D. Stephenson Construction, Inc. Agreement
-
Upload
donpeeblesmia -
Category
Documents
-
view
214 -
download
0
Transcript of D. Stephenson Construction, Inc. Agreement
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 1/152
2//
2O// —,
277
AGREEMENT
FOR
PRE -
CONSTRUCTION SERVICES
BETWEEN CITY
OF
MIAMI BEACH, FLORIDA,
AND D.
STEPHENSON
CONSTRUCTION INC.,
FOR CONSTRUCTION MANAGEMENT
AT RISK
SERVICES
PURSUANT TO RESOLUTION
NO.
2011 -27794 ENTITLED " CONSTRUCTION MANAGEMENT AT RISK PRE -
CONSTRUCTION
SERVICES
FOR THE NORTH SHORE
BANDSHELL
PARK PROJECT ".
THIS
AGREEMENT, made an d
entered
into
this ire
d a y o f
i4pri
I ,
2012, by
an d
between the
CITY OF MIAMI BEACH, a Florida
municipal corporation whose address
is 1700 Convention
Center
Drive, Miami
Beach, FI. 33139 ( hereinafter City), and D. Stephenson
Construction,
Inc., a Florida corporation whose address
is 6241 N . Dixie Highway, Fort Lauderdale, FI, 33334 (hereinafter
Construction
Manager or
CM).
WITNESSED:
WHEREAS,
the
City intends to renovate
the
N o rth S ho re Bandshell Park and
desires
to engage th e
services of CM; and
WHEREAS,
the CM desires
to
ac t as Construction
Manager At -Risk
to the
City to
provide
the services as
set forth in this
Agreement.
NOW THEREFORE, in
consideration of
the covenants and conditions herein
contained,
and other good
an d
valuable consideration,
the
sufficiency of which is hereby acknowledged, City and
CM
agree
as
follows:
ARTICLE I
DEFINITIONS
T he fo llo win g te rm s shall
have
the
meanings
specified below;
an y
capitalized terms
referred
to h ere in
an d
no t
defined shall ha ve th e m e an in g s se t forth
in
the Agreement between
City
an d Construction
Manager:
1 .
1
Architect/Engineer or A /
E: The "
Architect/Engineer" or "
A /
E" shall mean that person or firm
designated
as
the architect/ engineer
fo r
the Pro ject, o r any portion
thereof.
Also referred to
as the
Consultant,
this
entity ha s
entered
into
a separate
agreement with
the C ity fo r d es ig n services
for
the
Project,
said
Agreement
attached and incorporated as Exhibit
VII
hereto ( also referred to as the
A/
E Agreement). For purposes
of
this
Agreement,
the Architect/Engineer
of
record for the Project is Borrelli +
Partners, Inc., whose
principal
address is
2600, South Douglas Rd, Suite 801, Coral Gables, Florida, 33134.
1 . 2
Bonds:
The " Bonds" shall mean the Public Construction Payment Bond and
the
Public
Construction
Performance and Guarantee
Bond
furnished by the CM as
required
by this Agreement.
1 . 3
Bond
Premium: The term " Bond Premium" shall
mean
the direct cost
of
the premium paid for the
Bond ( s).
U.0 UUU
V
VLF
1 . 4 Budget: The minimum
amount
established
by
tie
CityAv3.
his PrQjct,
ar4
also referenced to herein
U
VU
V UU V
as
the " Construction Estimate ",and which
has
been established
as $
1 , 000,000.
CM herein acknowledges
that,
UVUU
0 U
UVGU U
li
U
U
U0 U U
00-,U U
0 0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 2/152
prior
to
execution
of
this
Agreement; it
has received
the
City'
s
written Budget
for the Project.
1 . 5
City or
Owner:
The "City"
or "
Owner"
shall m ean the City
of
Mami
Beach, a
Florida municipal
corporation, having
its
princ ipa l o f fi ces
at 1700 Convention
Center
Drive , Miami
Beach, Flor ida, 33139,
an d
m ay
also
be
referred
to
as
the "
Owner in this
Agreement.
The
City, as a
governmental entity, is subject
to
the
availability
of funds an d annual
appropriat ion o f
funds
by
its l eg islat ive body an d other governmental
authorities
or
sources of revenue, in
an
amount
to
allow
continuation
of
its
performance under
this
Agreement.
In the event of
lack of funding
for
this Agreement, o r the Project subject to this Agreement, this
Agreement
m ay be terminated
by
the City pursuant
to
the procedures set fo rth
in
Subsection
6.2.
1 . 6 City Commission: "
City Commission" shall mean th e governing
an d legislative
body of the City.
The
City Commission shall be the f inal authority
to
do or to approve th e following
actions
or conduct by passage of an
enabling
resolution or
amendment
to
this
Agreement.
1 . 6. 1
The
City
Commission
shall be
the
b od y to
consider,
comment upon, or a pp ro ve o f a ny amendments
or
modifications to this Agreement.
1 . 6. 2 The City Commission shall be th e body to consider,
comment
upon, or approve any assignment,
sale,
transfer or subletting of this Agreement or any interest therein, or
any
subcontracts made pursuant to this
Agreement. Assignment an d
transfer shall be d efin ed to in clu de s ale o f th e m a jo rity
of
the stock of
a
corporation.
1 . 6. 3 All
City
Commission
approvals
an d
authorizations shall be
expressed
by
passage
of an appropriate
enabling
resolution and,
as determined
by
the
City if applicable or
required,
by the e xe cu tio n o f an appropriate
amendment to this
Agreement.
1 .
6. 4 The
City
Commission shall approve or
consider
all contract
amendments
which exceed the
sum
of
Twenty -F ive Thousand Dollars a nd 0 0/ 1 00 ($
25 ,000 .
00), or such other amount as may be specified
by
th e C ity of
Miami Beach Code in
its Procurement
Ordinance, as same m ay
be
amended
from time
to t ime.
1 . 7
City
Manager:
The
City Manager" shall
mean
the Chief Administrative Officer of the
City. The
City
M anag er shall be construed to include an y d uly authorized designees, including, a Program Coordinator, an d
shall serve
as
the City'
s
representative to whom administrative requests for approval shall
be
made
an d
who shall
issue authorizations exclusive of those authorizations reserved to the City Commission, to the
CM.
These
authorizations
shall
include,
without limitation:
reviewing, approving,
or otherwise
commenting
upon
the
schedules,
plans, reports,
estimates, contracts
an d
other documents
submitted to the City by
the
CM
pursuant
to
the Scope
of Services set fo rth in this Agreement, as same m ay be
amended
from time to time.
1 .
7.
1 The City
Manager
shall
decide,
in his professional
discretion,
matters
arising
pursuant to this
Agreement,
which are no t otherwise expressly provided
for
in this
Agreement,
and
he
shall attempt
to
render
administrative decisions
promptly
to avoid
unreasonable
delay
in
the
progress
of
the CM '
s
work.
1. 7.2
The City Manager shall additionally be authorized,
but
not required,
upon
written request of th e
CM,
to
reallocate monies already budgeted toward
payment of the CM; provided, however, that he cannot
increase th e
CM'
s
compensation
or
other
budgets established
by this
Agreement.
Ul f U U
l: [:
U
U
1 . 7. 3 The City
Manager,
in
hi s
administrative cYiocrettion,
ncy
consult with the City
Commission
concerning
disputes
or matters
arising
under
tl
iiisuAgement-
g
whether such matters or d isputes are
U V U V V
V
V
V V U 0
V
U
U
V. U0
0
V V U
J U 0
V
2
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 3/152
enumerated herein.
1 . 7. 4
The
City Manager or his designee shall be th e representative, on behalf of the
City
authorized
to
issue
a Notice
to
Proceed.
1 . 7. 5 The City Manager
may
approve contract amendments which shall not exceed the sum of Twenty -
Five
Thousand
Dollars and 00/ 100 ($
25,
000.
00),
or
such
other amount as
may be
specified by the City of
Miami
B e ac h C od e, in its
Procurement Ordinance,
as
same
m ay be
amended
from tim e to time.
1 . 7. 6
The
City Manager
may,
in his sole discretion, form
a
committee or committees, or in qu ire o f or
consult with
persons
for th e
purpose of receiving advice
and
recommendations relating
to the
exercise
of
hi s
powers, duties
and
responsibilities under
this
Agreement.
1. 8
CM Principal:
The " CM Principal"
shall be the person
designated by
the CM as its
senior
representative
to the City. The CM Principal
shall
perform those duties required
in
this Agreement and shall
have
the authority
to commit
an d obligate the CM, and
to
fully act
for the CM in
al l maters.
1 . 9
Claim:
A "Claim" is a demand, assertion, dispute or other
such
claim by
one
of the parties hereto
arising out
of
o r based u po n the
terms
an d
condit ions
of the
Contract
Documents.
1 . 10 Contract Amendment
or
Change Orders: "A Contract Amendment"
or "
Change Order" shall mean
a written order
to
the
CM
approved by the City, as specified
in
this Agreement, and signed by the City' s duly
author ized representative,
authorizing a
change in the
Project o r th e
method an d manner of
performance thereof,
or an adjustment in the
fees
or completion
dates,
as applicable, an d executed by
the
City, CM an d
the
A/ E.
Contract Amendments and /o r C ha ng e Orders affec ti ng c hanges
to
the
Work
shall be countersigned
by
the CM
and
the A/E.
Contract Amendments and /or Change
Orders
shall be
approved
by the City Commission if
they
exceed
Twenty -
Five
Thousand
Dollars an d 00/ 100 ($
2 5 , 0 0 0. 00), or
by
th e C ity Manager
if
they are Twenty -
Five
Thousand Dollars and 00/ 100 ($
25 , 000.
00) or
less in
amount (or such other
amount
as
may
be specified
by
the
City
of
Miami B e ac h C od e,
in
its
Procurement Ordinance,
as
same m ay
be
amended from
time to
time).
Even for
Contract Amendments and /
or
Change Orders for less than Twenty -F ive Thousand Dollars an d
00 /
10 0
25 , 000 .00)
the City Manager shall
retain
the right
to
seek an d obtain
concurrence
of
the
City Commission
for
approval of
any such
Contract
Amendments and /or
Change
Orders
1 .
11
Construction Change
Directive: The
term "
Construction Change
Directive"
shall
mean a
written
directive
to effect
changes
to
the Work, prepared
by
the A / E
an d
executed by the City.
1 . 12
Construction
Estimate:
The
term " Construction Estimate" shall mean
a
cost estimate for the
completion
of
the entire Scope
of
Work for the Project, which estimate shall include all components of the Cost
of
the
Work, as well
as
the Construction Fee for the Project.
This estimate
is initially
established
as $
1 , 000,000,
which
is
the
sum
budgeted
by
the
City
for the construction
cost
for the Project ( the
Budget).
1 . 13
Construction
Manager (
CM): The firm of
D. Stephenson Construction, Inc. whose
principal
address is 6241 N . Dixie Highway, Fort Lauderdale, FI, 33334 as selected by the City
pursuant
to Resolution
No.
2011 -
27794,
to
provide Construction
Management At -
Risk services for this
Project. Acceptance of the GMP
by
the
City
shall
result in the
CM functioning
from -
liGt
point fcnNard as <
Gensral
Contractor
under
the
terms
and
U U
U
U
t) U
V
l;
l:
conditions of the Contract Documents, as sarr,
U
e
mair -
be
a
acne'
V
le ,
U
w;;
ch vrill
U-,
go into effect at the time of GMP
JVU U
U U
0 U
G
0 0
0000u U
V
UO 00
U U
3
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 4/152
acceptance
1 . 14 . 1 (
Intentionally
Omitted)
1 . 14.2
The CM shall
be
liable
for its
services,
responsibilities and liabilities
under this
Agreement,
as well
as
the services,
responsibilities
an d liabilities of any
subconsultants, and any other
person or entity acting under
the direction or control of the
CM.
When the term " CM" or "Construction Manager"
is
used
in
this Agreement,
it
sha ll b e deemed to include an y
subconsultants
an d an y
other
pe rso n o r e ntity a ctin g u nd er th e
direction
or control
of CM. Any
subconsultants retained
by CM pursuant to this
Agreement
and the P ro jec t,
must
re ce iv e th e prio r
written approval
of
the City.
1 . 15 ( Intentionally Omitted)
1 . 16
Construction Phase
Services:
The term " Construction Phase Services"
shal mean
and
anticipates,
in a
subsequent amendment
to
this
Agreement, an d further, in the event the
City approves the GMP,
the services to be performed by or th ro ug h th e CM during the
Construction
Phase
of
the
Project,
including,
without
limitation, the Work for th e Project, and such other
services
as called for by
this
Agreement and any
amendments hereto, or
reasonably
inferred there from.
1 .
17
Construction
Schedule:
The term "
Construction
Schedule" shall mean a critical path
schedule or
other construction
schedule,
as defined an d required by the Contract
Documents.
1 . 18
Construction
Team:
The
term "Construction Team" shall mean the construction
team
consisting of
representatives of th e City, CM, and the A/E.
1 . 19 Contingency: The term " Cont ingency" sha ll
mean
a
line
item con tingency amount contained in the
Schedule o f
Values
fo r the Project, which
contingency amount,
if accepted
by
the City, shall
be
i nc luded w ith in the
GM P for t he Pro jec t,
a nd s ha ll accordingly be
referenced
in the [ G M P]
Amendment
to
this
Agreement. Pursuant
to said
Amendment,
th e
Contingency
shall
be
used as
a
source
of funds for
the
costs
reasonably
and
necessarily
incurred
an d
paid
by the
CM.
The
Contingency shall
be in an a m ou n t w hic h
the
CM
believes,
in its best judgment , is reasonable
to
cover
c on stru ctio n re la te d c os ts w hic h w ere not speci fically foreseeable or quantifiable as
of
the date the Guaranteed
Maximum Price
was established,
including
but not lim ited to
the
following: correction of
minor defects
or
omissions in
the Work no t caused by the
CM ' s
negligence; cost overruns du e to the d efa u lt o f
an y
subcontractor
or
supplier;
m in o r c ha n ge s c au se d
by
u nfo re se en o r c on ce ale d s ite c o nd itio n s; and m in o r c ha n ge s in
the
Work
no t
involving
adjustment in the
Guaran teed Maximum
Price or
extension
of
the
completion date and no t
inconsistent
with
the approved final plans
and
specifications.
1 .
19.
1 : Draws
m ay
be
charged
against
the
C o ntin g en c y o n ly with
the C ity '
s
written consent,
w hic h s ha ll
not be unreasonably withheld or
delayed.
Th e
Contingency
excludes, and shall not be used
for, costs
incurred to
demobilize and remobilize due to suspensions o rdered by the Owner, or fo r the Owner requested Changes
to
the
Work,
al l of
which
are
to
be treated
only
by Change Order.
000
000
0
000
0
0
0 0 0 0
0 0 0 0 0
O U
0 0 0
0
U 0
O 0
0 000
0
0
U 0
O 0
00
0 0 U
0
U
0
O 0 00
0
000
0
00000
0 000
J 0 0
0 0
0000
0 0 0
0
G0
JO
u u
00000 i.
0
0
4
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 5/152
1 .
19 .
2: Upon
making
a
draw
against
the
Contingency,
th e
CM
shall increase
the
relevant budgeted
line
i tems by
the
amount of the draw, an d decrease the respect ive cont ingency line
item
accordingly. The CM
shal
maintain
records satisfactory to
the
City to
document
each d ra w a ga in st ea ch Contingency.
1 .
19.
3: To
the
extent that a ny p ortio n of
the
Contingency remains unallocated on the
date
of Fina l
Completion
an d
after
the
is su an ce o f
fina l paymen t
fo r
the
Projec t, which remaining
portion
of
the C o n ting ency
shall
accrue to
the benefit
of the
City.
1 .
20
Contract:
The term " Contract"
means the
contract formed by al l of
the
Contract
Documents,
including this
Agreement and any
amendments hereto.
1. 21 Contract Documents: The "
Contract Documents"
include
Resolution No.
2011 -27794 this
Agreement, and all attachments,
exhibits,
an d amendments thereto including,
without limitation, the A/E
Agreement,
attached
as
Exhibit VII hereto; an d
such
other documentat ion as m ay be liste d a s an attachment
and /
or
an exhibit to this Agreement.
Upon execution
of
the
GMP Amendment,
the
Contract
Documents
shall be
expanded
to
include,
in addit io n to those
items
listed
above, those
documents identified by th e G M P Amendment
and the attachments
and
exhibits thereto.
1. 22
Contract Time:
The time period defined within this Agreement for the CM
to
submit the GMP.
1 .
23 Drawings:
The " Drawings" shall refer
to
the graphic
and pictorial provisions of the
Work
identified as
the Drawings
in
the
GMP Amendment; Change Order,
or Construction
Change Directive
issued
and executed in
accordance with the Agreement, including without limitation, all
notes
schedule
and
legends on such Drawings.
1 .
24 General:
Except
as
defined
herein,
or
as
otherwise
defined in the Contract
Documents, words which
have well -known
technical meanings
or otherwise have
accepted construction industry meanings
are used in the
Contract Documents
in
accordance with such well -known or accepted meanings.
1 . 25 General Contractor: The term " General Contractor sha ll refer to the CM after acceptance
by
the
City
of
th e GMP Amendment. The CM shall be duly licensed as a
General Contractor pursuant
to Chapter 489,
Florida Statutes.
1. 26 Guaranteed
Maximum
Price:
The term "Guaranteed Maximum
Price"
or "GMP"
shall
mean the sum
certain set forth
in
the GMP Amendment as the
Project
price that the
CM guarantees
not to exceed
for
the
Project
for
all services
within the
Agreement, as
same shall
be
amended
upon acceptance of
the
GM P by th e C ity , b ut
which
shall
not include the Preconstruction Services
Fee.
1 . 27 GMP Amendment: The term " GMP
Amendment"
shall mean the
GMP
Proposal for the Project, if
any, accepted by
the
City, in its sole discretion, in substantially the same form as attached as
Exhibit "
I , (
or
a
phased port ion thereof) hereto, which
Amendment
shall automatically become
a
part hereof upon the
City' s
an d
CM '
s e xe cu tio n o f
the same
a nd sh all
e sta blis h, a m o n g o th er th in g s, t he G M P , t he
n am es o f the CM ' s on
site -
management and supervisory personnel for th e Project; a nd th e Contract Time for the Project.
1 .
28
GMP
Proposal: The term "
GMP
rppo
al" shall
moan
a proposal for completing the Project, which
O U 0 U
O
U
proposal shall include the proposed GuaranteNd „Maximum price ,
o th
construction of the Project, as provided
U JJ
it
iJ O0
by
the CM
and
accepted
by
the
City based
upon the Drawings
and
Specifications; the Contract Documents;
and
000J
0
0030
J
J
0
O JO00
J
JOUO J
J J
5
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 6/152
the
Memorandum of Changes.
The
City
ha s
no obligation
to
accept the GMP Proposal regardless of
the amount
or its relationship to estimates
provided.
