4 Page 2 4. Accept, review and award bids to qualified responsive and responsible subcontractors. 5. Justify the use of subcontractors that are not the low bidder. 6. Set detailed procedures for cost and time control updates. 7. Present the City with a proposed GMP base upon the sum of accepted low subcontract bids and the negotiated construction manager fees for its construction services including general conditions, profit and overhead. In addition to the above, we will conduct a project kick-off meeting in which all the project participants will attend. At this meeting we will develop lines of communication, and responsibility. At this meeting, the TEAM concept will be established. Proposed Fees Design Phase Kick-off Meeting Analysis of Existing Conditions Constructability Analysis Budgetary Review of Building Components Estimate Development Value Engineering Preconstruction Scheduling $17,000.00 Working Drawing Phase Project Final Estimate Preconstruction Scheduling Development of Scope Narratives $10,000.00 Bid And Award Phase $9,500.00 Preconstruction Services Total $36,500.00 In closing, our staff is comprised of licensed and experienced general contractors and knowledgeable construction managers and professional engineers. We are committed to a successful project delivery to the City of Miami Beach and look forward to working with you. If you have any questions about this proposal, please do not hesitate to call me or Mr. Esteban Suarez, the President of Jasco and the assigned eM Principal for this project. Illl7S.W.124THS11I.EET M1AM~FlORlo"m86 ...."'.............. TB..:(866)J.&.SCOll . Ta:(305)2l4-M49 .. > ~ ~AX: (JOS)2)4..2flt2 EMAlL:jASCOCM.COH.. 'OIlPAXI.OC , ~.: Page 3 . Sincerely yours, M:\CIty of MlamiBelllch\cMBpreconpro,wpc! 13)l7S:w.I24....mm MlN1l,R.ONDA13116 TB.:(I66)jASCon TB.:(JOS)234-6449 F-'X:(lOSj2J4..2192 EMAlL:JMCOCM.COM Page 4 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 COMMISSION MEMORANDUM NO. 2 ~,tJ \ TO: Mayor Neisen Kasdin and Members of the City Commission DATE: April 18, 2001 FROM: Jorge M. Gonzalez \. . . ~ City Manager 0 f/- 0 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROPRIATING FUNDS, IN THE AMOUNT OF $36,500, FROM THE GENERAL OBLIGATION BOND FUND PROGRAM, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT FOR PRE- CONSTRUCTION SERVICES, IN THE AMOUNT OF $36,500, WITH THE NUMBER ONE RANKED FIRM OF JASCO CONSTRUCTION COMPANY, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ), NO. 117-99/00 FOR CONSTRUCTION MANAGEMENT AT RISK FOR THE FIRE STATION NO.2 RENOVATION AND EXPANSION; AND FURTHER APPROPRIATING FUNDS, IN THE AMOUNT OF $50,000 FROM THE GENERAL OBLIGATION BOND PROGRAM FOR TESTING SERVICES, FOR THE FIRE STATION NO. 2 RENOVATION AND EXPANSION. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funds are available from the General Obligation Bond Program, year 2000 series and shall be placed in the already available Fund 375, Work Order 2146, for Fire Station No.2 Improvements. ANALYSIS: On July 17, 1996, the Mayor and City Commission adopted a Resolution, authorizing the Mayor and City Clerk to execute an Agreement with the firm ofSTA Architectural Group (STA), pursuant to RFLI No. 133-94(95 for architectural and engineering services for the renovation and expansion of Fire Station No.2 and Master Plan for the site at 451 Dade Boulevard. On March 9, 1998, the final scheme developed by STA was presented for approval and recommendation at the Land Use and Development Committee and Scheme Beta, which called for the Historic Restoration of the existing Fire Station Building, the addition of a new three bay Fire Station, and a reconfiguration of the Public Works Yard, was approved. AGENDA ITEM L-iq DATE 3--1 /) _0 I Commission Memorandum April 18, 2001 Fire Station No, 2, Construction Management @ Risk Page 2 As part of the General Obligation Bond Program (GO) and the Capital Improvements Program (CIP), the Administration revisited the previous recommendation for the Master Plan and for Fire Station No.2 and decided to negotiate an Amendment to the original Agreement for professional services with ST A which included the design and construction administration for Fire Station No.2 and had an established fee structure. On June 28, 2000, the City Commission approved Amendment No.1, in the amount of $318,020, to the original Agreement with ST A for design and construction administration services, the restoration of the existing Fire Station No.2, the addition of a new three bay Fire Station and the reconfiguration and design of the Fire Station site to isolate it from the Public Works Yard. The Administration has studied the use of Construction Management at Risk (CMR) for the Project in lieu of a standard bidding process. The use of CMR allows for the involvement in the process by a contractor as early as design development, which in turn affords the city and the consultant the expertise of the contractor in determining better means and methods of construction, controls of costs, selection of subcontractors, etc. Based on the Administration's recommendation, the City Commission authorized the issuance of a Request for Qualifications (RFQ) for Construction Management at Risk for the Fire Station No.2 Renovation and Expansion on September 13,2000. The RFQ was issued on October 9, 2000 and responses were received from four firms on November 10,2000. By selecting the CMR early in the process, potential design and constructibility