1 . 29 Laws: The term "Laws" shall
include
al l
Federal,
State, County a nd lo ca l la ws , statutes,
regulations,
ordinances,
rules
and
building
codes appl icab le
to the
Project,
including, without limitation, orders of
an y public
authority
having
jurisdiction over
the
Project, bui lding,
labor, safety,
licensing
or
environmental
laws an d
local
building
codes, building standards an d
t rade p rac ti ces a ffec ting the
Project, as
same m ay
be
amended
from t ime
to time.
1 .
30
Memorandum of
Changes: The term " M e m ora nd um o f Changes" s ha ll m e an a written s um m ary o f
the CM ' s recommended
modifications
to th e Drawings an d
Specifications relating
to the
Project
based on an
evaluation of the Project requirements; on an d off -site development; survey requirements; an d P ro je ct b ud g et
requirements;
and
a review
of
the
design
documents;
and
the Drawings
and
Specifications;
and
the Contract
Documents.
1 .
31
30% - Schematic Design Documents:
The
term " 30 %-
Schematic
Design Documents"
shall mean
Drawings
and o the r do cumen ts illus trating the sca le
an d relationship
of
the
Projec t co mpo nen ts ,
an d
as
further
defined by the
A/
E Agreement.
CM s knowledge
of
and
coordination with said
Agreement is
required
as
part of
the delivery of
CM '
s services pursuant
to this Agreement an d
th e
GMP
Amendment.
1 . 32 50% -
Design Development Documents: The term " 50 %-
Design Development Documents" shall
mean the
Drawings
and Specifications and other documents which fix and describe the size and character of the
entire Project as to architectural,
structural, mechanical
and
electrical
systems,
materials
and such other
elements, as m ay
be
appropriate, an d
as
further def ined
by
the A/
E Agreement.
CM
s
knowledge of
and
coordination
with
said Agreement is required as part of the
delivery
of C M ' s services pursuant
to
this Agreement
and the GMPAmendment.
1 . 33 100% -
Construction
Documents:
The
term " 100% - Construction Documents"
shall
mean the
D ra win gs a nd Specifications
setting
forth in detail the requirements
of
the
construction
of
the
Project,
an d
as
further defined by the NE Agreement. CM ' s knowledge
of
an d
coordination
with said Agreement is required as
part of the
delivery of
CM ' s
services pursuant
to this Agreement an d the
GMP
Amendment.
1 . 34
Preconstruction
Services Fee:
The
term "
Preconstruction Services
Fee"
shall
mean the f ixed
fee for the
CM
s services contemplated
in this
Agreement, in the amount of $14,
340,
which fee includes all direct
an d
indirect
costs incurred by th e CM
in the
proper
performance
of
the
Pre -
Construction Phase
Services
contemplated under
this Agreement.
1 .
35
Preconstruction
Phase
Services:
The
term "
Preconstruction
Phase
Services"
shall
mean
the
services
which the CM shall
perform
in reviewing
the design
an d
for
the bid an d award
phases
of the Agreement,
an d
culminates with exercise by th e C ity of one of the City' s options re ga rd in g th e G M P P ro po sa l.
1.
36 Project: The
term "
Project ",
shall mean that certain City construction
project
referenced in
Resolution N o 2011 -
27794 involving the renov&
ion °
o f th e
r4
Shor
Bandshell
Park.
J U
U l U
O
l.;,
O ' O 0
1 . 3 7 Schedule of
Values:
T h e
t e rm " S c h e d L lc o f Values ,
shallnean_
t h e
s c h e d u le o f
v a l u e s ,
s e t t in g f o r th
0000U U 0
0 0 0 0
O
0 0
0
00000 0 0
0
J 0 00 00 0 0
0000
J
0 0
6
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 7/152
the detailed cost breakdown,
including
labor, materials
an d
taxes, of
the GMP
set forth
in
the applicable
GMP
Proposal, the sum ofwhich shall
not
exceed the GMP.
1 . 38 Scope of the Work:
The
term "
Scope
of the Work" shall mean all services, labor, materials
equipment, operations an d construction management se rv ices tha t are ind ic a ted in, or reasonably i n ferable f rom
the Contract Documents.
1 .
39
Specifications:
The
Specifications" consist
of an y
and al l
written
requirements for materials,
equipment, construction systems, standards
and workmanship for
the
Work which are
identified
as the
Specifications
in the
GMP
Amendment, Contract
Amendment(
s),
or Construction
Change
Directive( s)
issued
and
executed
in
accordance
with the
Agreement.
1.
40 Subconsultants:
1 . 40 . 1 A " Subconsultant" is a person
or
entity which ha s
a direct
contract with the
CM to
perform
or
supply
a
portion of
the Work
an d
the
term includes such Subconsultant's authorized representatives.
CM shall
obtain
prior
written
approval
of th e C ity
prior
to
changing
or
modifying the
subconsultants an d
other professional
assocaes.
Any such
services
performed by
any Subconsultants
shall be
passed through
to City without
additional
charge by the CM .
A ll su ch work shall be i temized on invoices from such Subconsultants, showing
work performed
and
charges incurred.
1 . 40.2 The
CM
represents to the City that it
has made and
will
make reasonable
investigation of
al l
Subconsultants
to be
utilized
in the performance of
work /
servi ces under this
Agreement
to determine
that
they
possess the skill,
knowledge
and
experience necessary
to
enable
them to
perform
the
work /
services required.
Nothing in this
Agreement
sha ll re lieve the CM o f
its
prime an d sole responsibility for
the
performance of any of
the work /
services
under this
Agreement.
1 . 40.3 All rates,
multipliers
an d any other fees charged by
any
Subconsultants shall be not
more than
those
rates,
multipliers
and
other
fees
in
any
contracts
that
any
such
Subconsultants
may
have
either
with the
City
directly
or as a
Subconsultant under some other City agreement
or
more than
what is
typically charged in
the
industry.
1 . 40 . 4 CM shall bind each an d every
approved
Subconsultant to
the terms stated
in
this
Section and shall
require
the proper licensing of
such
Subconsultants.
1 .
40 . 5
If an y of the
services
outlined in this Agreement
ar e
furnished
by
CM by
obtaining the services
of
Subconsultants, CM s ha ll pro vid e C ity with proposals an d contracts between the
Subconsultants
and CM
outlining
th e
services
to
be
performed an d the
charges for
same,
together
w ith a ny
other documentation
required
by
City.
1.
41
Substantial
Completion:
The
term "
Substantial Completion"
is
as defined
in
the Contract
Documents, as same
may
be amended.
1 . 42 Substantial Completion
Date: The " Substantial Completion
Date" shall
mean the date
which
the
0
C' GLO
C 000 U U
A/E certifies to the City by
means of a certii-
to Ho f Substant
t
Completion
as
the date
when
the CM has
U
l;
U U
0 0 G U
i` 0
0
U
O O
Q U
achieved completion of th e Project ( or any phase rereof),
n accordance with the General Conditions of the
U U
UU U
UUU
U
00000 0
0
O 0
0
0
0 0
O
0 0
0
0000
0 U 0
U
0 00 00 0 0
u 3000 0
0 0
7
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 8/152
Contract
Documents
and applicable laws and
the
City
of
Miami
Beach
Building Department issues
a
Certificate
of Occupancy ( CO) or Certificate
of
Completion (
CC)
for the
Project.
N otwithstanding
the
preceding,
if a situation arises
beyond
th e control
of
the CM , and the issuance of a
Certificate of
Temporary
Occupancy ( TCO)
is
granted
by the
Building Department,
then the
City may deem
at its
sole
an d
reasonable
discretion
that
the
Project (or
any
phase thereof) ha s been Substantially Completed.
1 . 43 Substitutions: If a certain brand of materials, products, equipment or
system,
is
specified
in the
Construction Documents,
it
is required for
th e
purpose of establishing
a
level
of
quality desired or purpose
designated.
Should CM find
it
necessary or
desirable
to
use a
materials,
products, equipment or
system
other
than
that
specified,
th e CM shall secure from
the
City, through
NE,
written approval
for
the use of th e alternate
materials, products, equipment or system. The CM s ha ll m a ke
such
request,
in
writing, not later than forty -ive
45) days after the award of the
Contract
and before ordering
any
materials,
products,
equipment or
system
requiring approval. Th e
City
is not obligated to consider Requests for Substitution or resubmittal of previously
rejected
substitutions
after forty -ive (45) days of
Contract
award.
The
City is not obligated to approve Requests
for Substitutions and has
the discretion
to
require
CM
to provide the materials, products, equipment or systems as
specified in
the
C o nst ruc ti on Do cuments. In no c as e s ha ll the CM be entitled to additional t ime and /
or
money
arising out
of
City's
failure
to approve
Requests for Substitutions.
1 .
43. 1
Requests
for
Substitutions shall be
submitted
as
follows:
a):
Submit
five (
5) copies
of
the Request to A/E.
b): Describe in detail (complete with test reports, catalogs, brochures
and
black
or
blue
line
prints
of drawings) the
material,
equipment, product or
system
and changes or adjustments to other
Work
affected. Submit samples
when
requested.
CM
is responsible for denoting
all
instances
wherein the
proposed
substitution differs from the item
specified.
c):
include "
cost
breakdown"
of item
specified
and of
proposed
substitute forwhich request is
made
Include
costs of adjustments
to other Work
affected. Include any variation
in
operating,
maintenance or replacement costs,
and
length of time product has been available on the
domestic market.
d):
State
amount deducted or added
to
Contract amount or state
no
change" in Contract amount.
The City' s decision on approval or
rejection
of a Request for Substitution will be final. Approval or
rejection
of
a
request
will be
based
in
part
on
A /
E' s
opinion
as to
adaptability, durability, quality, aesthetics,
contract amount change, life cycle
functions o r o th er considerations
th e C ity
determines appropriate
as compared
to
the
specified or
noted
item(
s).
Should the
City,
during the course of
the Work, find it
necessary
or
desirable to
use
a
material,
equipment, product or system
other than
specified, the C ity s ha ll n o tify
CM, in
writ ing. Should
CM
accept the
proposal without a change in Contract price or tirrte, lit;shall b, ; corsidered, an ,
approved substi tute.
O c
O U O 0 C
0
If A/
E requests a sample of a specified gnaiLerial, pkidtict,
elerrien ;
or ;work or approved substitute,
CM
O O 00
0
000 0
sha ll p rov ide same. If the sample is approved, all
subsequent materials
used in
the
Work
shall
be
equal
in
every
0000
0 0
J
0 0
0
0V0
O
0
0
0
0
0000
0 0
0
O
0 0000 0 0
0000
0
0
0
8
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 9/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 10/152
an y
tier,
h as be en convicted of a
public
entity
cr ime, pursuant
to
Section
287. 133,
Florida Statutes,
within
the
preceding thirty -six (36)
months
from the date of execution
of
this Agreement.
The CM acknowledges and agrees
that
the City is relying on these
representations
and covenants as
a
material
inducement
to enter
into this
Agreement.
ARTICLE
III
THE CONSTRUCTION
MANAGER SERVICES
3. 1 GM P
Amendment:
Th e
parties
are
entering
into
this
Agreement
before Contract
Documents
are
sufficiently complete to establish th e GMP; therefore, it
is
anticipated that one or more
GMP
Amendments will be
executed to
establish the GMP
an d
incorporate subsequent
documents that
fully
describe
the
scope of the Work
included in the GMP. Each such Contract Amendment and
additional Contract
Documents shall become a part of
this
Agreement
as if fully set forth herein. Following the issuance
of
the initial
Notice
to Proceed from the City, the
GMP for the Project
must
be established no later than October,
2012, (
see Attached Project
Schedule
in Exhibit
II);
otherwise this
Agreement
shall
terminate
pursuant
to
Article
VI herein.
3.
2
The services of the
CM
shall
include, but are
not
limited to,
those described
or specified
herein.
The services described herein shall not be deemed to constitute a comprehensive specification
having
th e effect
of excluding services not specifically mentioned.
The
CM s services shall include, without
limitation,
all of
the
Preconstruction
Services
s et fo rth in this Agreement
and,
upon approval
by
the City
of
the GMP, and as
contemplated in the GM P Amendment ( or Amendments), an d such other amendment(s) as
necessary
to fix
an d
describe the parties' respective rights and responsibilities
with
respect
to
the
Work
and the Project, all of the
Construction Services required
to
complete the Work
in
strict accordance with the Contract Documents, and
to
deliver the Project
to
the City at or below the
GMP,
when established,
an d
within the Contract time.
3. 3
Pre -Construction Services
3.
3. 1 Generally: The CM shall
review
Project requirements, existing
on -
site an d
off -site
development,
surveys
and preliminary budget, an d
make
recommendations
to
the City
for
revisions.
The CM shall prepare a
preliminary Project Schedule
in
accordance
with
the Contract Documents
an d in
coordination with
th e C ity
and
the A / E, identifying all phases,
critical
path
activities,
an d
critical
duties
of
each
of
the
Project team
members.
The
CM shall, at each
remaining
design
phase (
50 %,
90%
and 100% Construction Documents),
review
the
plans and
advi se the C ity a nd the A/
E
regard ing the
constructabil i ty of the
design, an d
of
an y
errors,
omissions, or
conflicts it
discovers. The CM shall prepare
an
outline of proposed
bid
packages and detailed cost estimates,
and
advise
the City
regarding
trends
in
t he c onst ruc tion
an d
la bo r m a rk e ts
that
m ay
affect the
price
o r s ch ed ule
of
the
Project. The CM shall attend
all Project
related meetings. The CM
s Preconstruction
Services shall be provided,
an d the City shall compensate CM for
such
services, based
upon
a
fixed
fee, in
the
amount of $
14,340,
representing the CM '
s
total fee.
At the conclusion of the Preconstruction
Services,
the
CM
shall,
without
assuming the
duties
of the A/E, warrant to th&
t /;hat
th,.
e,oIarie,
speai €
cafions, and other Contract Documents
are consistent, practical, feasible an d constructible, and thattheProject is constructible within the Contract Time
J
0000
u
u
o
J 0
U V L
0
0000
V
0
0
00.
00 3 0
JvJJ 0
S
0
10
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 11/152
ARTICLE IV
DUTIES
AND
RESPONSIBILITIES
The C M sha ll
perform
th e
following responsibilities
and duties:
4.
1
All CM
procedures, recommendations, documentation,
record
retention, etc. must conform to
the
Project requirements including applicable sections of th e City's procedures, A E'
s
procedural
manual;
master
specifications; general conditions
of
the Construction Agreement; (
and
other)
applicable codes,
regulations
and
procedures that
may be required at the State, County, City or any agency,
utility
or similar
governmental
entity.
4. 1 . 1
Develop, for City approval
an d for full
compliance
by CM,
of
a Project specific
procedures manual
detailing
the
entire
Project process, inc luding
at
m in im u m th e
following:
a)
Exhibit I ( GMP
Amendment); Exhibit
II (
Schedule);
Exhibit
III ( Declaration);
Exhibit
IV (Sworn Statement F . S. 287. 133( 3)( a) on Public
Entity Crimes;
Exhibit
V ( Questionnaire); Exhibit VI ( Insurance
Checklist);
Exhibit VII ( NE Agreement);
Exhibit VIII (
General
Conditions of the Construction Contract);
Exhibit
IX (
Best
Value
Amendment);
Exhibit X ( Qualification Submittal Documents);and this
Agreement.
b) Construction
coordination,
scheduling,
communcaion and documentation
procedures am o ng the
CM, the A/E, subcontractor(s),
subconsutant(s),
and
other
departments or organizations who require coordination
with
and /or input
into theWork.
c)
Project reports (
monthly).
d)
Request
for
Information.
e)
Contract Amendment(s) process.
f)
Shop
Drawing submittal.
g)
Project
closeout.
Said
procedures manual
to be
presented
no later
than
with first
application
for payment.
4. 2
Coordination
and Scheduling
4. 2. 1 Coordination
with
AIE: CM shal l mainta in an o n g oin g w o rk in g
relationship
w ith th e A/
E.
However,
nothing
in
this Agreement shall be construed
to mean
that the
CM
assumes
any
of
the
responsibilities or duties
of
the NE.
The CM shall be solely
responsible for
construction
means,
methods,
techniques,
sequence an d
p roc edures used
in
the construction
of
th e P ro je ct an d fo r the s afe ty o f
its
personnel ,
property,
an d
its
operations
for performing
in
accordance with
the
CM ' s
Agreement with
the City. The
A/
E is
responsible
for the requirements
of
the Project, as
indicated
in
th e
Agreement
between the City
an d
the A/
E.
The CM '
s
services shall
be
rendered
compatibly
an d
in cooperation with
the
A/E'
s
services
to
the
City.
It is
not intended
that
the
services
of
the NE
an d
the
CM be competitive or duplicative, bu t rather be
complimentary.
4. 2.
2 Scheduling:
The CM shall meet immediately upon execution of this Agreement w ith th e A/E
an d
City
representatives to
review the A/
E Agreenierq (+
1 ` 6I) and,
th e °
Nrojeri:,,
aF referenced
in Schedule D of the A/E
U
U
t:
L.
U
l .
)
U
I
U
Agreement. The
CM
shall
ensure
that the
partios
joinJly revie:
f,
sncdity as necessary, a nd a gre e to a s ing le design
u
0,./ 00 l
U
V
iU
J 00ICU 0
J
11
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 12/152
schedule,
to be called
the
revised
most
current
schedule
to
the
NE Agreement. This
schedule shall
be
submitted
to the City
within
fourteen ( 14)
days
of execution of this Agreement.
Should
the
parties
no t be able to reach final
agreement on a
revised
schedule for purposes of
the
Project,
which include(
s) a schedule for
all
CM services,
which
the
CM believes
to be fair,
reasonable, an d
in
the best interest of the Pro jec t. The
City
shall
then
determine
what schedule
is
to be utilized, and the City' s decision
with regard
to same shall be final, an d binding
upon
the
paties.
4.
3 Design Phase
4.
3.
1 Review of Design Documents: The CM shall
review
the
design documents
and
make
recommendations
to
the
City
and to
the
A/E as
to
constructability,
cost,
sequencing,
scheduling,
an d
the
time of
construction,
as to clarity, consistency and coordination of documentation. The recommendations
resulting
from
such review
will be
provided
to
the City
an d
A/
E
in writing
an d as
notations on th e design documents. This review
an d the accompanying writing notations shall
be
submitted
with
the documents
for
review
by the
City
at
each
Phase of design review as noted in
the NE Agreement (
Exhibit VII).
4. 3. 2
Responsibility:
The
CM,
as a result of th e above -
noted
review
of
th e design documents an d
recommendations
provided to the City, shall
utilize
its
best
efforts to
assure
the coordination
of
drawings
with
th e
witten
specficaions.
This includes but
is
not
limited
to, the CM
s
review of the construction documents in
coordination of th e
drawings
an d specifications themselves,
with
the existing
buildings and
sites
to
ensure proper
coordination
an d
constructability
an d
lack
o f co n fli ct ,
an d
to minimize
unforeseen
conditions.