issues, which may later cause additional costs, are reduced during the design. The CMR participates with the consultants in determining better uses of materials, better methods of construction, better selection of products, better coordination between trades, etc. The CMR also participates in bidding the different trades and portions of the Project and advises the City on selecting the best values and the best proposals. This team and partnering approach takes into consideration the established budget, the established schedule and the limitations of the construction site. It also affords the opportunity of selecting the major subcontractors early in the process, have them approved by the City, and involve them in the design process as well. It has been shown in the past that the CMR method generally cuts down on construction problems and therefore construction costs. CMR requires that the Construction Manager (CM) provide an initial estimate, based on the established budget, as early as the Design Development of the Project. The CM is then responsible for this estimate and must provide the City with updates at regular intervals to insure that the Project is within budget. At approximately ninety percent completion of the Construction Documents Phase of the Project, the CM must provide the Guaranteed Maximum Price (GMP) which establishes the cost of the Project, within budget, and which makes the CM responsible for this price regardless of developments during construction which may increase costs. Code issues, errors in the documents, unforeseen conditions, etc., which increase construction costs, must be borne by the CM. Only changes requested by the City, which go beyond the original scope of work, or unforeseen conditions which could not be anticipated by any of the parties involved, are considered as potential change orders when using CMR. Commission Memorandum April 18, 2001 Fire Station No.2, Construction Management @ Risk Page 3 The CMR includes a fee for the management of the Project as part of the final GMP. The fee is based on the early participation in the design process and the management of the bidding phase. The management fee is usually covered by the savings which the CM can generate from the participation in the design, the value engineering, and the minimization of change orders during construction. An Evaluation Committee selected Jasco Construction Company (Jasco) as the number-one ranked firm. The City Administration recommended Jasco to the City Commission and was authorized to enter into negotiations for a Professional Services Agreement on January 31, 2001. The fee for Pre- construction Services, as set forth in the attached Agreement, in the amount of $36,500, was negotiated with Jasco from an initial amount of $48,500. In addition, the initial estimate is established as $3,775,000, which is the current construction budget. At the March 5, 2001 GO Oversight Committee meeting, the CMR Agreement with Jasco was discussed and the Committee recommended proceeding with the Pre-construction Services Agreement as presented. The Committee requested that the GMP Amendment be brought back to the Committee for review and recommendation. The Committee also requested that incentives for early completion and penalties for delays in the Project be included in the Amendment. Finally, the Committee recommended the full appropriation as requested by the Administration. The CM cannot provide a GMP until the design construction documents are complete. The CM, by being involved during the design, can advise the City on whether the Project continues to be on budget and also identifY those areas which must be addressed in order to keep it in budget. Once the GMP is established, the Administration will bring to the City Commission an Amendment to the Agreement identifYing the final Project cost, as well as the parties' rights and responsibilities with respect to the progression of the Work, through Project completion. The CM must maintain the Project within budget at all times during the process. The City Administration recommends that the Mayor and City Commission, authorize the Mayor and City Clerk to execute an Agreement for Pre-construction Services for Construction Management at Risk with the number-one ranked firm, Jasco Construction Company, in the amount of$36,500. The Agreement has been reviewed by the City Attorney's office as well as staff. The Agreement has also been reviewed by Hazen and Sawyer and by URS to obtain their comments since the City has not used CMR in the past. The Administration also recommends the Mayor and City Commission appropriate funds, in the amount of $36,500, from the GO Bond Program, for the Pre-construction Services of the Construction Management at Risk Agreement. The Administration further requests that the Mayor and City Commission appropriate funds, in the amount of $50,000 from the GO Bond Program for testing services for the Fire Station No.2 Ren~ion and Ex ansion. IMGIMDBIM DW iAAI A:\CM@RlSKI D (J" Attac ~ AGREEMENT FOR PRE-CONSTRUCTION SERVICES BETWEEN CITY OF MIAMI BEACH, FLORIDA, AND JASCO CONSTRUCTION COMPANY FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES PURSUANT TO RFQ. NO. 117-99/00, ENTITLED "CONSTRUCTION MANAGEMENT AT RISK FOR THE FIRE STATION NO.2 RENOVATION AND EXPANSION" THIS AGREEMENT, made and entered into this If IidaYOf AlllL ,2001, by and between the CITY OF MIAMI BEACH (hereinafter City), and JASCO CONSTRUCTION COMPANY, INC. (hereinafter