The
CM
shall,
d u rin g th is
phase, be responsible
for the
proper
identification
an d location of al l
util ities, services,
an d other
underground facilities which
m ay
impact the Project. The CM specifically agrees that
no
Contract Amendments
shall be requested by th e CM or
considered
by th e City for reasons involving
conflicts
in
th e documents,
questions
of clarity with regard
to
documents, incompatibility,
or
conflicts between the documents
an d
laws, the
existing conditions, utilities,
and
unforeseen underground conditions.
4.
3. 3
Preliminary Scheduling: The
CM
will submit to
the
NE
fo r
comment, an d to the City for
approval,
a
proposed
schedule for the
Project
at
the
time
the
Phase III- 100%
Construction
Documents
are to
be
submitted to the
City
for review.
That schedule
shall
include
such
bid
and
construction activities as well as
reasonably
outl ine the
approach the CM
intends
to
take
for the
Project.
This
requirement
is in addition
to
any
other scheduling requirements which
m ay
be contained in the contract d oc um en ts an d sha ll be compatible with
same.
The CM
shall
include
in the above -noted
schedule
a
proposed
construction sequencing plan
for
the Work.
4.3.
4
Estimating
and Cost
Control:
The CM shall prepare
detailed
cost estimates an d updates
throughout
the design phase leading
up to
the
bidding
ph ase o f
the
Project. The CM shall submit s am e w ith the
submittal of
each
phase
of
design
review
in
accordance
with
the
most current Schedule D of
the
NE
Agreement
an d at su ch other times as it m ay be requested by the City. The
estimates
by the
CM
shall show the
estimated
amount of the
GMP.
They shall
be in
such detail as the City m ay require, an d
shall no t
exceed the B udget o f
1,
000,000 ( Budget).
a)
Should the
CM
es•imated 3M P; exce. c 1 the, Budget, the CM shall include with
said estimate wwitten. suggetions tors brinbirt the Project within Budget.
The
L
12
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 13/152
City, at
its sole
option,
m ay adjust the Budget or
it
m ay direct th e CM
to
coordinate with the NE
to
reduce the estimated cost of the Project through
Value
Engineering, re- design by
the
A/
E, re- estimating, obtaining
additional pricing,
scope reduction
and /or
other
at no
cost
to the
City; or it m ay choose
to
continue
under subparagraph (b) below.
b)
The City shall determine, after receipt and review of each estimate, whether th e
CM shall
continue
to
perform
the
services of
the
Agreement
without
requiring
adjustment of the most current CM-
estimated
GMP.
The
City may,
at
its sole
option,
determine to proceed with th e P ro je ct
without
Budget adjustment or
an y
other change
to th e Project.
This
shall in no
way
obligate
the
City to
accept
th e
CM s
GMP
Proposal whether or not
it
is
within
the estimate or whether or not
it is
within the Budget.
The
City in th is a nd al l cases may reject the GM P
at its
sole
discretion, and proceed to
exercise its
options
as identified in
this
Agreement.
c)
The CM and NE shall advise
the
City immediately when the NE or
CM
estimate
exceeds the Budget.
4.3.
5
General Coordination: The CM shall
coordinate
with and include activities
in
both the schedule
referred
to
in
this Section and other schedules required
in
the Contract Documents the work of consultants,
testing labs, a nd o the r
consultants
employed
by
the City as well
as
the reviews required
by
th e City
an d
other
agencies
and
the A/
E.
4.
3. 6
Permits and Fees: The
CM
will
be
responsible
for
coordinating with
the
A / E the submittal of
al l
required
documents
for permits
including without
limitation,
an y
required revisions and
re-
submittals necessary
to
obtain a
permit
from th e C ity
of
M ia m i
Beach Building
Department. CM shall be responsible for obtaining
any
an d
al l
permits an d paying an y an d
all
related
fees
for the
Work.
The City shall not pa y
the
CM
any additional sums
beyond
the Preconstruction Services
Fee and the
GMP for these services.
Fees for
building permits
issued by
the
City of
Miami
Beach shall be waived. Fees
for
other
permits
shall be
the
responsibility of
the
CM.
4.3.7 (
Intentionally
Omitted)
4.3. 8
Memorandum of Changes: The CM
shall
submit to th e C ity the CM s
Memorandum of Changes
in sufficient time
an d
as
scheduled
so
it
may
be reviewed by the A / E
an d
the
City against
the Contract
Documents
and
any
corrections, modifications, additions, or changes be incorporated prior to commencing the B id
and
Award
Phase.
The
Memorandum o f C ha ng es
shall include
a summary of al l recommendations
made
by th e CM in
fulfilling the CM '
s
du ti es w it h regard
to
the Contract Documents. The CM shall identify an y recommendations no t
incorporated
into the
documents.
T he C ity shall
either direct
that same
be
incorporated
or
explain
in
writing why
the
recommendation is rejected.
4.4 Bid and
Award
Phase
4.
4.1 Prequalification:
The
CM
shall prepare
a
subcontractor'
s
prequalification plan in
compliance
with
the
requirements
currently determined by the
City. Th e
C =
ehall
submit' `
6
the
Oiy h E CM ' s list of
pre-
approved
s u b c o n tr a c t o r s f o r
e a c h
e l e m e n t
o f t h e W o r k t o
b e
s u b o . p o t r a e d
by
t h e , C -M .
T h i s I; s t -s h a l l
b e
d e v e l o p e d b y t h e
13
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 14/152
execution b y th e CM o f the subcontractor's
prequalification
plan
noted above.
The
City reserves the right
to
reject
an y subcontractor proposed
for
an y bid
to
be considered
by
the
CM.
Any
claims, objections
or
disputes arising
out
of
th e prequalification plan or
list
a re th e responsibility
of
the CM. The CM sh all
hold
harmless, indemnify, and
defend th e
City, its
officers,
employees, an d
agents,
in any
matter arising out of the prequalification plan
and /
or
the subcontractor's list, except
where
the sole cause
of
the matter
is
a City directed decision.
4.4.2 Scope of Work - The CM
shall receive
subcontract proposals which, when combined
with
the work
the CM intends to do with its own forces, shall represent the
entirety of
th e Scope
of
Work required
of
this
Agreement.
4.4.3 Pre -Bid Conferences:
The
CM shall schedule and conduct pre -bid conferences for subcontractors
an d
the City
to
ensure the availability of such subcontractors, material suppliers,
etc. for
this
pre -
bid conference.
The CM sh all be solely
responsible
for the content
of
th e p re -bid
conference.
4.4.
4 Subcontract Bidding: The CM shall
schedule,
in
coordination with the NE
an d
the City, the
acceptance,
review and
award of the
bids to qualified
responsive
and
responsible
subcontractors. Said
bids
from
subcontractors shall
be in writing an d
shall
be
opened
an d
reviewed
with th e
NE
and
the
City prior to
award
by
the CM.
4.
5 The
Guaranteed
Maximum
Price
4.5. 1 Calculation /Negotiation of the Guaranteed Maximum Price:
After taking,
reviewing and
identifying the l owest acceptab le
bids
f rom respons ive an d responsible
subcontractors,
the CM sha ll p rop ose to
the
City, a
Guaranteed Maximum
Price,
which shall
be
the
su m of the
proposed subcontracts
and the CM ' s
General Condit ions ( in clu d in g a n y fee, profit , overhead an d
all
like amounts) an d the agreed
upon
Contingency.
The Guaranteed
Maximum Price shall
be the full
and
complete amount for
which
the
CM
agrees
to
go
forward
from the receipt of subcontract bids to the full completion of the Project.
4.
5. 2 Acceptance
of
GMP: Upon acceptance
and
execution of the
GMP
Proposal
by
the
City,
the
CM
shall enter into subcontract agreements with the subcontractors
selected
for the
amounts included
in the GMP
Proposal for
that
subcontract work,
an d
shall
function
as a General Contractor and comply with the Contract
D o cu m e n ts a cc o rd in g ly w ith re g ard to the P ro je ct a s w ell as a
CM
w ith re g ar d
to
other services required
by
th e
Contract Documents.
4.6
Time
of Performance
4.6. 1
Conformance
with Approved Schedule: The
CM
shall perform all the duties required by this
Agreement in
such a wa y
an d time as to conform to
th e
most
current
Schedule " D " of
th e
NE Agreement.
4.
6. 2 Review
and
Acceptance
of
Schedule: In
e xe cu tin g th e
Agreement,
the CM
acknowledges
speci fical ly that
the CM
has reviewed the m ost curren t Schedu le "
D"
of
the A/ E
Agreement,
ha s given an y
necessary input to the C ity re g ard in g a ny need to modify that schedule to
accommodate
the
CM
at
Risk
process,
an d shall not be entitled
to
addit iona l t ime or
money
in order to c on fo rm th e
CM services
to that schedu le.
4.
6 . 3 Preparation an d Delivery of
the
CM at
Risk
Schedule:
W '
thin
tourtoen ( 1 4 ) days of
the
effective
date
of
this Agreement, the CM shall present to
the
City
scheduI &
forUthz
CM *
duties, deliverables, and
V VU U V
U U V
V
U V U
J
000C
V
U 0
U
00U
L
GU
v
14
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 15/152
requirements showing the start an d completion of design phase activities to
be
performed
by
the CM.
This
schedule shall be
in
conformance with the most current Schedule " D" of the NE Agreement.
4.7 PAYMENT BREAKDOWN
PRE-CONSTRUCTION SERVICES
1 .
Design Review, Constructability &
Value Engineering
2, 685
2.
Review
of
On -site &
Off -
site Conditions
635
3. Cost Estimating &
Cost Controls 1, 555
4.
Scheduling
425
5. Bidding ( GMP
Submittal &
Negotiations)
4,540
6.
e- Builder License 1 ,
000
7. Contingency
3, 500
8. TOTAL PRE -CONSTRUCTION SERVICES FEE 14,340
4.
7.
1
Application
for
Payment
Submittal:
The
CM
shall
submit
monthly an application
for
payment
for
the proportional amount of th e Preconstruction
Services
F ee which shall be
determined
by dividing the
Preconstruction Services
F ee by th e
number
of months
from
th e effective date of
this
Agreement unti l the
scheduled submittal of the
GMP proposal by
the
CM.
Delays to
the schedule shall
result
in
re-
calculation of the
monthly
application
amount
by dividing the amount of Preconstruction Services F ee
remaining
by the number of
months currently
remaining u n ti l t he first submittal
of
GMP Proposal.
4. 7. 2
Time Extensions: In
th e event the performance of the
CM
is delayed by reasons outside the
CM '
s
control, the
CM
shall request in writing an extension of time for the contract
requirements
o f th is
Agreement.
Said
request for
extension shall include
a
proposed revised schedule, and documentation as
to
the cause of
th e
delay.
The
CM ' s sole remedy for delays which impact the time
of performance of
this
Agreement shall be a time
extension
N o damages for
delay
shall
accrue to th e benefit of
the
CM
as a result of any
delays
to the
performance of
this
Agreement.
Specifically, the
CM
agrees
that
the failure
of
th e
NE to
maintain the design
cuu.cc u
uuu
schedule
shall
be
non -
compensable
to
the
CM and
CM
ssole°emecjyshalrbe a, extri ion of
time.
L i.
u
uu
u
u u
4.
7.
3 Extra Services:
S ho uld th e
CM be
requested er required `
by
the
to,
provide
services which the
uuu
U U 0
0
0
U U
U
J
U
U
UU it3 U
J
JV
Vu
15
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 16/152
CM
believes
are
outside
and /
or in addition
to
the scope of
this Agreement,
the
CM
shall within
five ( 5)
days of
being
requested
to
perform
such services, notify the City in
writing
of
the
CM ' s opinion that
they
are extra services
to this Agreement, the reason th e
CM
believes
they
are outside th e
scope
of this
Agreement, an d
th e proposed
costs,
and
t ime impact, if any, for the performance of same. The City m a y d ire ct the CM to proceed with
such
services pending
a
final determination as
to
the compensation. In such case, the CM '
s
r ight
to
consideration shall
not be
waived
by
proceeding
as
directed.
4.
8
City'
s
Right
to Require Documentation
and
Audit
The City
may, as deemed necessary, require from
the CM
support and /or
documentation
for an y submission.
Upon
execution
of
the
Agreement,
the CM agrees
that
the
C ity sha ll
have
unres tr ic ted access
during normal
working
hours
to all CM '
s records relating
to
this
Project
including hard copy
as well as electronic
records for
a
period of three years after final completion.
ARTICLE V
GMP PROPOSAL AND ACCEPTANCE /REJECTION
5. 1 Subcontract Bids: The
CM shall open
subcontract
bids from
the pre- approved list of potential
subcontractors
at
a time
and place
scheduled with th e City's Project Coordinator
and
such other City
Representatives
in
attendance.
The
CM
shall provide a summation an d analysis o f the apparent low subcontract b id s in clu d in g th e id en tity of an y
apparent
low
subcontract
b idders wh ic h
the CM
does not
wish to employ.
Such identification and proposal of
non -utilization by th e CM shall
require
specific written reason for same.
5 .
2
CM
Fee,
Profit,
General
Conditions,
Contingency:
The
CM
shall propose the amount
to be
included in the GM P for
its
General Conditions costs
an d
the Contingency,
as
defined herein. The CM '
s
General
Conditions shall be
a lin e ite m
included
in
the Project'
s
schedule of
values
an d
is
to be paid
on a
monthly basis
according
to
the
percentage complete of
the
Project.
5.
3 GMP
Proposal:
The
sum of Section
5. 1
and
5.
2
shall comprise
the
proposed GMP
for the
Project
an d
shall
fo rm th e
basis
of
negotiations
between
the CM
an d
the
City.
a) The City shall have
the
option
of
a cc eptin g o r re je ctin g th e GMP
as
presented
by
the CM.
Should the
GM P
be accepted, the GM P Amendment reflecting that
acceptance will be
executed,
and the
Contract
Price
increased
by
the
GMP
amount.
Should
the
GMP
not
be
accepted, the
City m ay
at
its
option:
b) Reject th e GMP an d
direct
the A / E and CM to investigate,
redesign,
develop for City
approval
value engineering
possibilities, an d
other
cost savings
and to
re-
submit
a new,
lesser,
proposed
GMP.
This
may
a t th e City'
s option, incl'
u
e s
reduction in tscopa: All to
be
done at no addit ional
U •
U
V
UU
U
U
li
V
U U
U V U U U
U
V V
U U
UU
U
UUU
ost to be
City.
UUUU U
V U U U V
V
0
U U U
u U
16
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 17/152
c) Reject
the
GMP,
take possession of the plans
and specifications, and bid
the
work to
a
General
Contractor
or
otherwise complete
with
other
fo rc es o r
take such
action, if any,
that
the
City
m ay
determine is in
its best
interest.
In
this
event, the CM shall not perform
nor be
compensated
for, any
services on
th e
Project
beyond the agreed Pre -
Construction Services F ee
herein.
In
the ev en t any
option under this subparagraph is chosen
by
the
City, the CM is
obligated to
immediately
turnover to the City all plans, specifications
an d other project
related
documentation.
d) If
an d
when accepted
by
the City, the GM P shall
be
fo rm a liz ed b y the execution of the GM P
Amendment (
Exhibit I ) .
e)
The City shall
determine, after
each negotiation session,
unless agreement
is reached, if
further negotiations are warranted.
If not,
the negotiations
shall be declared not to be
successful
and the City shall take
possession
an d ownership
of
al l documents
produced
for the design and
bid Phases, pay the
CM
any remaining
undisputed
fee, an d proceed under th e
requirements
n ote d u nd er this paragraph, and the C ity an d
CM
shall be mutually re leased fro m an y
further
obligation each
to
the other.
f)
The City shall have
no
obligation to accept the GMP
Proposal
of the
CM
regardless of that
Proposals' relationship
to
the Budget or the most current estimate or for an y other reason.
g) Should
the
CM
realize
any savings from the
negotiated
Schedule of Values,
the
City shall
receive 75%
of said savings with no
line
item
integrity.
T he C ity reserves
th e
rig ht to audit
all
contract related
documents
at any
time during the Project an d
at
the
end
of
the
Project.
ARTICLE
VI
TERMINATION
6. 1 Termination forCause
The
City
may
terminate
this Agreement for cause
in
the
event that the CM ( 1 )
violates
any
provisions of
this
Agreement or performs same in ba d faith; or ( 2) unreasonably
delays
the
performance of
the
work/services
contemplated under this Agreement (hereinafter referred
to in this
Article
VI
as the " Services "),
and CM fails to
cure
same within thirty ( 30) days
following
written
notice
to CM .
In that event, such termination shall become
effective upon
seven (
7)
days written notice
to CM.
6 .
1 . 1 In the e ven t this Agreement is terminated
by
the City fo r cause, the City, at
its
sole option an d
discretion, m ay take o v er th e S erv ic es an d complete them
by
contracting with
another
CM o r o therw ise . In such
event,
the CM shall
be
liable
to
the C ity
fo r
any
addit ional
cost incurred
by
the
City
du e
to such
termination.
Additional Cost"
is
defined as the difference between
the
actual cost of
completion
of such incomplete services,
and the cost of completion of such Services which
would
have
resulted
from payments
to
the CM hereunder had
the
Agreement
not been terminated
6. 1 . 2 Payment
only
for Services satisfactorily' performed
by
th e` c .
M
an d accepted by th e City p rior
to
receipt of
a Notice
of Termination for
Cause, shall be r ade
0,accordar:ce, with -
this ;
4r
icle
V I
herein
and
the
City
U
U
U
U
UV U V J U
J
U V V
J
6
U
17
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 18/152
shall
have
no
further
liability for compensation,
expenses orfees
to
the
CM.
6.
1 . 3
Upon receipt
of
a
written Notice of Termination, the
CM
shall promptly
assemble
an d submit to
the
City,
as
provided herein o r as requ ired in the wri tten notice ,
all
documents,
including
drawings, calculations,
specifications, correspondence, and all
other relevant materials affected
by such termination.
6.
1 .
4
In
the
event of
a termination for
cause,
no
payments
to the CM
shall
be made ( 1 )
for Services not
satisfactori ly performed,
as
s am e s ha ll be determ ined at the C ity 's option and discretion;
and (
2) fo r a ss em bly o f
submittal of documents, as provided above.
6.2 Termination for
Convenience
The City,
in
addition
to
th e rig hts a nd options to Terminate for Cause, as set fo r th
above,
or
any
other provisions
set forth in
this
Agreement, retains
the right
to
terminate
this Agreement at its
sole option,
at
any
time,
for
convenience,
without cause
an d
without penalty, when
in its
sole discretion it
deems
such termination is
in
th e
best interest of
t he C i ty , upon
notice
to
CM,
in
writing, fourteen (
14)
d ays p rio r to
termination.
6.2. 1
In
th e event th e City terminates
the CM '
s Services for
its
convenience,
as
provided
herein,
the
CM
shall be
compensated for
all
Services rendered
up to th e
time of receipt
of said
written termination notice, and for
the assembly an d submittal
to
the
City
of documents
for th e
Services
performed,
in
accordance
with
Article
VI
herein, an d
the
City sha ll
have no
further liability for compensation, expenses
or
fees
to
the
CM, except as set
forth in
this
Article
VI.