Construction Manager or CM). WITNESSETH: WHEREAS, the firm of Jasco Construction Company, Inc. (Construction Manager or CM) is a Florida corporation and; WHEREAS, the City intends to construct Fire Station No, 2 and desires to engage the services ofCM, and 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 ofthe 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 ArchitectlEngineer or AlE: The "ArchitectfEngineer" 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 Design Professional, this entity has entered into a separate agreement with the City for design services for the Project, said Agreement 1.2 Bonds: 1.3 Bond Premium: 1.4 Budget: 1.5 City or Owner: attached and incorporated as Exhibit "A" hereto. For purposes of this Agreement, the Architect/Engineer of record for the Project is ST A Architectural Group, whose principal address is 3526 North Miami Avenue, Miami, Florida 33127. The "Bonds" shall mean the Public Construction Payment Bond and the Public Construction Performance and Guarantee Bond furnished by the Construction Manager as required by this Agreement. The term "Bond Premium" shall mean the direct cost of the premium paid for the Bond (s). 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. 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 governing 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. 2 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 of the 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 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 3 1.8 1.9 in this Agreement, and he shall attempt to render administrative decisions promptly to avoid unreasonable delay in the progress of the Consultant's work. 1.7.2 The City Manager shall additionally be authorized, but not required, at the request of the CM, to reallocate monies already budgeted toward payment of the CM; provided, however, that he cannot increase the Consultant'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 shall additionally be the sole representative of the City authorized to issue a Notice to Proceed. The City Manager may consider, comment upon, or approve modifications in accordance with applicable laws and ordinances. 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 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. 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. 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. 4 1.10 1.1] 1.12 Contract Amendment or Change Orders: Construction Change Directive: Construction Estimate: "A Contract Amendment" 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 effecting changes to the Work shall be countersigned by the CM and the AlE. 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 00/1 00 ($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. Additionally, all Contract Amendments and/or Change Orders shall be reported as informational items to the General Obligation Bond Oversight Committee and, whenever possible, prior to their submittal for consideration by either the City Manager or the Mayor and City Commission, as prescribed herein. 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. The term "Construction Estimate" shall mean a cost estimate for the completion of the entire Scope of Work for the Project, which estimate shall 5 include all components of the Cost of the Work, as well as the Construction Fee for the Project. This estimate is initially established as $3,775,000 which is the sum budgeted by the City for the construction cost for the Project. 1.13 Construction Manager (CM): The firm of Jasco Construction Company, whose principal address is 1~/7 ;$W /.:l#J..sr /11lA/II1. fl.. ~&~; as selected by the City pursuant to RFQ No. 117- , ~ 99/00, to provide services of Construction Management At-Risk for this ~ Project, as herein defined and as may be reasonably inferred from the Contract Documents for the Fee, and an Initial Guaranteed Maximum Price (IGMP) and Guaranteed Maximum Price (GMP). 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. As part of the services to be provided by the Construction Manager pursuant to this Agreement, the parties contemplate that Construction Manager may be required to perform general engineering services. To that end, all engineers required in order to fulfill the services contemplated by this Agreement, shall be duly licensed and certified by the State of Florida to engage in the practice of engineering in this State. Similarly, any and all special inspectors, as and if required pursuant to this Agreement, shall be duly certified, licensed and registered under Chapter 471, Florida Statutes, as an engineer, or under Chapter 481, as an architect, and shall additionally possess the requisite occupational license from the City and the County. 1.14.1 1.14.2 The Construction Manager shall be liable for it's 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 6 deemed to include any subconsultants and any other person or entity acting under the direction or control of Construction Manager. Any subconsultants retained by Construction Manager pursuant to this Agreement and the Project, must receive the prior written approval ofthe 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 $36,500, 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 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 of the 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 therefrom. 