6. 3
Termination
by
CM
The
CM may
only terminate
this
Agreement
fo r cause
in
the
event
that th e C ity willfully
violates
any pro v is io ns of
this
Agreement or
unreasonably delays payment for
the
Services,
and has
failed to cure same within thirty ( 30)
days
following
w ritte n n otic e fro m th e
CM. In
that
event, CM may
terminate this Agreement
upon written
notice to
th e C ity, w hic h te rm in atio n s ha ll b ec o me e ffe ctiv e th irty ( 30) d ays fro m
the
date of said Notice. In that event ,
payment for
Services
satisfactorily
performed prior to the date
of
termination
shall be made
in
accordance
with
this
Article VI.
6.3.
1
The CM shall
have
no
right
to terminate this Agreement for convenience of
the
CM.
6.
4
implementation of Termination:
In the event of termination,
either
for cause or for
convenience,
the CM, upon receipt of the notice of termination,
shall (
1 )
stop
the performance of Services under
this Agreement
on th e
date and to
the
extent
specified
in
the
Notice
of
Termination; (
2) place no further orders or subcontracts except for any that m ay
be
authorized,
in
writing, by th e City, prior to their occurrence; (
3) terminate all
orders
and subcontracts to
the
extent that
they
relate to
the performance of the Services terminated by th e
Notice
of
Termination; (
4)
promptly
assemble an d
submit,
as
provided
herein,
all
documents for
the
services performed,
including
drawings,
cacuaions,
specifications, correspondence, and al l
other
relevant materials affected by the termination; and ( 5)
complete
perfo rmance o f an y Services as shall not have been terminated
by
the N o tice o f Termination an d as specifically
set forth therein.
6.5
Non -
solicitation:
The
C M warrants that
it has
not employed
or retained ary c o :
ripany 6r( prson;
other
T h a n a n employee working
v
U 3 l
V
3
3
V
V
18
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 19/152
so le ly fo r
the CM, to solicit
o r s ec u re this
Agreement;
an d that it ha s not paid, nor agreed
to
pay
an y
company
or
other
person
an y fee,
commission,
percentage, gift
or
other
considerat ion contingent upon
or
resulting from
the
award or
execution
o f th is Agreement. F or breach
or
violation of
this
warranty, the City
ha s
the r ig h t to
terminate
this
Agreement without
liability
to the CM
for
any reason whatsoever.
ARTICLE VII
INDEMNIFICATION
7. 1 CM
shall,
at al l times hereafter, indemnify, hold
harmless
an d defend
the City,
its
officers, employees,
contractors and /
or
agents from an d against any c la im, d em an d o r cause of action o f an y kind or nature aris ing ou t
of the negligent
act, error,
or omission
of
CM,
its
officers, employees, contractors ( including,
without
l imitation,
Subconsultants),
and /or
agents,
in the performance of an y work and /or
services
under
this
Agreement.
7. 2 In the e ve nt th at
CM
abandons this Agreement o r c au ses it to be terminated by City, CM shall
indemnify, hold harmless an d defend the City,
its
officers, employees, contracto rs and /
or
agents against
an y
loss
pertaining
to
such termination.
7. 3 CM
hereby
affirms
that
it shall be
responsible
for th e acts,
errors an d
omissions of its
Subconsultants
an d it shall indemnify, defend and sav e h arm le ss th e City, officers,
employees,
contractors an d agen ts from an y
an d
all
claims by th ird part ies which
ma y
arise on
account
of serv ices
rendered
by
Subconsultants.
7.
4
The provisions of this
Section
shall survive the expiration or earlier termination of this
Agreement.
ARTICLE
VIII
MISCELLANEOUS
8. 1 Ownership of
Documents:
All finished or unfinished
documents,
data, studies, surveys,
drawings,
maps,
models,
photographs and reports
p re pa re d o r
provided
by CM in c onnecti on w ith this
Agreement
sha ll b ecome
the property of
the City,
an d
shall
be
delivered
by
CM
within
ten (
10)
days
after
receipt of written notice. Any
re -
use
of
documents
by
City
without
written
verification or
adaptation
by CM for
th e
specific
p urp ose intended will
be without
liability
to CM.
8. 2
Records:
CM shall keep such records
an d
accounts
an d
re q uire a n y
an d
all CM
an d
Subconsultants
to
keep
such
records
and
accounts
as
may
be
necessary
in order to re co rd
complete
an d correct
entries
as
to
personnel
hours
charged
to
the Project,
an d
any expenses fo r which CM expects
to be
reimbursed.
All books
and
records relative
to
the
Project will be avai lable a t all reasonable
t imes
fo r examination an d
audit
by City an d shall be kept
fo r
a period of
three ( 3) years after the
completion
of all work to be
performed
pursuant
to
this Agreement. Incomplete or
incorrect entries in such books an d records
will
be grounds fo r City' s disal lowance of a ny fe es o r e xpe nse s based
upon such
entries.
All
books
and
records which are
considered public records shall, pursuant
to
Chapter
119,
Florida
Statutes,
be
kept
by CM in accordance
with
such
statutes.
8. 3 Equal Opportunity Employment
8.
3. 1
CM
agrees that
it w ill n ot
discriminate against
an y
employee
or applicant
for employment for work
under
this Agreement
because
of
race,
color,
relic:ithOex,4ge,"
riationul" origin; disability,
or sexual or ientation
U
a n d w i l l
t a k e a f f i r m a t iv e
s t e p s t o e n s u r e thatappliconts a r c "
zirrploy0, ,
a
di e m p l o y e e s
a r e t r e a te d d u r in g
19
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 20/152
employment without
regard
to sexual orientation, race, color, religion, sex, age, national
origin,
or disability. This
provision
sha ll i nc lude,
but not
be limited to,
the following:
employment up grad ing ,
dem otion o r
transfer;
recrui tment advertising, layoff or compensation; an d selection fo r training, including apprenticeships.
CM
agrees
to furnish City wi th
a
copy of
its
Aff irmative
Action
Policy.
8.
4 Public
Entity Crimes
Act
In accordance with th e Public
Entity
Crimes Act (Section 287.
133,
Florida Statutes),
a person or affiliate
who
is a
CM, who has been placed
on
the
convicted vendor
l is t fo llowing
a conviction for a
p ub lic e n tity c rim e m ay
no t
submit
a bid on a contract to p ro v id e a ny goods or services
to
the City, m ay not submit a bid on a contract with
the
City fo r
the construc tion o r
repair
of a
public building
o r pub li c
work,
m ay not bid on le as es o f real
property
to
the
City, may
not
be awarded
or
perform
work as a
CM,
supplier, subcontractor, or
subcontractor
under a contract
with the City,
and m ay not transact
business with
the
City
in excess of
the threshold amount provided in Section
287. 017, Florida
Statutes,
fo r Category Two for
a period
of 36
months
from
the date
of
be in g pla ce d on the
convicted vendor list.
V io la tio n o f th is S ec tio n by
CM shall result in
cancellat ion
and
m ay re su lt
in
CM '
s
debarment.
8. 5 ( Intentionally Omitted)
8. 6 Assignment
This Agreement,
or any interest here in , shall no t be assigned,
transferred
or
otherwise encumbered by
CM,
under
an y
circumstances,
without
the
prior
written consent
of
City.
8. 7
Insurance
The CM shall comply throughout
the
term of
this
Agreement
w ith th e
insurance requirements
stipulated herein. It
is agreed by
the part ies that
the CM sh all n ot commence
with
work on
th e P ro je ct
until
satisfactory proof of
the
fo llow ing insurance
coverage has been
furnished
to the City.
The CM
will
maintain in effect the
following
insurance coverage:
a) Comprehensive General L iabi li ty Insurance in the amount of $1 , 000, 000. 00 Single Limit
Bodily
Injury
an d
Property Damage coverage for each occurrence, which w ill in clu de pro du cts,
completed
operations,
and
contractual
liability coverage.
The
City
must be
named
as an
additional insured on this
policy.
b) Worker's compensation an d employer'
s
liability co verag e w ithin the statutory limits of the
State of Florida.
c)
Business Automobi le L ia bility In s ur an c e with minimum limits of one
million
dollars
1 ,
000, 000) pe r occurrence combined s ing le lim it for bodily in jury liability an d one million dollars
1 ,
000,000) per
occur rence fo r
property damage l iabi li ty . Coverage
must
i nclude owned vehicles
an d hired
non -
owned vehicles. T he City m ust be named an
addit ional
insured in this policy.
8.
7. 1 The CM
must
give
thirty (
30)
days
prior
written
notice of cancellation or of substantial
modifications
in
the insurance coverage to the Project
Coordinator.
8 . 7 . 2
CM
shall provide
to
City a Certificate O f
lrsuran_
e ,
or
a , copyior
a ,
l
insurance
polic ies required
by
this
U
U U
U
U U
Section.
C i t y
r e s e r v e s t h e r i g h t to r e q u i r e a c E r t i ` i e d e o p y o f , s u c h p o l
cesuupon
request.
All
certificates and
U
U V
U
Uv U
U
V
20
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 21/152
endorsements
required herein
shal l s tate
tha t C ity shall
be
given
thirty (
30) days written
notice
prior
to
expiration
or cancellation
of
the
policy.
Should CM fail to obtain, maintain,
or renew
the
policies
of
insurance
referred to
herein, in
th e required amounts, the City
may, at
its
sole
discretion, obtain such insurance, an d
an y
sums
expended
by
the City
in
obtaining same
shall be
repaid by
CM to
City, plus ten percent (
10 %)
of
the amount
of
premiums paid to
compensate
City for its
administrative
costs.
If
CM
does
not
repay C ity '
s expenditures within
fifteen (
15)
days of
demand, the total
sum owed
shall accrue interest at the
rate of twelve
percent ( 12 %) per
yea
until
paid
and
such failure shall
be
deemed
an
event of default hereunder.
8.
8 All Prior
Agreements
Superseded /
Amendments
This
document incorporates
and includes all prior negotiations,
correspondence, conversations,
agreements or
understandings
applicable
to the matters contained herein; and
the
parties agree that
there
are no commitments,
agreements or understandings concerning
th e subject
matter of
this Agreement that are
not
contained
in
this
document. Accordingly,
the
par ti es ag ree
that
no deviation from the terms
hereof
shall be predicated u po n an y
prior
representations
or agreements
whether oral or written.
It
is
further
agreed
that
no
modification,
amendment
or
alteration
in the
terms
or
conditions
contained
herein
shall be
effective
unless
contained
in
a
written
document
executed with th e s am e
formality
an d of equal
dignity
herewith.
8. 9 Notices
Whenever
either
party desires
to
give notice unto
the
other, such notice must be in
writing, sent
by
registered
United States mail, return receipt requested, addressed
to
the p ar ty
fo r w ho m it
is
in tended a t
the p lace
last
specified; an d
the
place fo r
giving
of
n o tic e s ha ll re m ain
s uch u ntil it shall have
been
changed by written
notice
in
compliance with
the prov is ions
of
this paragraph. For the present, the
parties designate
the following
as
the respective places for g iv in g o f notice:
FOR CITY
OF
MIAMI BEACH:
Fernando Vazquez P.
E.
Director, Capital Improvement Projects
Office
City
of Miami Beach
1700 Convention Center Drive
Miami
Beach, Florida
33139
FOR CONSTRUCTION
MANAGER:
Steve Aks, Senior Vice President
D.
Stephenson Construction,
Inc.
6241 N .
Dixie
Highway
Fort Lauderdale,
FL, 33334
8. 10 Interpretation
000U U U
0
U U U
V
0
0
0
U U
0
U U V U
U
0 0 0
0
0
U
U
U
0
00
U
V U
U
0
V U
U
f;
U U 0
V
U U
O
U
UU
U
VUU
0
U V
U 0UU
U U
U
V
0 00 U
U
U
O J V(
VU U
J
0000J
0
iJ
21
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 22/152
The language of this
Agreement h as be en
agreed
to by both
parties
to
express their mutual intent an d
no
ru le o f
strict
construction
shall be
applied
against either party hereto . The
headings
contained in
this
Agreement are
fo r
reference purposes only an d shall not
affect
in any way the meaning or interpretation o f th is Agreement.
All
personal pronouns
used
in this Agreement
shall
include the plural,
and
vice versa, unless
the context
otherwise
requires.
Terms such as " herein," "hereof," "
hereunder,"
and " hereinafter"
refer
to
this Agreement
as a
whole
and
no t to
any
particular sentence, paragraph, or section where
they
appear, unless the context otherwise requires.
Whenever
reference
is
made to
a
Section or
Article of
this
Agreement,
such
reference is
to the Section or
Article
as a whole, including all
of
th e
subsections
of such Section,
unless
th e reference
is made
to a particular
subsection or subparagraph of
such Section
or Article.
8. 11
Protection
of Records
CM shall
protect
from
harm
and
damage all data, drawings, specifications, designs, models, photographs, reports,
surveys an d other
data
created
or
provided
in connection
with this Agreemen t ( collectively, City Property) , while
such data
and materials
are
in CM
s possession.
Such duty m ay
include,
bu t is
not
l imited
to, making back -up
copies
of all
data s to red
by
electronic device on an y media, taking
reasonable
actions to prevent
damage by
impending flood
or storm (
including, but no t limited
to,
removing the City
Property to a
safe
location),
and
establishing and
enforcing such
security measures as
are
reasonably available, considering the customary
practice
within
CM s trade or possession.
8.
12 Exhibits
and
Attachments
I n the e ve nt o f confl ic t between
the
terms contained in this Agreement and the
terms
contained in an y o f the
documents attached
or incorporated herein, the terms of this
Agreement
shall
control and
shall
be
given full
efect.
8. 13
Observance
of Laws
Throughout the term of this Agreement ,
the CM
shall
k ee p fu lly
informed o f
all
federal,
state
an d local
laws,
ordinances, codes, rules, and regulations, an d all orders and decrees of bodies or tribunals having jurisdiction or
authority
which,
in an y manner, affect work authorized under the terms of this Agreement, an d
shall
further take
into
account all known pending changes to th e fo re go in g
of
which it should be reasonab ly aware. .
The CM shall
at al l times
observe an d comply with
al l
such
laws, ordinances,
regulations, orders, and decrees.
8. 14 Agreement
Severable:
No Waiver
In
the event any pro v is io ns o f
this
Agreement shall be
held
to be in va lid a nd unenforceable, the remaining
provisions shall be v alid a nd binding upon the part ies. One or more waivers by either party of any provis ion, term,
condition or
covenant
shall no t
be
construed
by
the
other
party
as
a
waiver
of
a
subsequent
breach
of
the
same
by
the other
party.
8. 15 City's
Own
Forces
The
City
reserves
the
right to perform
construction
an d
operations related
to the
Project
w ith the
City'
s
own
forces, a n d t o
a w a r d
c o n t r a c t s in connection w i h ' ihe' project v c h i c i i °a r e n o t .
p a `
it,
f
the C M '
s
responsibilities under
;
U V -
U
0 U
this Agreement. " " '
v J UJ
U U
U U
U
000
U
J-
0
03
U
U
U
0
U
U U U
C
v U
u
O
0000U
J l7
U
U
0 00 UU U U
JUU i _
o
0
22
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 23/152
8. 16 Governing Law and Exclusive Venue
This
Agreement shall
be
governed by, an d
construed
in
accordance with, the
laws
of
the State of
Florida,
both
substantive
and remedial, without
regard
to principles of conflict of
laws.
The exclusive
venue
for any
litigation
arising
out of
this Agreement shall be Miami -Dade County, Florida, if in state
court,
an d the
U .
S.
District Court,
Southern District of Florida, if
in
federal court. BY ENTERING INTO THIS AGREEMENT, CM AND CITY
EXPRESSLY
WAIVE
ANY RIGHTS EITHER PARTY MAY HAVE TO A
TRIAL
BY JURY OF ANY CIVIL
LITIGATION RELATED
TO, OR
ARISING OUT OF, THIS
AGREEMENT.
8. 17 Limitation of
Liability
8. 17. 1 The City desires to e nte r into this
Agreement
only if in so doing the City ca n place a l imit on City' s
liability for
any
cause o f action
for
money damages due
to an
alleged breach
by
the
City
of this Agreement, so
that
its
liability
for
any
such
breach
never
e xc ee ds th e fe e
paid
to
CM
herein,
le ss a ny su ms paid
by
the City. CM
hereby expresses
its willingness to
enter into this Agreement w ith CM '
s
recovery from
the
City for any
damage
act ion for breach of
contract
to be lim ite d to a maximum
the
fe e pa id to CM
herein,
Tess an y
sums
paid by the
City.
8. 17 . 2 Accordingly, and
notwithstanding
any other term
or condition
of
this Agreement,
CM
hereby agrees
that the City
shall
not be
liable
to CM for damages in an amount in excess the
fee paid
to the CM herein, less any
sums paid by
the
City,
for
any action
or
claim for breach of contract
arising
out of the performance or non-
performance
of an y obligations imposed u po n th e City
by
this
Agreement.
Nothing
contained in
this subparagraph
or elsewhere in this Agreement is in an y way
intended
to
be a waiver of the
limitation
placed
upon
City'
s
liability
as
set
forth in
Section
768.28,
Florida
Statutes.
8. 17.
3 In
no
event shall either party
be
liable for
an y
indirect, incidental, special, or consequential
damages, including, without limitation, loss of profits, revenue, or
use
incurred by either party or
any
third party,
whether
in
an
action in contract
or
tort, even if the other party or any other person
ha s
been advised of the
possibility
of
such damages.
Remainder of this page
left
intentionally blank)
000
UUU
0 000
U
0
U
U 0
0
0
0
0
0
V
U 0
0
0
0 V
O
c
0
0
0
0
0 u
U U
00
U U 0
0
U U
0
0
00
0
000
0
0000
U
0
u
U 0
U U U
U U
0
0030
U
U
U
33000
0
J
23
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 24/152
IN WITNESS WHEREOF, the parti es have set their hands an d
seals
th e day
an d
year first above written.
ATTEST:
Robert Parcher, City Clerk
ATTEST:
By:
THE CITY
OF
MIAMI BEACH
Mat i Herrera Bower,
Mayor
Dna Stephenson,
Secretary
D. Stephenson Construction, Inc.
Florida
Contractor License: (CGC24733)
By:
f
1 /
Dwight Stephenson, President
APPROVEDAS
TO
FORM & LANGUAGE
FOR
0 ---
g CUTION
A
L
cu
o
u U
O
J
0000
0
0
3 u 0
J
0 J 0
3
0
O
JU JJ
J J
24
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 25/152
EXHIBIT I
DRAFT GMP
AMENDMENT No.