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 NE. 1.19 Contingency: The term "Contingency" shall mean a line item contingency amount contained in the Schedule of Values for the Project, which contingency 7 1.20 1.21 Contract: Contract Documents: 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 ofthe 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. The term "Contract" means the contract formed by all of the Contract Documents, including this Agreement and any amendments hereto. The "Contract Documents" include this Agreement; Request for Qualifications No. 117-99/00, entitled "Construction Management At Risk for the Fire Station No.2 Renovation and Expansion", and all attachments and amendments thereto; CM's submittal(s) in response to the Request for Qualifications; the most current AlE Agreement with the City, attached as Exhibit "A" hereto; and such other documentation as may be listed as an Exhibit to this Agreement. Upon execution of the GMP Amendment, the Contract Documents shall be expanded to include, in addition to those listed above, those identified by the GMP Amendment and the attachments thereto. 8 1.22 Contract Time: 1.23 Drawings: 1.24 General: 1.25 General Contractor: 1.26 Guaranteed Maximum Price: The time period defined within this Agreement for the Construction Manager to submit the IGMP. The "Drawings" shall refer to the graphic and pictorial provisions of the Work identified as the Drawings in the GMP Amendment; Change Order, or Construction Change Directive issued and executed in accordance with the Agreement, including without limitation, all notes schedule and legends on such Drawings. 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. The term "General Contractor" shall refer to the eM 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. 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, less only the Preconstruction Services Fee. 1.27 GMP Amendment: The term "GMP Amendment" shall mean the GMP Proposal for the Project, if any, accepted by the City, in its sole discretion, in substantially the same form as attached as Exhibit "B" 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. 9 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. 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 1.29 Laws: 1.31 Phase 1- Schematic Design Documents: Construction Manager's recommended modifications to the Drawings and Specifications relating to the Project based on an evaluation of the Project requirements; 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. 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. eM's knowledge of and coordination with said Agreement is incorporated herein. The CM herein acknowledges that the Schematic Design Documents for the Project have been completed by the AlE and approved by the City. 10 1.32 Phase n- Design Development Documents: The term "Phase n- 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 A/E Agreement. CM's knowledge of and coordination with said Agreement is incorporated herein. 1.33 Phase III- Construction Documents: The term "Phase III- 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 Preconstruction Services Fee: The term "Preconstruction Services Fee" shall mean the fixed fee for the services contemplated in this Agreement, in the amount of$36,500, for CM's services performed during the Design Phase related to the Project, which fee includes all direct and indirect costs incurred by the Construction Manager in the proper performance of the Design, Bid and Award Phase Services. 1.35 Preconstruction Phase Services: The term "Preconstruction Phase Services" shall mean the services which the 1.36 Project: Construction Manager shall perform for the Design, 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. The term "Project" shall mean that certain construction project pursuant to RFQ No. 117.99/00 entitled, "Construction Management At Risk for the Fire Station No.2 Renovation and Expansion", as referenced by the Agreement and to which the Contract Documents relate, and refers to the total construction of which the Work may be the whole or a portion thereof. 11 1.37 Schedule of Values: 1.3 8 Scope of the Work: 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 the applicable GMP Proposal, the sum of which shall not exceed the GMP. 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, 1.40 Subconsultants: 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. A "Subconsultant" 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 6 term includes such Subconsultant's authorized representatives. Construction ..,;v OOe.KlIU:l Il.ITO Manager shall obtain~written approval of the City prior to~giRg SF ~ A6!~tM~Nrs> WITI-\ "Ir I'Hsaif)'iRg the subconsultants and other professional associates. Any such lJ> services performed by any Subconsultants shall be passed through to City 1.40.1 1.40.2 without additional charge by the CM. All such work shall be itemized on invoices from such Subconsultants, showing work performed and charges incurred. 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. 12 1.40.3 1.40.4. 1.40.5 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. 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. If any of the services outlined in this Agreement are furnished 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 Conditions of the Contract Documents and applicable laws. The term "Taxes" shall mean all taxes related to the performance of the Work 1.43 Taxes: 1.44 Work: or any portion thereof, including but not limited to, all sales, consumer, use, occupational, excise, social security, unemployment compensation and similar taxes. The term "Work" 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 13 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. 