EXHIBIT I" TO THE AGREEMENT FOR
PRE -
CONSTRUCTION SERVICES BETWEEN THE CITY
OF
MIAMI
BEACH, FLORIDA, AND (
INSERT NAME
OF
CONSTRUCTION
MANAGER)
FOR
CONSTRUCTION
MANAGER AT
RISK SERVICES PURSUANT TO RESOLUTION
NO. (
INSERT RESO #) (
ENTITLED
CONSTRUCTION MANAGEMENT AT
RISK PRE-
CONSTRUCTION
SERVICES
FOR
THE ( INSERT NAME OF
PROJECT))
THIS GMP AMENDMENT NO._, made and entered into as of this
day of , ( "
GMP
Amendment No ")
amends that certain
Agreement
between
Owner,
the
CITY OF MIAMI BEACH, FLORIDA
also, City) and
Construction Manager, (
Insert
Name of Construction Manager), ( hereinafter Construction
Manager or
CM),
made as
of the
day
of , for the following
described
Project:
Insert
Project
Name,
address
and
legal description)
as further
described in
Resolution No.
WHEREAS,
the Owner
and
the
CM have agreed to amend
the Agreement in the manner
set forth herein.
NOW,
THEREFORE, in consideration of the
mutual
promises and covenants
contained
herein, in the
Agreement and the other Contract Documents and for
such
other
good
and valuable consideration,
the
receipt
an d
sufficiency
of
which
is
hereby
acknowledged,
the
Owner an d
the
CM do
hereby
agree as
follows:
1.
This
GMP Amendment No.
is
executed
in
connection with, and
is
deemed to be part of the
Agreement
and the
Contract
Documents.
Wherever
the
terms of
this GMP Amendment No.
and the terms of
the Contract Documents are in conflict,
the
terms of this GMP Amendment No. _ shall govern and control. The
terms used herein, unless otherwise defined
in
this GMP Amendment No. _
shall
have the meanings ascribed
to them
in the Contract
Documents.
2.
The following are hereby incorporated into the Contract Documents and
made
part thereof:
a.
The construction
documents listed on Attachment
1 ,
attached
hereto, which
are made a
part
of th e
Contract Documents
by
this reference (
the " Construction
Documents ");
and
b.
The specifications
listed on Attachment II, GMP Amendment No._,
attached
hereto,
which specifications are made a part of the Contract Documents
by this
reference ( the
Specifications ");and
c.
Those documents listed on Attachment
III,
Additional
Contract
Documents, refer
to
the
executed pre-
construction services
agreement, attached
hereto,
are made a p art o f
the C o n trac t Do cuments by th
s reference; and
U
U_
U
U
U U U U
d. Those documents Iisteaa on; AttaCh6eniit
I ', `
OMR Amendment
No._,
GMP
Book
inclusive of CM '
s
Proposal, Qualifications"
an d
Assumptions attached hereto,
are
made a
o
U U U
0 0 0 U
0
0
25
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 26/152
part of the Contract Documents
by
this reference; an d
e.
Those
documents listed
on
Attachment V the CM ' s Salary and Wage Schedule
attached
hereto, are
made
part
of
the contract Documents
by
this reference; an d
f. The Scope of the
Work
for the
Project, (
Insert Name of Project) contemplated in this
GMP
Amendment No._,
and as
described
in
Attachment
I,
GMP Amendment
No._,
is
hereby incorporated
into the Work; an d
g.
The Project Schedule
will
be
provided
for
this Project
and
is set forth
on
Attachment VI-
GMP
Amendment No._,
attached
hereto, are made a part
hereof
by
this reference;
and
h.
The
CM '
s Onsite Management an d Supervisory
Personnel
for
this
Project shall be set
forth
herein,
and
incorporated as Attachment VII
to
this
Agreement.
The date
of Commencement
for the construction of the
Project (
Insert Name
of
Project) in
this
GMP
Amendment No._, shall commence upon the issuance of Notice To Proceed
NTP) #
2,
by
the part ies hereto ( the "Date
of Commencement ").
j.
The CM shall achieve Substantial Completion of
the Work for
this Project ( Insert Name of
Project) contemplated in this GMP Amendment No._, no later than (
Insert "
Contract
Time ")
calendar
days
from the
issuance of NTP #
2,
the Date
of Commencement (
the
Contract Time "),
and F ina l Completion, no t later than thirty ( 30)
calendar
days from the
date of Substantial Completion. Failure to
meet
either the
Substantial
Completion or Final
Completion
dates shall
be
a
material
breach of
this Agreement
and liquidated damages
will be assessed thereinafter.
k.
Upon
failure of the CM
to
substantially complete
the Work
contemplated in this G M P
Amendment
No., within the specified period of
time,
plus
any approved time
extensions, CM
shall
pa y
to
the
City the su m of $ (
insert
per diem
of
liquidated
damages) for each calendar da y after
the time
specified in subsection
2(
j)
of this
Amendment.
The
Guaranteed Maximum
Price ( GMP) for the Scope
of
Work
contemplated
in this GMP
Amendment
No._,
for the Project ( Insert N a m e of Project), is hereby guaranteed
by
the CM not to exceed
the sum
of (
Insert
GMP /Contract Amount). (
GMP Amendment No.
based
upon the
entire
Scope
of
the Work
as
described
in
the Contract Documents,
as
amended herein,
an d
including,
bu t
not
l im i ted to, the
Construction Documents and
the
Specif ications,
subject
only to
addit ions
an d
deduct ions
by
Contract
Amendment(
s)
or
Construction Change
Directive, as provided in
the
Contract
Documents.
The GMP
for
GMP Amendment No.
is more
part icu lar ly i temized
in the
Schedule
of
Values
prepared in
accordance
with the terms of the
Agreement,
which Schedule of
Values is
attached hereto as Attachment VIi9 -
6 1 1
P Amennmart No._,
and made a part of the
Contract
Documents
by ,,thin,-
reference.
Included c n
the
Schedule o f V alu es
and
26
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 27/152
specifically
identif ied herein,
the Contingency
as defined in
Article 1 . 19 of
the
Pre -
Construction
Services Agreement
is in
the amount
of (
Insert
Contingency
Amount).
m.
Should the
CM
realize
an y savings from
the
negotiated
Schedule
o f
Values, incorporated
as
Attachment Vlll,
th e C ity shall receive 7 5 %
of
said
savings
with
no line
item integrity.
The City reserves the right
to
audit
all
contract related documents at
any
t ime
during
the
Project and at the end of the Project.
n.
The CM
shall provide Commercial G e ne ra l L ia bility Insurance, Automobile Liability
Insurance,
Worker'
s Compensation Insurance,
and
Builder'
s Risk
Insurance, in
compliance with the provisions of Article II,
Insurance and
Bonds of
the
General
Conditions of the
Contract
for Construction.
o.
The
CM shall provide
the
Public
Construction Payment
Bond and
the
Public
Construction
Performance and Guarantee Bond, in
compliance
with
the
provisions of Article
II,
Insurance and Bonds of
the General
Conditions of
the
Contract for
Construction.
p. B y executing this GM P
Amendment
No ._ ,
the CM acknowledges that
it has
ascertained and verified
all
existing underground utilities
and
has coordinated al l correct
locations for po in ts o f c on ne ctio n fo r
all
utilities, if
any,
required for this Project
and has
identified all clarifications
an d quali fications for
this
Project,
if
any.
Utility Locations shall
be identified by the CM and al l existing utility connections will be capped as needed, as
noted in
the Qualification
and
Assumptions Statement.
q.
To
th e e xte nt
that
the Owner
ha s
authorized
the CM, in writing, to
perform
the Work
contemplated
in this GMP Amendment No.,
for
this
Project with
the
CM s
own
forces,
the salary an d wage
schedule
for the CM '
s
personnel performing such por tio n
of
the
Work,
agreed
upon
by
th e
City
an d
the
CM,
shall
be
as
set
forth
on
Attachment
V-
GMP Amendment
No._,
attached hereto,
and is
made
a part
of
the
Contract
Documents
by
this reference. The CM warrants an d
represents
that th e salary
an d wage
schedule includes the comparable market rates (
including
any
and
all
benefits,
contributions an d
insurance) charged
by
the
CM
for comparable contracts
to
other
business
and
individuals
for
similar services,
and
that such rates are not higher
than
the
standard
paid
for this Project ( Insert Name of Project).
r.
Except as expressly provided herein above
al l
of th e
terms,
conditions, covenants,
agreements
and
understandings contained in the
Pre -
Construction Contract Documents
an d as m ay have been
amended
pursuant to G M P
Amendment
N o . _
and this
GMP
Amendment No._),
shall
remain unchanged
and
in full
force and effect, and the
same
hereby
expressly
ratified
an d
conf i rmed
by the
City
an d CM .
s.
This GMP Amendment No._
may
be executed in
several
counterparts, each of w hich
shall be deemed
an
original
butalt
which,sliall:conctitite one and the
same
instrument.
u
L
27
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 28/152
IN WITNESS
WHEREOF,
th e parties have set their hands
and
seals
the
day and year first above written.
ATTEST:
THE CITY OF MIAMI BEACH
Robert
Parcher,
City
Clerk
Matti
Herrera
Bower, Mayor
ATTEST:
CONSTRUCTION MANAGER (Insert
CM
Name)
Insert Florida Contractor &
License)
Insert CM Principal)
By: By:
Insert
CM
Secretary) (
Insert CM Principal)
U O C U UU
U
G U U U
0
0 U U
u
U U 0 U
0
U
0 0
U
U U U
U U U
V
U
0
U 0 L U
U
U U U U
V
0
U
U
U
U U UU
U(
300
U
V U V
0 U
V V
U U U ( . v
V
V
V
u
V
28
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 29/152
EXHIBIT
I
GMP
AMENDMENT NO.
ATTACHMENT
I
CONTRACT DOCUMENTS:
THE CONSTRUCTION DOCUMENTS DATED
ATTACHMENT II CONTRACT
DOCUMENTS:
THE
SPECIFICATIONS
DATED
ATTACHMENT III
CONTRACT DOCUMENTS:
GENERAL
AND
SUPPLEMENTARY CONDITIONS
EXECUTED
PRE -CONSTRUCTION SERVICES AGREEMENT
DATED
ATTACHMENT
IV CONTRACT DOCUMENTS:
GMP
BOOK: CONSTRUCTION MANAGER'S PROPOSAL, QUALIFICATIONS
AND
ASSUMPTIONS DATED
ATTACHMENT
V
CONTRACT DOCUMENTS:
CONSTRUCTION MANAGER' S SALARY AND
WAGE SCHEDULE
ATTACHMENT VI
CONTRACT DOCUMENTS:
PROJECT SCHEDULE DATED
ATTACHMENT
VII
CONTRACT DOCUMENTS:
ONSITE SITE MANAGEMENTAND SUPERVISORY PERSONNEL
ATTACHMENT
VIII CONTRACT DOCUMENTS:
SCHEDULE OF
VALUES DATED
U
G
U U U U
U
U U U
U
4I
U 0 U U
U
U U U 42
U U
U
0
0 0 0
41
U U U U 0
U
0
U
U 0 0
0 0 U
U
0
0
U
0
U U
V
U V U
0
UJV1 U
U
J
U U
0J U 0
J
U
U v V
V
J
29
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 30/152
EXHIBIT II
PROJECT SCHEDULE
000000
U
000
0
U
U
U 0
U-
U 0 U 0
O
U
V U U
0
0,.
O
0
0 01: U
u
0
ti
1.
U
V
0
0 U U
0
0
O
0
0
000
0.
0000
U
V
U
U
0
U
U
U
U U
U
U
0000
U U U
V U V
VJ U
U
3
30
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 31/152
EXHIBIT
ID
DECLARATION
0:
00000
0
UUU
U
0
0 0 0 0
0
0 0 U 0
U U 0 0
U 0
l
U
0
0
0U U
0 U
U J
O
U U J 0
0
0
U U J
O
U 00
U
000 0
0000
0
u
J
u
J u u 0
00)30 0 0 0
0
U
J
00
000 0
00300
0
1
31
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 32/152
DECLARATION
TO:
City of
M i am i B e ac h
City Hall ,
1700 '
Convention Center Drive
Procurement
Division
Miami
Beach,
Florida 33139
Submitted this 8th
day of
August ,
2011.
The
undersigned, as
propose,
declares that
the only
persons
interested in this proposal are
named herein; , that no other person has an y interest in this responses or in the Contract to
which. this response pertains; that
this
response is made without connection or arrangement
with
any
other person; an d that this response.
is
in every
respect
fair and made, in good faith,
without
collusion
or
fraud.
The P ro p os er a g re es if this response' is accepted, to- execute
an
appropriate City of Miami
Beach document fo r establishing a formal contrac tua l rela tionship
between
the consultant and
the City of-
Miami Beach, F lor ida,
for the performance of all requirements to
w hic h th e
response
pertans.
The Proposer
states that the
response is based
upon
the documents
identified
by
the following
number: RFQ No. 42- 10/11.
M ay
5 , 2011
Cty
of
Mami Beach
Timothy Talbert
PRINTED NAME
Chie OperaingOficer
TITLE (IF CORPORATION)
000000
0
000,
0
0
0 0
U 0
U" 0 U 0
G 0
0 0
U
U
0
U 0
0
00U
0
u
0 U
0 0
U0
U U U
0
0
0
U
00
U
000
0
03000
0 0
U 0 0
J
J
U 0• 0
00300 0 0 u
U U
00
000 0
0030
3
3
RFQ No:
42 -
10/11
32
of
48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 33/152
EXHIBIT
IV
SWORN
STATEMENT
SECTION
287.133 ( 3) ( A) FS
ON
PUBLIC ENTITY
CRIMES
000000
0 UUU
U
0
0
0 0 0 0
0 0 0 U
O
0
0 U 0
0
U
O
0 0 000 U 0 0 U
O 0
00 0 U 0
0 0 J
O
0 0s
0
000 J
0000
0
0
0
J
0 0 0
0
0
J
0 0
0 0
00000 0 0 0
J 0
00 00
0 0
0003J J 0
32
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 34/152
SWORN STATEMENT UNDER
SECTION
287. 133(
3) ( a),.
FLORIDA
STATUTES, ON
PUBLIC;ENTITY CRIMES
THIS F ORM M UST B E S IG N E D A N D SW ORN TO IN TH E P R E S E N C E OF A N O T A R Y
PUBLIC
OR
OTHER OFFICER AUTHORIZED TO' ADMINISTER OATHS. •
This sworn statement
is
submitted to
Ctyof Miami
name
of public entity]
By
Timothy
Talbert;
Chief Operating
Officer ,
individual's name and title]
For
D.
SehensonConstruction,
Inc. .
print name of
entity submitting
sworn .
statement]
Whose business address
is
6241
North
Dixie Highway Fort Lauderdale,
FL
333.34
And ( if applicable) its Federal Employer Identification N umber ( FEIN) is 6 5 - 0313701 ( If
the Entity,
has no FEIN,
include
the
Social Security
Number
of
the individual
signing
this sworn statement:. )
understand that a . "
public
entity .
crime" as defined
in
Paragraph 287. 133( 1 ) ( . g ) ,
Florida
Statutes; m e a n s „a v i o l a t i o n , .o f , any .s t a t e e o r f e d e r a l
l a w
b y a p e r s o n w i t h
r e s p e c t
t o a n d
directly
related to
the 'transaction of business
with
an y
business
with any public
entity
or
with
a n _ agency
or
political subdivision
of
arty
other state•or
o f the
United States, including,
b u t n o t l im i te d
t o , a n y b id
o r c o n t r a c t for g o o d s o r s e r v i c e s
t o b e
p r o v i d e d
t o
a n y p u b l i c
e n t i t y o r
a n
a g e n c y o r p o l it ic a l s u b d i v i s i o n o f
a n y
o t h e r s t a t e
o r
o f
t h e
U n i t e d
S t a t e s
a n d
involving
antitrust,
fraud,,
theft;
bribery, collusion,
racketeering, conspiracy, or
material
misrepresentation. . •
understand that "convicted" or "conviction"
as
defined in Paragraph 287. 133( 1 ) ( b ) , Florida
Statutes;
means a finding
of guilt
or a conviction,
o f
a public entity crime; with or
without,
a n
a d j u d i c a t i o n
of,
g u i l tk , ir t a n y
f e d e r a l
o r
s t a t e
trial c o u rt o f
r e c o r d r e l a t i n g to c h a rg e s b r o u g h t
b y i n d i c t r i a e n t
O r i n f o r m a t i o n
a f t e r J u ly
1 , 1 9 8 9 , a s
a
r es u lt o f
a j u r y
v e r d i c t , n o n j u r y
t r ia l ,
o r
entry of a pleaof g ;uilty
or
nolo contendere.
1
understand
that
an " affiliate ".
as
defined, in Paragraph
287.133 ( 1 ) (
a),
Florida Statutes,
means:
1 ) '
A
predecessor
or successor of a person convicted of a public entity crime; or
2)
A n entity under the control of
a n y
natural person, who is active in
t h e
management o f the
entity
an d
who
ha s been c on vic te d o f a
public ' ent ity cr ime. '
The
term - "
afiliae.' -
ncludes those officers;
directors,
executives,
patners,
sharehoders, employees, .
members,,
an d agents
Who
are active
in
the
management of an
affiliate.
The ownership by one
person
of shares constituting
a c o n t r o l l i n g
i n t e r e s t
in a n o t h e r
p e r s o n ,
o r
a p o o l in g ,
o f e q u ip m e n t
o r
i n c o m e
among persons
when not fo r
fairma- ke f
valu
an
s under
orn
length agreement,
s h a l l
b e a
p r i m a
f a c i e c a s e t h a t
o n o p o r s o r ` .
c d n t r e l s ` z n o t h e p e r s o n . - A p e r s o n
w h o
k n o w i n g l y
e n t e r s
into a joint.
v e n t 'u r e
w a n
a c p e r s d wheinas
b e e n
c o n v i c t e d
May 5,
2011
C ity o f M i am i
Beach
JUUJ
3
0
0
o 0-.
0• 0 J
RFQ. No. 42 -
10111
J
0 o
u
0
33
of
48
3003 0 0 0
U
3 •
J
00000 0
JUJJ
0
0, J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 35/152
of a public entity c rime in F lo rida during the preceding 36 months sha ll, be '
considered
an afiliae ,
I understand that a "
person"
as defined in Paragraph 287. 133(
1 ) (
e ) ,
Florida
Statutes
means
an y
natural person or
entity
organ ized under . the laws
of
an y state or
of
the United
States
with
the
legal power
to
enter
into
a
binding
contract
a nd w hic h bids
or
applies
to
bid
on contracts for
the prov is ion
of goods
or
services
le t by a public entity, or,
which
otherwise
transacts or applies t transact business w ith a publ ic ent ity.
The
te rm " person" includes
those
officers,
directors, executives,
partners,
shareholders,
employees, members,
and
agents who are active in-management of
an
entity.
Based on
information
and
belief, the
statement .which
have
m arked belo w is
true' in
relation
to
the entity submitting th is sworn statement. [ Indicate which statement applies.]
X
Neither the entity submitti ng this sworn statement, nor any officers , , ,d irec tors ,
executives, partners,
shareholders,
employees, members,
or agents
who
are
active in neithe r the manag emen t o f the entity, no r any a ffilia te pf the entity
has
been
charged, with
an d
convicted of a
pu blic e ntity c hin e
subsequent
to July
1 ,
1989.
The ent ity
submitting this sworn statement, or one or more
of it s
officers, directors,
executives,
partners,
shareholders, employees, members
or
agents
wh o are a ctiv e
in
management of
the en ti ty or an affiliate
o f th e
entity has b ee n c ha rg ed w ith an d
convicted
of a publ ic enti ty crime subsequent to J uly 1 , 1989.
T h e
e n t i t y
s u b m i t tin g
t h is s w o rn
s t a t e m e n t ,
o r o n e o r m o r e of it s o f f i c e r s , d i r e c t o r s ,
executives, partners,
shareholders, employees, members,
or
agents who are
active
in
the management
o f the
entity
or an affiliate o f the
entity
has
been
charged'
with an d c on vic te d o f
a
public
entity
crime subsequent to
July .
1 , 1989. However,
there has been
a
subsequent proceeding before
a
Hearing
Officer
of
the State
of
Florida,
D iv isio n o f Administrative
Hearings
and the F inal Order e nte re d by
the
hear ing Off icer
determined that it was not
in the public i nteres t
to place
the enti ty
submitting this
sworn statement on, the convicted
vendor list. [
Attach a copy of
the
final
order]
I UNDERSTAND THAT
TH E
SUBMISSION
OF THIS
FORM TO
THE
CONTRACTING
OFFICER F OR TH E PUBLIC EN TITY - DENTIFIED IN
PARAGRAPH 1 (
ONE) ABOVE
IS
F OR
THAT
P U BLIC E NT IT Y
O N L Y , A N D , ' T HA T THIS
FORM
IS VALID THROUGH, DECEMBER
3 1 .
OF THE CALENDAR
Y EAR
IN
WHICH
IT IS FILED. I
ALSO U N D ER S T AN D THAT
I AM
REQUIRED TO I N F O R M THE PUBLIC E N T IT Y P RIO R TO ENTERING INTO A CONTRACT
IN
EXCESS
OF TH E
TH RE SH OLD A M OUN T
PROVIDED IN SECTION 287.017,
FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN
tjE
FpRM TION CONTAINED
N
T
Signature]
Sworn
to
and
subscribed
be fo re m e th is
8h
day of. August ,
2008
Personal ly
known
to
me
OR Produced identification,
N o t a r y P u b l ic - S t a t e o f
Forida
r)
Type of Identification
Printed typed or
stamped
Commissioned
name
of N 'otary'
ublic)
N
ycommissi8n' °
xpir ° 0 `' T / 13 / 2012
M ay
5,
2011
Cty of Miami
Beach
Notary
Public
State of
Florida
o
Nally Garcia- Lugo
My
Comrniaslon D0805366
Expires 07 /13/ 2012
3U J
V
0 0
U 0
vu
u
4)
0
0
U0
00J
0o 0
RFQ No: 42 -10/
11
34 of 48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 36/152
EXHIBIT V
QUESTIONNAIRE
UUU
000
0 000 0
J
U U
0 0
0 0 0 0 J
O
U U
U
U
U
0
0
00
U
0
0
0
J
00
0
0
0
0
0
U V
0 0
U
000
J
00000
0
O
J
0 0 0
U
D
0
0000
0
0
J
0
O U u0
00
0 0
OUOO
6
U
o
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 37/152
QUESTIONNAIRE
Proposer'
s
Name: •
D.
Sephenson
Construction,
Inc.
Principal OfficeAddress: • .
6241
North
Dixie
Highway
Fort'
Lauderdae,. FL 33334
Official Representative:
Timothy Talbert
Individual
Partnership (
Circle
One)
Corporation
If a Corporation, answer
this:
When Incorporated:
January 30,
1992
In what State:
Forida
If
a
Foreign
Corporation:
Date
of
Registration with
Flor ida Secretary
of
State:,
Name
of
Resident Agent:
Address of Resident Agent :'.
President's
Name:
Dwght 'Sephenson
Vice-President'
s
Name:
Dinah Stephenson
Treasurer's Name:
Timothy Tabert
May
5, 20111
City of
Miami
Beach
000
0/
00
U
000
J
U
d:
0 0
UUC '
O L
L
U . y
U
J
u
U
UU\
u
000
u
000U0
L
u
U
U
l: U 0
0 0 0
0000u U V
J
Ou0
0
U
RFQ No: 42 -
10/
11
35 of 48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 38/152
Members of Board of Directors:
If a Partnership:
Date of organization:
General
or
Limited Partnership *: -"
N a m e
and
Address
of
Each
Partner:
NAME '
ADDRESS
Designate
general partners in a Limited Partnership
Number
of
years
of reevant
experience
in
operating,
same .
or simlar
business:.
19 yeas
2.
Have an y
agreements
held by Proposer fo r a
project
ever been canceled?
Yes ()
No '(
X)
If yes, give
details
on
a
separate sheet. •
Has
the Proposer or any principals of the applicant
organization failed
to
qualify
as a responsible Bidder /Proposer
refused
to en te r in to a contract
after
en award-
has been
made,
failed 'to complete
a
contract
during the past five ( 5) years,
or
been
declared to
be
in default
in
any contract in the last
5 years?
f
If
yes, ,please explain:
No.
4.
Has
the
Proposer
or
any of
its . principals ever been ' -declared ,
bankrupt-
br
reorganized
under Chapter
11 or
put into
receivership ?
Yes ( )
No (
X)
If yes,
give
date, court jurisdiction, action
taken,
and any, other explanation
;
deemed
necessary
on a
separate
sliest
L
l, u
l
l
May 5, 2011
Cty of Mia m i Beach
L
U
U
U
v v
u
c
L
U
uuucL
L L
U
LU
RFQ
No: 42 -
10111 -
36of48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 39/152
5.
Person or persons interested
in
this RF Q and-Qualification Form
have (
K ) have not
b e e n c o n v i c t e d b y
a F e d e r a l , S t a t e ,
C o u n t y , o r M u n ic ip a l C o u r t o f
a n y
v i o l a t i o n
of
law,
other than traffic violations. To include stockholders over ten percent
10 %). (
Strike
out inappropriate words)
Explain any
convictions: -
6.
Lawsuits ( any) pen ding or
completed
involving the
corporation, partnership
or
individuals
with
more
than ten percent (
10 %)
interest:
A.
List al l pending lawsuits:
See atached
document.
B.
List all judgments from lawsuits in the
last
five ( 5) years: '
Not Appicabe.
Listtany
criminal
violat ions
and /
or
convict ions of the Proposer
and /
or an y
of
its
principals:
Not'
Appicabe
Conflicts of Interest. Th e following relationships
are
th e only potential, actual, or
perceived
conflicts of
interest
in
connection,
with
this
Proposal: (
If none,
state -
same) - •
None
8.
Public Disclosure.
In
order to-
determine whether
the members of the Evaluation
Committee
for
this
Request. for Proposals
have
an y association or
relation ships •
which
would
constitute
a conflict of
interest,
either actual or perceived, with
any
Proposer and /or . individuals and entities
comprising
or representing such
Proposer
an d
in an a tte mp t to e nsu re
full an d
complete
disclosure regarding this
contract,
all Proposers a r e required to disclose a l l persons a n d entities who m a y
be
involved
with this Proposal. This list
shall
include
public
relation
firms,
lawyers
an d
lobbyists.
The
Procu re m en t D iv is ion sha ll
be
notified
in
writing if
an y person
or entity is added
to
this list after receipt of Proposals.
None.
1.
a
1.
C.
U
L
V•
May 5, -
2011
City of Mami Beach
E-
U
0
U U
U
0
L
0 0
RFQ No: 42- 10/11
37 of48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 40/152
EXHIBIT
VI
INSURANCE CHECKLIST
UUU UUU
U
000
U
0
0 U
U
0
U
U U
U 0
V
0
U 0 0
U
0 0
0
0
0 000
U
0
0
0
0
U
UU
U 0 0
0
0
U
0 0
VU
U
000 0
0000
li 0
U
0 U
U U
U
U
0000
U 0 U
U
00UU
U
000V
V
34
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 41/152
XXX 1.
XXX 2.
INSURANCE CHECK LIST
Workers' Compensation
rand
Employer's Liability
pe r th e
statutory
l imits
of the state
of
Florida.
Comprehensive General Liability (
occurrence form),
l imits
of
liability $
1 , 000,000.00
pe r occurrence for
bodily injury
proper ty damage to
include
Premises /Operations;
Products, Completed Operations and Contractual
Liability.'
Contractual
Liability and
Contractua l Indemnity (
Hold
harmless
endorsement exactly as Wr it ten .in " insurance
requirements"
of
specficaions).
3.
Automobile Liability $
1 , 000,000 each occurrence -
owned /
non- owned /hired
automobiles
included. .•
4.
Excess
Liability - $ . •
00
pet occurrence
to
follow
the primary
coverages.
XXX
5.
The
City
must
be named
as
and
additional
insured
on
the
liability
policies; and
it,
must be stated
on
the
certificate.
6.
Other Insurance as indicated:.
Builders
Risk
completed
value $ ,
00
Liquor Liability $ .
00"
Fire
Legal L iab il ity , - $ .
00
Protection and Indemnity $ .
00
Professional
Liability $ .
00
Employee_
Dishonesty
Bond $ . .
00
Theft.
C o ve rin g M o n e y
and /
o r
Property,"
Of- others $
XXX 7.- •
Thirty (
3 0 )
days written cancellation
notice
required,
XXX
8,
Best'
s guide
rating
B +:
VI or better, latest edition.
XXX 9.
The
dertificate. must state
the RFQ
number
and
title
00
PROPOSER
AND INSURANCE
AGENT STATEMENT:
W e understand the Insurance, Requirements of these specifications an d that 'evidence o f th is
insurance
may
b e
required within
five (
5 )
days after Proposal
opening.
Selected Proposal'
s
failure to procure
or
maintain
required insurance ,
program shall constitute
a material
breach of Agreement under which City may im m ed ia te ly te rm ina te the proposed
Agreement.
D.
SephensonConstruction,
Ine:-) uuU
U U U
LC C
Y
u --
sue: -- c
Proposer .
SigRatut'e of Propp-
szr
U U
VV
U
U
U
U
U U
U U U U .
U U U U
U
May 5, 2011
City
of
M i a mi B e a ch
UUUV u
U
u
u
u
30
Vu
u
v
UV U
U
u
0
JV J
V
U
RFQ No:
42-
10/ 11,
29 of48
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 42/152
EXHIBIT
VII
A/
E
AGREEMENT
UUU UUU
0 UUU
0 U
J U
U 0
0
0
0 0
0
U
0
0 0
0 0
0 U
0
0
U
00
0
0
U 0 U
0 U
UU
U U U
U
U 0
U
0
00
0
000
0
0000U
u
0
0
0
U 0
0
U U
0 lJ
0JJUU U J
U
J JJ00
U
J
o3300
U
U
35
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 43/152
AGREEMENT
BETWEEN
CITY OF MIAMI BEACH
AND
BORRELLI +
PARTNERS, INC. .
FOR
PROFESSIONAL ARCHITECTURAL
AN D
ENGINEERING SERVICES
I N SPECIALIZED
CATEGORIES,
ON AN "
AS-
NEEDED BASIS ",
F OR
PROJECTS IN WHICH
TH E
BASIC
CONSTRUCTION
COST
DOES
N OT E X C E E D $ 2 MILLION
O R
F O R STUDY ACTIVITIES
W H E N
T H E ' FEE FOR S U C H . PROFESSIONAL •
SERVICES
DOES
NOT
EXCEED $200, 000 •
Resolution No. 2010 -
27415 • •
CITY
APPROVED
A & E.
FORM (
AUGUST2010)•
UU..
0,U
UUU U
U
U
0•, U U• 0 U U
1.
U U
l., U
1. 0 U L
U
U
U
0 0 0
U
0
i)
U U •
uU
u
U
U
v u
O U
Uo 0
k: 00
U
UUU
4
U
U
U U U V
U 0
U
000V
0 U
U
V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 44/152
TABL'E
OF CONTENTS '
DESCRIPTION
PAGE
ARTICLE
1 .
DEFINITIONS
2
ARTICLE
2. '
BASIC
SERVICES . . •
7..
ARTICLE 3,
THE CITY
S •
RESPONSIBI.
LITIES
13 •
RT1CLE.
4.
RESPONSIBILITY FOR
CONSTRUCTION COST •
16
ARTICLE 5 :
ADDITIONAL
SERVICES
17 •
ARTICLE 6.
REIM•BURSABLE-EXPEN.SES . •
18
ARTICLE
7.
COMPENSATION FORSERVICES. •..
19
ARTICLE 8. CONSULTANT'
S ACCOUNTING
AND OTHER
RECORDS
20
ARTICLE.9.
OWNERSHIP..OF PROJECT DOCUMENTS •
20 •
ARTICLE-1 ( X
TERM•INATI'
ON
OF
AGREEMENT .
21
ARTICLE
11. INSURANCE -
23
ARTICL
E.
12.
INDEMNIFICATION AND HOLD
HARMLESS
24. . -
ARTICLE 13. ' ERRORSANDOMISSIONS• .
24
ARTICLE 14. LIMITATION OF•LIABILITY - -
25
ARTICLE
15. NOTICE •
26
ARTICLE•16. MISCELLANEOUS
PROVISIONS
26
SCHIEDU•LES: •
SCHEDULE
A • ''
SCOPE
OF SERVICES'
32
SCHEDULE •B •
CONSULTANT COMPENSATION
33
SCHEDULE
C '
HOURLY BILLING
RATE '
34
SCHEDULE
D
CONSTRUCTIONCOST BUDGET '
35
SCHEDULE E
PROJECT
SCHEDULE '
36.
SCHEDULE F • .
GENERAL•CON•DITIONS
OF•
THE CONSTRUCTION CONTRACT '•
37
SCHEDULE G •
INSURANCE
AND
SWORN
AFFIDAVITS
38
SCHEDULE H . •
BESTVALUEAMENDMENT -
39
CITY APPROVEDA & E
FORM (AUGUST2010)
0
U L 0.0U II
U UUU
U
U
U
U U
U
U
U U
4 . )
U•
0
1 c
U
0,.. 7.
0 U.
0
t. 1 U
U V
U.
0 U.. •
0• U
U
L
U
U C . U U U U
U
0000 U
V
U)
U
v
v 0 .•
u
u
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 45/152
TERMS AND CONDITIO.NSOF•
AGREEMENT
BETWEEN : THE' CITY
OF M IAM I
BEACH
AND
BORRELLI +•
PARTNERS, INC.
FOR
PROFESSIONAL
ARCHITECTUREAND
ENGINEERING. (AIE).
SERVICES
FOR THE •
P .ROFESS•ONAL.
ARCHI.
T E C T U . R A L AND ENGINEERING
SERVICES.
I N SPECIAL•ZED•.CATEGORIES,
O N . . .
AN "
AS- N E E D E D B A S IS " , F O R
PROJECTS
I N
WACH THEBASIC•CON STRUCTION COST' D O E S N O T ' .
EXCEED ;$2. MILLION, OR FOR- STUDY ACTIVITIES W HE N TH E.FEE. FORSUCH PROF ESSIONA L. ' .
SERVICES
DOES
N OT
EXCEED' $200, 000 •. .
T h i s A g r e e m e n t m a d e a n d • e n t e r e d • i n t o t h i s 0 d a y o f S e p - e n i b e ' ( 2 0 1 0 , b y a n d . b e t w e e n . th e C I T Y O F . . . - .
, .
M 'I A M I : B E A C H , a - m u n i c i p a l ' c o r p o r a t i o n . , e x i s t in g :
under
t h e
T a w s o f t h e -
S t a t e of Florida, h a v i n g it s p r i n c i p a l • • •
offioes:
at 1700
Convention Center Drive, Miami
Beach, Florida,
33139, (
hereinafter referred
to
as
City),
and
Borrelli 4 - .
P '
artners,
Inc:, a Florida
corporation having
i t s . •
principal office
at
2600. South Douglas •Road; Suite •
8 0 1 ,
C o r a l
G a b le s F lo rid a 3 3 1 3 4 ( h e r e i n a f t e r
r e f e r r e d
t o • as
C o n s u l t a n t ) : ' '
WTN
E•SSET
H:• .
W H E R E A S , . t h e . C i t y in t e n d s
t o
u n d e r t a k e
a
p r o j e c t w i t h i n t h e
C i t y
o f
M i a m i
B e a c h , w h i c h . is m o r e
p a r t i c u l a r l y d e s c r i b e d i n .
t h e . S c o p e
o f S e r v ic e s a t ta c h e d . a s .
S c h e d u l e . " A .
7
h e r e t o ; ' a n d _
w i s h e s t o e n g a g e t h e
Consultant
to
provide.
specific •professional
services including, without
limitation,.
NE.
ervices, for t h e Project,. • •
at'
h e
agreed •
ees set
forth' n
this
Agreement; and • • ' • • • • . . .
WHEREAS•, the Consu ltan t
d'
esires•, to contract with the City fo r perfo rmance. of the• aforestated
professional services relative•to the
Project ,
as hereinafter
se t
forth; an d
N OW
THEREFORE,
City and Consultant,' in consideration'
of
the m utu al covenants an d
agreement ,
herein contained','agree
as
follows: . .. • •• • . .. ..
CITY APPROVEDA & E FORM (AUGUST•2010)
1 - .
0
.00
U
tJ0 0
0
l. 0•
0(
0
U U U U
U
V • U• L
1.
U.
l. • U
U
l:,
0
L
U U 0 l; U
l,•.
0 U
O
0
U
0
U • U U
t,. •
L:
U
U 0
V V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 46/152
ARTICLE 1 :
D.
EFINITIONS
1 . 1 CITY (OR OWNER):
The "
City" shaf
mean the
City of
Miami.
Beach.,
a
F loride municipa l
corporation having
it&
principal offices at 1700 Convention Center
Drive,•
Miami
Beach, Florida,.
33139.
1.
2
CITY
COMMISSION: "
City
Commission" shall
mean
the governing and legislative body
of the
City.
1 .
3
C I T Y MANAGER: The "
City
Manager" shall mean the chief administrative off icer of the•
City.
The
C i t y Manager
shall. b e
construed
to
include any d u l y authorized representatives d e s i g r i a t e d in writing
i n c l u d i n g , t h e
P r o je c t C o o r d in a t o r)
w i t h
r e s p e c t
t o
a n y s p e c i f i c
matters) c o n c e r n in g t h e
S e r v i c e s
and /o r this •Agreement ( exc lusive
of
those
authorizations •
reserved
to
the
City
Commission or
regulatory or
administrative bodies h a v i n g jur isdict ion over any matter(s ) . related t o
the
Project, the •
Services, and /or
this
Agreement). •
1 : 4 PROPOSAL DOCUMENTS: "
Proposal
Documents" shall mean Request for
Qualification (
RFQ)
No.