1.4 5 Proposal Documents: "Proposal Documents" shall mean Request for Qualifications No. 117-99/00 entitled, "Construction Management At Risk for the Fire Station No. 2 Renovation and Expansion" (the RFQ) issued by the City in contemplation of this Agreement, together with all amendments thereto, if any, and the Construction Manager's proposal in response thereto (Proposal), which is incorporated by reference in this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the proposal and this Agreement, this Agreement shall prevail. 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, tornados, 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. 14 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 furnish its best skill and judgment in performing the CM's services and the Work, and shall always act to further the interest ofthe City in the expeditious completion of the Project, at the lowest 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 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, and/or 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 15 & ~ complete to establish the GMP; therefore, it is anticipated that one Sf HUU\! GMP Amendment\ 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 Agree,ment as ifJully set forth herein. The GMP for the AnllNeTi l'eI:?ISNI{~O%)UiMPr.E.1'ON or CdN7TJl.uc.TIDN J};?a;~1Jf7 Project must be establishe<J\R9 lat<ilr tl:l~ ....... .... . after issuance oT an imtial NotIce to Proceed by the City pursuant to this Agreement; otherwise this Agreement shall terminate pursuant to Article t!!!: ~ VI herein. 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 below and, upon approval by the City ofthe GMP, and as contemplated in a 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 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. Generally - 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 (i.e. design development and 100% construction document), review the plans and advise the City and the Architect/Engineer 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 16 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 $36,500, representing the Construction Manager's Fee. At the conclusion of the Preconstruction Services, the Construction Manager shall, without assuming the duties ofthe Architect/Engineer, warrant to the City, that the plans, specifications and other Contract Documents are consistent, practical, feasible and constructable, and that the Project is constructable 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) b) c) d) e) Exhibit V of this Agreement. Coordination, 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. Project reports (monthly). Request for Information. Contract Amendment(s) process. 17 f) Shop Drawing submittal. g) Project closeout. Said procedures manual to be presented no later than with first application for payment. 4.2 Coordination and Scheduling 4.2.1 Coordination with Design Professional - In providing the Construction Manager's services described in this Agreement, the CM shall maintain a working relationship with the ArchitectfEngineer. 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 under 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 Scheduling - The CM shall meet immediately upon execution ofthis Agreement with the Architect/Engineer and City representatives to review the most current Exhibit "A" of the Architect/Engineer's 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 Exhibit "A" to the Architect/Engineer's contract. 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. 4.3 Design Phase 4.3.1 Review of Desi\ln Documents - The CM shall review the design documents and 18 make recommendations to the City and to the AlE as to constructability, cost, sequencing, scheduling, and 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 A/E 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 most current Exhibit "A" attached to the Architect/Engineer's Agreement. 4,3.2 Responsibility' The CM, as a result of the above-noted review of the design documents and recommendations provided to the City, shall be fully responsible for the coordination of the 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 unforseen 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 agrees specifically 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 document, incompatibility, or conflicts between the documents and the existing conditions, utilities, code issues and unforseen underground conditions. 4.3.3 Preliminary Scheduling - The CM will submit to the ArchitectlEngineer for comment and to the City for approval a proposed schedule for the Project at the time the Phase II 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. 19 4.3.4 Estimating and Cost Control - 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 Exhibit" A" ofthe ArchitectlEngineer's contract 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, The initial estimate shall be considered the Initial Guaranteed Maximum Price, and shall not exceed the construction budget of $3,775,000. a) Should the CM's IGMP 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 ArchitectlEngineer 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. 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 IGMP. 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 eM'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. 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 20 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 Architect/Engineer 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 Design 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 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 A ward 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 Prequalification - 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 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 ofthe subcontractor's prequalification plan noted above. The 21 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-Bid 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 Bidding - 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 ArchitectfEngineer and the City prior to award by the CM. 4.5 The Guaranteed Maximum Price 4.5,1 CalculationfNegotiation 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. 22 4.5.2 Acceptance ofGMP - 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 Exhibit "A" of the Architect/Engineer's contract. 4.6.2 Review and Acceptance of Schedule- In executing the Agreement, the CM acknowledges specifically that the CM has reviewed the most current Exhibit "A" of the Architect/Engineer's contract, has given any necessary input to the City regarding any need to modify that schedule to accommodate the CM at Risk process, and shall not be entitled to additional time or money in order to conform the CM services to that schedule, 4.6.3 Preparation and Delivery 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 Exhibit "A" of the Architect/Engineer's Agreement. 4.7 Payment 4.7,1 Application for Payment Submittal- The CM shall submit monthly an application for payment for the proportional amount of the Preconstruction 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 23 proposal by the CM. Delays to the schedule shall result in re-calculation of the monthly application amount by dividing the amount of Preconstruct ion 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 control, 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 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 eM as a result of any delays to the performance of this Agreement. Specifically, 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 Require 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 ofthree years after final completion, 24 ARTICLE V GMP PROPOSAL AND ACCEPTANCEJREJECTION 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 ofthe 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 City of Miami Beach Fee. Profit. General Conditions. Continency 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 ofthe 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 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. Reject the proposed 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 25 interest. In this event, the CM shall not perform 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. ii) When accepted by the City, the GMP shall be formalized by the execution of the GMP Amendment (Exhibit 1). iii) The City shall determine, after each negotiation session, unless agreement is reached, it 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. iv) 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 (l) 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 eM. 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 26 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 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 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 of Termination, 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 Article 6.3 Termination by CM The CM may only terminate this Agreement for cause in the event that the City willfully 27 violates any provisions of this Agreement or umeasonably 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 Article 6 herein. 6.3.1 The CM shall have no right to terminate this Agreement for convenience of the CM, 6.4 Implementation of Termination In the event of termination, either for cause or for convenience, the CM, upon receipt of the notice of termination, shall (1) stop the performance of Services under this Agreement on 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 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, 28 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 personnel hours charged to the Project, and any expenses for which CM expects to be reimbursed. All books and records relative to the Project will be available at all reasonable times 29 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 Equal Opportunity Employment 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 of36 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. 30 8.5 No Contingent 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. 8.6 i\ssignment 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 CM shall provide, pay for and maintain in force at all times during the services to be performed, such insurance, including Professional Liability Insurance, Worker's Compensation Insurance, Comprehensive General or Commercial Liability Insurance, Business Automobile Liability Insurance and Employer's Liability Insurance. Such policy or policies shall be issued by companies authorized to do business in the State of Florida with an A.M, Best's Insurance Guide (latest edition) rating acceptable to the City's Risk Manager and having agents upon whom service of process may be made in the State of Florida. CM shall specifically protect the City by naming the City of Miami Beach as an additional insured under all policies required by this action. 