Of-09/10, •
entitled "
FOR
PROFESSIONAL
ARCHITECTURAL,
LANDSCAPE
ARCHITECTURE,
PLANNING. & -
URBAN
DESIGN AND ENGINEERING. SERVICES IN
VARIOUS
PROFESSIONAL •
SPECIALTIES
ON
AN "
AS-
NEEDED BASIS ",
FOR PROJECTS IN •
WITCH '
TH E BASIC CONSTRUCTION COST DOES N O T E XC EE D $
2 MILLION
OR FOR
STUDY ACTIVITIES' WHEN THE F EB F OR •
SUCH
PROFESSIONAL
SERVICES DOES
N OT
EXCEED $
200,000" issued by
the
City. I n contempla tion of this
Agreement, together
with' all-.
a m e n d r i -
i e n t s .
t h e r e t o (
if
a n y ) . ,
a n d t h e
C o n s u l t a n t ' s .
p r o p o s a l
in
r e s p o n s e
t h e r e t o (
P r o p o s a l ) ,
w h i c h
is
i n c o r p o r a t e d
b y
r e f e r e n c e t o t h i s
Agreement and m a d e a
p a r t .h e r e o f ;
provided,
h o w e v e r ,
that
in t h e
event
of an' express confl ic t
between
the proposal,
Documents
and this Agreement,' the Agreement .
shaII
prevail. • • •
1 : 5 CONSULTANT: The named enti ty
o n
page 1 of this Agreement,' the " Consultant" shall mean the '•
architect/
engineer
who has
entered-
into a
contract
with the.
City t o
provide the Services
described
under this Agreement. •
When
the term
Consultant" is used
in
this Agreement it shal l a lso be deemed -
to. inciude
any officers, employees, sub -
onsultants,
agents, and
any
other person
or, entity acting
under
the
supervision,
direction,
or contro l
of
Consultant. Any sub -
onsultants
retained by
Consultant
for• the
Project
shall
be subjec t to the
prior'
written
approval .of
the pity .
Manager. Consultant• shall
p r o v i d e t h e P r o je c t C o o rd in a to r
w i t h
c o p i e s .
o f
t h e c o n t r a c t
b e t w e e n
C o n s u l t a n t a n d
a n y s u b - • .
c o r i s u l t a n t 's . . A n y s u c h c o n t r a c t s s h a ll c o n t a i n p r o v is io n s t h a t p r e s e r v e
a n d
p r o t e c t t h e r i g h t s o f t h e
CITY APPROVED A & E FORM (AUGUST 2010)
U
lU
u
a
UL:
u- .
0• „
U •'
u
u W
0' 0 L
u u
1. `'
U
a
u
V
u
U
U
U
u
uv
uuc
v
0 0 u ./
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 47/152
City
under this Agreement.
Nothing
contained in
this A g re em e nt s ha ll create -
an y
contractual
r e l a t i o n s h i p b e t w e e n
t h e
C i t y a n d
s u b -
o n s u l t a n t s . A n y
a p p r o v a l of a
s u b c o n s u l t a n t
b y t h e C i t y s h a l l
not, i n , any way, shift the
responsibility
for the quality and acceptability
by.
the City of the
services
p e r f o r m e d
bythe
s u b - o n s u l t a n t ,
f r o m • t h e
C o n s u l t a n t
t o
C i t y . .
P a y m e n t
of sub -
o n s u l t a n t s
s h a l l
be
t h e
responsibility of
the Consultan t,
a nd s ha ll
no t
be cause
for
any
increase in compensation to '
the
Consultant
fo r
payment
o f
the Basic Services.
The quali ty of
services
an d acceptability
to the City of
the services:
performed
by such sub -
onsultants
shall•
be
the sole
responsibility of Consultant.
T h e f o ll o w i n g s u b -
consultants
a r e
h e r e b y
a p p r o v e d
b y
t h e C i t y
M a n a g e r for the P r o j e c t :
Miller
Legg &
Associates —
Landscape Architecture and
Civil
Engineering
Mart inez
Engineering
Group,. Inc. —
Stnictural Engineering
TLC' Engineering for Architecture, 'inc. —
M EP Engineering
1 .
6 .
PROJECT
COORDINATOR:
The " Project Coordinator" shall m ea n
the
individual designated in
w r i t i n g b y t h e C i t y Manager w h o
s h a l l
b e t h e
C i t y '
s a u t h o r i z e d representative t o c o o r d i n a t e , ' d i r e c t , a n d
review ( o n •behalf of the City) all
matters related
t o
the .Project
during the design
a n d construction
of the
Project (unless expressly provided •otherwise in this Agreement or the
Contract •
Documents)•.
1. 7 [
Intentionally
Omitted]
1 : 8
BASIC
SERVICES: . "
Basic Services" shall include
those
services which Consultant shall perform •
in
accordance. with
th e te rm s
of:
the
Agreement (
an d
as requ ired
to
complete
the
Project),
as •further
described
in
Article 2
an d
Schedule "A" hereto. In
addition
any Services
not Specifically addressed
as
I
Additional'Services (as
defined
herein)
shall be considered
Basic
Services.
1 . 9
PROJECT: The " Project"
shall
Mean. that certain
City capital. project
that' has
been
ap.
proved
by .
the City Commission and
is
described
in
Schedule "
A"
hereto.
1. 9. 1 Protect Cost: •
The Project
Cost ", hall
mean th e e stim a te d to ta l c os t
of
t he Pro jec t, as
p r e p a r e d .
a n d '
e s t a b l i s h e d
b y
t h e C i ty , i n c l u d i n g t h e e s t im a t e d C o n s tr u c t io n C o s t • a n d S o f t C o s t s .
T h e Project Cost may,. r o m t im e
to
t im e , b e
r e v i s e d or
a d j u s t e d b y the C i t y , in it s s o l e d i s c r e t i o n , .
to
accommodate approved '
modif ications or
changes to
the
Project
or
scope of work.
1 .
9 .
2 : ' Proiect
Scope: The "
Project'
Scope"
shall
mean
the description
of
the Project in Schedule
A" hereto.
3
CITY
APPROVEDA & E FORM (AUGUST2010)
u
u "
c
U
U U U U
u
u
u
u u
u
u c
u
u
u
u u
U
UU u U
U•
0 U
U
U U
U
U U
U
U
U
U
U
U 0 0
U
U
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 48/152
1 . 10 CONSTRUCTION COST:
The "
Construction
Cost" shall
mean
the su m w hic h is the.actual total
c o s f t o t h e C i t y o f
t h e W o r k (
a s e s t a b l i s h e d in
t h e
C o n t r a c t D o c u m e n t s , a s t h e y m a y b e a m e n d e d f r o m •
t i m e
t o
t i m e ) , i n c l u d i n g a .
c o n t i n g e n c y •
a l l o w a n c e fo r
u n f o r e s e e n
c o n d i t i o n s , n ot to e x c e e d t e n p e r c e n t
10 %)
of
the construct ion cost for
new
construction,
or
twenty percent (
20 %)
of
the
construction cost
for • •
rehabilitation
of historic buildings. .
For
W o r k '
n o t
c o n s tr u c te d , t h e C o n s t r u c tio n C o s t
s h a l l be t h e s a m e a s the l o w e s t
b o n a f i d e
b id
o r
competitive b id r e c e i v e d a n d
accepted
from. a responsive a n d r e s p o n s i b l e 'bidder
or
proposer for s u c h
Work.. ' •
1 . 10 . 1
Construction
Cost Budget:.
The. "
Construction
Cost
Budget"
shall
mean the amount
b u d g e t e d
b y - t h e C i t y tor
t h e
C o n s t r u c tio n C o s t ; a s s e t f o r t h in S c h e d u le " A" h e r e t o .
1 . 1 0 . 2 Statement'Of Probable Construction
Cost:
T h e " S t a t e m e n t
of
P r o b a b le C o n s tr u c t io n
C o s t " -
h a l l . •
m e a n
the l a t e s t a p p r o v e d w r i t t e n
e s t im a t e
o f C o n s t r u c t i o n
C o s t
s u b m i t t e d b y .
Consultant
t o -the
C it y ,
in
a format approved
b y
the Project
Coordinator..
F o r Work w h i c h b id s o r p r o p o s a ls h a v e n o t b e e n l e t , t h e S t a t e m e n t
of Probable
C o n s t r u c t i o n C o s t . .
shall be the
same
as the Construction Cost.
1 '. 11 FORCE
MAJEURE: . "
Force M ajeure" shall. mean
any
delay .occasioned
by
superior or irresistible.
f o r c e
o c c a s i o n e d
b y
v i o l e n c e
i n n a t u r e w it h o u t t h e
i n t e r f e r e n c e
o f h u m a n a g e n c y s u c h a s h u r r i c a n e s ,
t o r n a d o e s ,
f l o o d s ,
l o s s
c a u s e d
b y
f i r e a n d o t h e r
s i m i l a r
u n a v o i d a b l e c a s u a l t i e s ;
o r b y
c h a n g e s i n .
F e d e r a l , S t a t e
o r
l o c a l ' laws,
o r d i n a n c e s ,
codes .
o r
r e g u l a t i o n s e n a c t e d
a f t e r
the d a t e of
t h i s
A g r e e m e n t ;
o r
O t h e r
c a u s e s b e y o n d t h e p a r t i e s '
c o n t r o l w h i c h -
h a v e ,
o r
m a y
b e
r e a s o n a b l y
e x p e c t e d t o h a v e ,
a .
m a t e r i a l
a d v e r s e e f f e c t o n t h e P r o j e c t , o r o n t h e r ig h t s a n d
o b l i g a t i o n s
of
t h e p a r t ie s
u n d e r t h i s
A g r e e m e n t a n d w h i c h , b y t h e e x e r c is e
o f d u e
d i l i g e n c e , s u c h p a r tie s s h a l l not
h a v e -
b e e n a b l e t a v o i d ;
provided, •however,
that
inclement weather ( except as noted above),
the a cts.
or omissions of sub- '
consultants /
s u b -
contractors, market
conditions, labor conditions,
construction industry
p r i c e trends,
a n d .
s i m i l a r
m a t t e r 's
W h i c h n o r m a l l y
i m p a c t o n
t h e c o n s t ru c t io n p r o c e s s
S H A L L . N O T b e c o n s i d e r e d -a
F o r c e -
M
ajeure.
I f t h e
C o n s u l t a n t is d e l a y e d in
p e r f o rm in g a n y
o b l i g a t i o n
u n d e r
t h i s A g r e e m e n t
d u e
to
a
f o r c e m a j e u re ,
t h e C o n s u l t a n t
s h a l l r e g u e s t.
a
t i m e
e x t e n s i o n
f r o m t h e P r o j e c t C o o r d i n a t o r
w i t h i n ' f iv e ( 5 ) b u s i n e s s
d a y s
o f
s a i d
f o r c e
m a j e u r e .
A n y t im e e x te n s io n '
s h a ll b e
s u b j e c t
to m u tu a l
a g r e e m e n t
a n d
s h a ll r io t
b e
fo r
a n y '
C l a i m b y t h e C o n s u lt a n t fo r e x t r a c o m p e n s a t i o n ,
u n l e s s
a d d i t i o n a l s e rv ic e s a r e r eq u ir ed , a n d
approved
pursuant to Article .5 hereof.
CITY
APPROVED A & E FORM. (AUGUST
2010)
U
U
U
L,
U
U
0
U
t)
0
U
U V U
v
U
J
J
U
U
0
U U
0
U
U
U U
U V U
li
0 0 00 0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 49/152
1.
1 . 12 • CONTRACTOR: " Contractor" s ha ll m e an
the•
indid.dual or
individuals,
firm, company;
corporation,.
joint
venture,
o r o th er enti ty•contract ing with
City
fo r
performance
of •he Work
covered
in
the Contract -
Documents.
1 . 13 -
CONTRACT
DOCUMENTS: "
Contract Documents" shall mean this Agreement (
together
with all •
exhibits, addenda, and writ ten amendments issued thereto),
and
the docume.nts prepared by
Consultant •
in .
accordance w ith
the
requirements of th e S co pe of S e rv ic es in
Schedule "
A" hereto ( that.
form
the •
basis
for
whic h th e City ca n
receive
bids for the
Work
included in the documents):
The
Contract • •
Documents
shall also
include, without l im i tat ion ( together
with
al l
exhibits,
addenda,
an d written
amendments issued
thereto), the invitation
td bid ( ITB),
instructions to bidders,
bid
form,
bid bond,
the •
Contract for. Construction, surety 'payment
and
performance bonds,
Condit ions o f. -
he Contract
for. •,
Construction [ General; Supplementary, an d other Conditions], Divisions 0 - 17, Construct ion Documents, • .
an approved Change Order(s), approved Construction Change Drective(s),
and /
or
approved witten .
order(s)
for
a
minor '
change
in
the Work.
1. . 14
CONTRACT FOR CONSTRUCTION: "
Contract
fo r Construct ion"
shall
m ea n th e
legally
binding'
agreement between City and
with Contracto r fo r
performance of the Work
covered
in the contract
Documents.
1 .
15
CONSTRUCTION DOCUMENTS: "
Construction Documents" .
shall
mean the final plans,
technical specifications, drawings, documents, ' an d diagrams prepared by
the
Consultant
pursuant to
this
Agreement, which show
the
locations, characters, dimensions a n d details
of
the
Work
t o b e done,
and
which
are
part
of
the
Contract
Documents.
1 .
16 CONTRACT AMENDMENT: "
Contract Amendment" shall mean a written modification to the
Agreement approved
b y
the
City (
as specified
below)
a n d .
executed between• City and
Consultant,
c o v e r in g c h a n g e s ,
a d d i t i o n s , o r r e d u c t i o n s in t h e
t e r m s
of t h i s A g r e e m e n t -i n c l u d i n g , without l im i ta t io n ,
authorizing
a
change in the Pro ject, or the method- and manner of performance thereof; or
a n
adjustment in
the
fee
and /
or
completion•dates.
Contract Amendments shall
b e
approved by the .City Commission
if
they exceed twenty -ive thousand
dollars ($
25 ,
000.00)
or
the
City Manager
if
they are twenty - ive thousand.
dollars ($
25,
000.
00)• or
Tess
or.
other such.
amount
as
may
b e
specified. by the
City
of
Miami Beach
Procurement Ordinance, as ..
amended). •Even for
Contrac t Amendments
fo r less
than
twenty -five thousand ($
25,000.00),
the
City
Manager reserves the rig ht to seek and
obtain
concurrence of the City Commission fo r approval of any
such
Contract Amendment.
CITYAPPROVED
A & E
FORM (AUGUST2010)
5
U V
V V
V
V V
U G U
U
V
U
0
0
U
U 0 V
00000
0
V
V J
U
V v
U
V U
vv0
O
U
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 50/152
1 . 1 . 7•
ADDITIONAL SERVICES: "
Additional
Services"
shall mean those' services, in addition to the •
Basic
Services in
this
Agreement,
which. the
Consultant
shall perform,
at the City' s option,
an d
which .
have been duly
authorized, -
in w r i t i n g ; b y
the
City Manager• or.
h is
authorized designee, prior to
commencementofsame- - •
1.
18 :
WORK: "
Work"
shale mean all. labor, materials, . tools, equipment, services,
methods,: .
procedures, etc.
necessary
or convenient:to performance
by Contractor-
of all
duties an d
obligations . .
proposed by
the Contract
Documents.
1 . 19. .
SERVICES: "
Services' shall mean al l services, work,
and .
actions by the Consultant
performed
pursuant to or
undertakers
under
this
Agreement.
1 .
20
SOFT 'COSTS: "
Soft Costs"
shall
me an c os ts re la te d• to the
Project
othe r than Const ruc tion. .
Cost
including, without limitation.,
Consultant's .
Basic
Services, Additional
Services;
surveys,
testing,
general consultant,
f inancing, and •permitting
fees, etc.
1 .
21
BASE
BID: " Base
Bid shall mean
the
elements
contained.
in the. Construction •Documents;
r e c o m m e n d e d b y t h e C o n s u l ta n t (
a n d
a p p r o v e d b y t h e
C i t y )
a s b ein g
w i t h i n
t h e ' C o n s tr u ct io n C o s t
Budget . "Base: Bid" sha ll no t i nc lude Add it ive Alternates or Deducti ve Alternates. .
1 .
22
SCOPE
OF
SERVICES: " Scope :o f Serv i ces" shal l i nclude the Project Scope, Basic Services;
and a n y
Additional
Services ( a s a p p r o v e d
b y
the C i t y ) , a l l a s described in Schedule "
A"
hereto.
1. 23
SCHEDULES: "
Schedules
shall 'mean
the various
schedules
attached to this
Agreement
and referred
to as
follows:
Schedule
A —
Scope ofServices.
Schedule B —
Consultant
Compensation. -
Schedule
C —•
Consultant.Hourly.'Bill ing.
Rate
Schedule.
Schedule
D —
Construction CostBudget.:
Schedule•E—
Project Schedule. .• • •
Schedule F —
General
Conditions of
the Contract
for
Construction
Schedule
G —
Insurance Requirements
and
Sworn
Affidavits •
Schedule
H —
BestValue Amendment
CITY APPROVED A & E FORM (AUGUST2010).
U
O 0
00
0
U
U
U V
V
U•.
U
V 0
U U
U•,
U
U U
U
U• U
U
UU
0
U U U U
U
U
U
0
U
O
O
U
U
J U
U
U
lCr U
00
0
0
0
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 51/152
ARTICLE
2. BASIC
SERVICES
2.
I .
Th e
Consultant shall' provide
Basic Services
for
the Project,. .
as
required' by
the
Contract •
Documents
and as
set
forth
in
Schedule "
A "•
hereto.
2.2
Th e
Services will
he commenced. upon issuance
o f the first
Notice to
Proceed
which .
shall be
i s s u e d
b y
t h e Project Coordinator
a n d
counter-s i g n e d by Consultant.. Subsequent N o t i c e s
t o
P r o c e e d
shall
alsb.
tie
issued by
theProject Coordinator.
A separate Notice to Proceed .shalt be required prior t commencement of each: Task (as
same .
are set forth
in
Schedule "A" hereto). •
2. 3
As it relates• o
the
Services and. the Project, Consultant
warrants
and represents to
City
that it •
is
knowledgeable
of
Federal,. State, and
local
Jaws codes, rules'
and
regulations
applicable
in
the
jurisdiction( s)
in
which
the Pro ject is located„
including,
without limitation,
applicable
Florida Statutes,
a nd S ta te •of
Florida codes,. rules
and
regulations,
and
local ( City o f M iam i Beach
and Miami -Dade '
County) ordinances, c o d e s , a n d r u le s a n d
r e g u l a t io n s ( collectively, "
Applicable L a w s " ) .
As•
they•
relate
to the Services and to the Project, the Consultant agrees to comply with a ll s uch
Applicable
taws,. •
whether
now
in effect
o r • as may b e amended or adopted from time to time, and shall further
take
into
account
a ll
known pending changes to the foregoing of which
it
should
reasonably be aware.
R e c o g n iz in g t h a t t h e
c o n s t r u c t i o n
o f .O t h e r . :p r o j e c t s w i t h i n t h e ' C i t y m a y a f f e c t s c h e d u l in g .
o f
t h e '
construction
fo r
the Pro ject,
the
Consultant shall diligently
coordinate
performance
o f th e
Services
with
t h e C it y ( t h r o u g h t h e P r o je c t C o o r d i n a t o r ) in o r d e r t o p r o v id e fo r t h e ' s a f e , e x p e d i t io u s , e c o n o m ic a l
a n d
efficient- com pletion '
of
the .