8.7.1 Professional Liability Insurance with the limits of liability provided by such policy to be no less than Two Million Dollars ($2,000,000) per occurrence with a maximum deductible of $100,000 per occurrence, and $200,000 aggregate. CM shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance Policy. 31 8.7.2 Business Automobile Liabilitv Insurance with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and One Million Dollars ($1,000,000) per occurrence for Property Damage Liability. Coverage must include owned vehicles and hired and non-owned vehicles. 8,7.3 CM shall provide to City a Certificate ofInsurance 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 by CM to City, plus ten percent (10%) of the amount of premiums paid to compensate City for its administrative costs, If CM does not repay 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 Agreements Superseded/amendments This document incorporates and includes all pnor 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 ofthis 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. 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 32 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 Capital Projects Coordinator City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, Florida 33139 with a copy to: Murray H. Dubbin, City Attorney City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, Florida 33139 FOR CONSTRUCTION MANAGER: ESTI<8/hJ ~. StJAQc2-- Igg/~ oS....; 1.;1..~ C~r H.2::J9oI"'.z: Fi-.4 c 13 S II''' , 8.10 InteqJretation The language ofthis 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 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. 33 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 eM 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.. The eM shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees. 8.14 Ajl:reement Severable: No Waiver In the event any provisions ofthis 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. 34 8.15 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 responsibilities under this Agreement. 8.16 Venue This Agreement shall be enforceable in Miami-Dade County, Florida, and iflegal 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. 8.17 Limitation of Liability 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 any way intended to be a waiver ofthe limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes, 35 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: ~f~ Robert Parcher, City Clerk ATTEST: RJA \kw F:\A TTO\AGUR\AGREEMNT\PROFSVC\JASCQ,AGR APPROVED ;.s TO FORM & LANGUAGE & FOR EXECUTION /I, &d. 'I-16-d/ NKomwf ~ r (\,-.. THE CITY OF MIAMI BEACH 71t~ Neisen Kasdin, Mayor JASCO CONSTRUCTION COMPANY, INC. BY:~~ ( ,eS ~ /1;tI L. ~/~t;? Print Name/Title 36 EXHIBIT "B" TO CONSTRUCTION MANAGER AT RISK AGREEMENT DRAFT GMP AMENDMENT THIS GMP AMENDMENT, made and entered into as of this_day of CGMP Amendment") amends that certain Agreement between Owner, the CITY OF MIAMI BEACH, FLORIDA (also, City) and Construction Manager, JASCO CONSTRUCTION COMPANY, INC., made as of the day of For the following described Project: FIRE STATION NO.2 2300 PINE TREE DRIVE MIAMI BEACH, FLORIDA 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 govern 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 37 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. e. The entire Scope of the Work for the Project, FIRE STATION NO.2, is hereby incorporated into the Work. f. The date of Commencement for the construction of Project shall be (the "Date of Commencement"). g. The Construction Manager shall achieve Substantial Completion of the entire 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 ofthis Agreement. h. The City and the Construction Manager acknowledge and agree that the City will suffer damages if the Construction Manager fails to achieve Substantial Completion of the entire Work for this Project, FIRE STATION NO.2, as defined in the Contract Documents, 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 entire Work for this Project, FIRE STATION NO.2, 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. 38 1. The Guaranteed Maximum Price for the Project, FIRE STATION NO. 2, 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 J. The Construction Manager shall continue to 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 provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. 1. 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. 39 n. To the extent that the Owner has authorized the Construction Manager, in writing, to perform a portion of 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, are 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. THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK 40 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: JASCO CONSTRUCTION COMPANY ATTEST: By: By: Secretary President F :\ATTO\AGUR\AGREEMNlIPROFSYC\JASCO.AGR 41 ATTACHMENT I CONTRACT DOCUMENTS: THE ORA WINGS ATTACHMENT II CONTRACT DOCUMENTS: THE SPECIFICATIONS ATTACHMENT III CONTRACT DOCUMENTS: ADDITIONAL CONTRACT DOCUMENTS ATTACHMENT IV CONTRACT DOCUMENTS: CONSTRUCTION MANAGER'S WAGE SCHEDULE ATTACHMENT V CONTRACT DOCUMENTS: CONSTRUCTION SCHEDULE F:\A TTO\AGUR\AGREEMNT\PROFSVC\JASCO.AGR 42