Project,
without negati ve ly
impacting concurrent. work by
others. The
Consultant shal l coordinate the Services with all:
of
its sub - onsultants,
as well
as other consultants,
including,
without limitation,
City
provided
consultants (
if -
any).
2.
4 ••
The:
Consultant
warrants. and represents to City that all of the. Services requ ired under this
A g r e e m e n t
s h a l l b e . p e r f o rm e d . i n a c co rd a n c e w i t h
t h e
s t a n d a r d o f
c a r e
n o rm a l ly e x e rc is e d i r i .
t h e
design of'comparable.
projects in South
Florida.
Consultant
warrants
and represents
to
the
City
that it
is
experienced,
fully q u a l i f i e d , . a n d p r o p e r l y L i c e n s e d (
p u r s u a n t
t o Applicable :L a w s ) to p e r f o rm t h e
Services.
Consultant
warrants and
represents
to City
that
it
is responsible
fo r
the technical
accuracy
of the Services (
including,
without
limitation,
the
D e s i g n
Documents
contemplated. in
Schedule "
A "'
hereto). - • . .
CITY APPROVEDA &
E
F O R M ( AUGUST 2010)
UUl
l
L•
li
f:
V
U4JU
U
0
u
U..
0U •
U
U
l
U
00 •
J000
L,
U
O
J J
U
U
U
J J
0
U
0 00
UJ
0 0
o
3
U
l) u
U
O
0
U
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 52/152
2.5
The Consultant' s Basic Serv ices Shall consist of five ( 5) Tasks (
inclusive
of planning, design,
bidding /award,
construction administration., and
Additional
Services [ as may be approvedj),.
all
as •
further described in Schedule " A" hereto; and shall
also
include any and a ll of Consultant's • .
responsibilities
and
obligations with respect to the
Project, as set forth
in '
the General Conditions of the.
Contract fo r Construction (attached as Schedule "
F "
hereto).
2.5. 1 Panning Services :.
Consultant shall . provide
planning
services
for_
he Project,
as
required by the Contract
Documents
and
as set forth in Task 1
of
Schedule "A" hereto (entitled "Planning Services ").
2. 5.
2
Design Services:
Consultant shall_
prepare
Design
Documents for the
Project,
as
required by
the Contract
Documents and.as
set
forth. n
Task
2 of Schedule "A"
hereto (entitled "Design Services ")
2.
5:3
Bidding
And Award
Services:
Consultant
shall .provide bidding an d
award
services
for the
Project, as
required by the
Contract
Documents
and as se t forth in Task
3
of
Schedule `
A "
hereto (
entitled " Bidding
an d
Award.
Services ").
2.
5.4 -
Construction Administration Services:
Consultant shall provide construction administration
services
for the Project ,
as
required
by
the
Contract
Documents -and:
as set
forth
in
Task
4
of Schedule " A" hereto ( entitled "
Construction
Administration Services ")..
2.
5.5 .
Additional Services: .
If required ( and so approved) by-
the
City, Consultant shall provide Additional Services, as se t
forth in Task 5 of Schedule "
A"
hereto.
2. 6
RESPONSIBIL ITY FOR'
CLAIMS AN D
LIABILITIES:
Written decisions and /or approvals issued
b y t h e C i t y
s h a l l
n o t c o n s t i t u t e
n o r
b e d e e m e d a r e l e a s e of th e r e s p o n s i b i l i t y a n d l i a b i l i t y o f t h e
Consultant (
o r of a n y of
it s officers,
employees,
s u b - consultants,
agents,
and /o r servants),. for the
accuracy and competency
of its /
heir designs,
working drawings,
plans,
technical
specifications, or
other techn ica l
documents,
no r
shall such
approval 'and/ or decisions be deemed to be an assi
mptiorl
of
s u c h
responsibility
b y
the
City
for
a
defect,
error or
omission
in
designs,
working drawings,
plans,
technical specifications, or other technical documents; provided;
however,
that
the Consultant
shall
be
entitled
t o
reasonably
rely upon
the accuracy
a n d validity
of written decisions and approvals furnished
b y
the C i t y pursuant
t o
this Agreement.
CITY APPROVEDA & E FORM (AUGUST2010)
uu
U
U0
U
U
U
0 0
U
J 0 0 U •
0
U U
0
U
0
U
U
U
uU U
U
U
U
U
U
0 U
V
03
0
0.
JU
0
0000
0
U
U
U U
0 U U
O
0 0
0
0
nn
0
0
o
0
0U U
0000
0
0
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 53/152
2. 7 TIME: It is understood that
time
is of
the
essence in
the
completion of
the
Project
and, in this
respect the parties agree as follows:
2.
7.
1
Term:
The term
of
this Agreement
shall
commence
upon
execution
by
the .parties
subject•
to
approval of
the
Agreement
by the
Mayor an d
City
Commission) (
the
Effective Date),
and shall be in effect until all Services are completed.or until; the work and /or services under the
Notices to
Proceed'
in force at the end of the stated•period
of
time have been completed and the :.
Services accepted, whichever m ay be
later.
2.
7.2
The Consultant sha ll per fo rm
the
Services
as expeditiously
as is consistent with -
the
standard
of professional
skill an d
care required by
this
Agreement, an d the
orderly
progress of
the
Work.
2.7. 3 .
The Services shall
be
performed in a mariner
that shall conform
with
the approved
Project
Schedule,
attached to as Schedule " E" hereto. ` The Consultant
may
submit requests fo r
an ad jus tmen t to the P ro je c t Schedule, if made necessary because
of
undue.de lays resu lt ing f rom.
untimely
review
taken by the City ( or other governmental authorit ies
having
jurisdiction over the
Project) to
approve
the
Consultant'
s. submissions,. or an y other
portion of
the Serv i ces requ ir ing
approval by the City. (
or .
other- g overnmental authorit ies having
jurisdiction
over. the Project) .
Corisiiltant shall
immediately provide the
Project
Coordinator
with written
notice stating
the
reason
fo r the particular
delay;
the. requested
adjustment ( i . .
e..
extension) to
the
Project Schedule;
and a
revised anticipatedschedule of complet ion. Upon receipt
and review
of Consultant's request (an d
such
other
documentation
as
the
Project Coordinator may require),
the .
Project
Coordinator
may
grant
a
reasonable
extension
of time for
co m ple ti on o f
the particular
work invo lved, and authorize
that the appropriate adjustment be made to the Project
Schedule.
The
Project Coordinator's
approval ( if
granted) shalt
be
in writing.
2.
7.4
N othing •
n•
this
Section 2 . 7
shall
prevent the City
from
exercising
its
rights
to
terminate
the •Agreement,'as provided elsewhere herein:
2: 8
Consultant shall
use its
best
efforts to maintain a
constructive,
professional,
cooperative
working
relationship W i th . the Project Coordinator, Contractor, a n d any
a n d a ll
other individuals
a n d /
or
firms
that
have
been
contracted, or otherwise retained,
to perform Work on the Project:
2.
9
The
Consultant
shall
perform it s
duties under
this Agreement in a competent, timely .and
professional manner, and
shall
be
responsible
to the City fo r any failure in its performance, except to
the
eXtent
that
acts
or
omissions by the
City make such
performance
impossible. •
9
CITY APPROVED
A &
E FORM (AUGUST 2010)
u
00
0
U
V 0
E%
0
e
U L .
11
0u
V 00
0•
0
0
0 0
0 0 0
U
U
0
o 00U
0 0 0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 54/152
The Consultant is respons ib le fo r the professional quality, ' technical ' accuracy, completeness,
performance .an d
coordinat ion
of alIwork required
under the Agreement ( inc lud ing the work perfo rmed
by
sub =onsultants), within•the
specified time
period and
specified cost; The Consultant shall perform
the
work
u t il iz i n g . t h e s k i ll , k n o w l e d g e ,
arid
judgment
o r d i n a r i l y
p o s s e s s e d a n d u s e d
b y
a
p r o f i c i e n t '
consulting
w i t h
r e s p e c t to t h e
d i s c ip l in e s r e q u ir e d for t h e
p e r f o r m a n c e of the W o r k
in t h e
State of
Florida.
The Consu ltan t is
responsible for,. an d shall
represent to
City that the
work
conform's to City's
requirements, as se t forth
in the
Agreement. The Consultant shall :be and remain liable to th e
City
fo r
a ll
d a m a g e s
t o t h e
C i t y c a u s e d b y t h e C o n s u l t a n t ' s n e g l i g e n t a c t s o r
e r r o r s
o r o m is s io n s in
t h e
performance of the work.. In
addition
to all other rights an d
remedies,
which the City
may
have, the
Consultant shall, a t
it s e x p e n s e , r e -
p e r f o rm a ll
or any p o r t i o n
o f the S e r v ic e s t o
correct
any
deficiencies which result from the Consultant's . failure
to
perform in
accordance
with - he above
standards. The
Consultant
shall also be ' liable fo r
t he replacement
or
repair of
an y
defect ive materia ls
and
equipment an d
re- performance o f an y non- onforming
construction
services. resulting
from
such
cleficient. Consultant
serv ices for a
period from
the
Effective
Date
o f
this Agreement,
until
twelve (
12) -
m o n th s fo llo w i n g .
f i n a l
a c c e p t a n c e o f t h e W o r k ,
a n d
f o r t h e p e r i o d o f d e s ig n l i a b i l i t y
r e q u i re d •
b y
applicable law. The
Project
Coordinator
shal l not ify
the Consultant,
in
writing, of any deficiencies and •
shalt approve
the
method and timing
of
the correct ions. N ei ther the City's • nspection,• review, approval
o r
a c c e p t a n c e o f , . -o r
p a y m e n t fo r ,
a n y
o f
t h e w o r k r e q u i r e d
u n d e r
th e
A g r e e m e n t
s h a l l b e
c o n s t r u e d t o
relieve
the
Consu ltan t ( o r any
sub -
onsultant) o f i ts ob liga tions and responsibilities
under
the
Agreement, nor
constitute. a
waiver of
any of the City' s
rights
under the
Agreement, or of any
cause of
action arising ou t
of
the performance
of
the
Agreement.
The .Consultant
and i ts sub -
onsultants
shall
be' and •rernain. liable t o the City in
accordance with
Applicable Laws for
all
damages to City caused by
an y failure
of
the
Consul tant or
it s sub -
onsultants
to c omply
with •
the
terms
and
conditions
of
the..
A g r e e m e n t o r b y
t h e C o n s u lt a n t
o r a n y s u b -
o n s u l t a n t s '
m i s c o n d u c t , . u n l a w f u l a c t s ,
n e g l i g e n t
a c t s ,
errors or
omissions
in the performance of the Agreement.
With respect
to th e performance o f work by
sub - onsultants, the Consultant shall , i n , approving an d accepting. such work, ensure the pro fessiona l
q.uality,.
coinpieteness, and .
coordination of the sub -
onsultant'
s
work. •
2.
9. 1
The Consultant shall be - esponsible for deficient, defective services and
any
resulting
deficient, defect ive construction services re- performed within twelve ( 12) months fo llowing final
acceptance
and- shall
be subject to further re- performance, repair and replacement for twelve
12)• months fr om th e date o f initial re- performance, no t to exceed twenty- our -months ( 24) from
finch acceptance.
2.
9,
2
Consultant Performance
Evaluation:
The
Consultant
is
advised
that
a
performance
e v alu a tio n o f the work rendered throughout
this
Agreement will be completed by the
City
an d
kept
in the City' s files
fo r evaluation of future
solicitations.
10
CITY-
APPROVED
A &
E
FORM (AUGUST2010)
c ?
o up .
c
0
J
0
U J
J
O U
0 A A
0
L
0
u u
C
t, U'
0000U
G
0
0
0 U 0
J
0
0
0
O 0)
0J O
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 55/152
I
2,
10
The City
sha ll have
the
right,
at
any time, in . its sole and absolute
discretion,
to submit for .
review
to other consultants ( engaged
by
the
City at it s
expense).
any
or
all parts of the Services
and •
the
Consultant shall fully cooperate in such review(s).
Whenever others are required to
verify, review,
or
consider
any
work performed
by
Consultant (
including, without limitation, contractors,
other
design .
professionals, and /
or
o ther consu ltan ts re tain ed by th e C ity), th e in te nt of such requirement is
to
enable the
Consultant
to receive
input
from others' professional
expertise
to identify
any •
d i s c r e p a n c i e s , e rr o r s o r o m i s s i o n s t h a t
a r e
i n c o n s i s t e n t w i t h . i n d u s t r y s ta n d a r d s f o r d e s i g n o r
construction of comparable
projects;
or
which
are inconsistent with Applicable Laws; or
which are
inconsistent
with
standards,
decisions
o r a pp ro va ls
provided by
the
City under this Agreement.
Consultant will
use
reasonable
care
and skill, in , accordance and consistent with customary •
professional
standards,
in
responding t o i t e m s identified
b y other reviewers in
accordance with
t h i s
subsection. Consultant
shall receive
comments
from reviewers,
in
writing,
including, without
limitation
an d
where applicable), v ia a set
of
marked -up drawings an d specif icat ions. Consultant
shall
address
comm ents - orwarded to- it in •a t imely manner.
The' term "
timely" shall be defined to mean. as.soo n as
possible under the
circumstances, taking
into accoun t the time lines of
the Project Schedule.
2.
11. [
Intentionally Omitted]
2. 12
Consultant
agrees that when any
portion
of th e Services elates- to a professional .service
which,
under
Flor ida Statu tes, requ ires a
l icense,
cert if ica te of authorization, or
other
form of legal
entitlement
to .
practice
and /or :perform such
Service(
s),
it
shall
employ and /or retain
only
qualified
duly
licensed
certified personnel
to provide
same.
Consultant agrees to
designate,
in writing, within
five' ( 5 ) calendar
days
after
issuance of th e
first• Notice• to Proceed, a qual ified l icensed pro fess ional to serve as its project manager ( hereinafter -
referred to as the "Project Manager").
The Project Manager
shall
be authorized.•and. responsible to act
on
behalf
of Consultant with respect to directing.,
coordinating
and
administrating all.
aspects
of the .
Services.
Consultant's
Project
Manager ( as well
as
an y replacement) shall
be
subject to the prior.
written approval
of the
City
Manager or h is
designee (
who in this
case
shall
b e
the Project
Coordinator). .
Replacement (
including reassignment) of a n approved Project Manager shall:.
not be
made .w i thout the • prior wri tten approval of the City Manager or his designee ( i. e . th e P ro je ct
Coordinator).
Consultant agrees, within fourteen ( 14) calendar days of receipt of written notice from
the
C i t y
Manager
o r
his designee ( which notice
s h a l l
s t a t e
the .cause therefore)., to promptly
remove
and replace a
Project Manager, or any
other
personnel employed
or•
otherwise
retained
by Consultant for the
Project ( including, without limitation, any
sub -
consultants).
CITYAPPROVED
A &
E
F O R M (
AUGUST
2010)
11
000
0 ,. 0
0
0
0
0 J
l
J C
U•
J
U
0
J
ii
0
U
l•
tli0
000
J
0
U
J U
0 J
0
0
it
J
V V
000
J
V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 56/152
2.14
Consultant
agrees. not to divulge; furnish or make
available
to
an y
third party(
ies), any
non-
public information concerning the Services
or
the• Project, without the
prior Written .
consent o f the City
M a na ge r o r his d esig ne e w ho sh all
be
the. Project' Coordinator), unless such disclosure
is
incident to
the '
proper
performance of. the
Services;
or
the
disclosure
is
required
pursuant to
Florida Public
Records
laws;
or,
in the
course •
of
judicial proceedings,
where
such .
information has been
properly
subpoenaed.
Consuitant.
s ha ll a ls o
require its
employees
an d su b- consultants to
c om ply w ith th is
subsection:
2.
15 ' .
T h e City a n d
Consultant
acknowledge that the Services d o not delineate every detail-
and
minor.
work
task required
to• be
performed. b y Consultant to
complete
the Project. if, during
the
course
of
p e r f o r m i n g
of
the Services, Consultant detefrnines. that work s h o u l d b e performed to complete the
Project which is, in the Consultant's reasonable opinion, outs ide the level .of
effort
originally anticipated • :
in the
Scope of
Services,
Consultant shall
promptly notify the Project
Coordinator,
in writing, and
shall
obtain th e Pro je ct C oo rd in ato r's
w ri tte n con se nt b efo re
pro ceed in g w ith su ch
work.
If Consultant
proceeds w i t h any such,
additional
work W i t h o u t obtaining the
prior
written consent
of t h e
Project
Coordinator, said- work shall
be
deemed to
be within
the origina l Scope
of.
Services, a nd d ee med
included'
as a
Basic Service (
whether or
not specifical ly addressed`
in the $
cope
of
Services). Mere
n o t i c e b y C o n s u l t a n t to t h e
P r o j e c t '
C o o rd in a to r s ha ll n ot
c o n s t i t u t e
a u t ho r iz a t io n o r
a p p r o v a l
b y th e
City to perform such
work.
Performance
of
a n y . s u c h work b y
Consultant without the
p r io r w r it te n .
c o n s e n t of the Project Coordinator
s h a l l
b e undertaken a t Consultant' s s o l e risk 'a n d liability.
2..
16
Consultant
shall
establish,
maintain, an d categorize
any and
all' Project documents
and
records
pertinent to the Services
and
shall .provide the City, upon
request, with copies
of
any
and
all..
such documents
and /or records.
ln' addition, Consultant shall provide electronic document files t o the •
City upon completion
of
the Project. '
2. 17
T h e C i t y ' s p a r t i c i p a t i o n
in
t h e d e s i g n a n d c o n s t r u c t i o n
o f
t h e • P r o je c t s h a l l in
n o
w a y
b e
d e e m e d
t o r e l ie v e t h e C o n s u l t a n t of it s p r o f e s s i o n a l d u t i e s a n d r e s p o n s ib i l i t ie s u n d e r t h e C o n tr a c t .D o c u m e n t s
or under Applicable
Laws. .
2.
18.
GREEN.BUILDING STANDARDS:
T h e
C o n s u l t a 'ntshall c o m p l y with t h e ;
r e q u i r e m e n t s
o f S e c ti o n 2 5 5 . 2 5 7 5 ,' F l o r id a ' S t a t u t e s , a n d
C h a p t e r
1 0 0
o f
t h e C i ty 'C o d e ,
a s
b o t h m a y .
b e
a m e n d e d f r o m t i m e t o
t i m e ,
a d d r e s s in g •
a p p i i c a b l e
L e a d e r s h i p
in
Energy and..Environmental Design ( LEED) compliance requirements.. •
CITYAPPROVEDA & E
FORK (
AUGUST2010) '
C:
U
U
U
LC
12 .
c
0
L
V
J
V
c
C.
0
V
V
V
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 57/152
2.
19.
SUB -
CONSULTANTS:
All services provided
by
sub -consultants
shall
be consistent with
those commitments ,made
by
the Consultant In
its
Proposal
and during the
competitive solicitation
selection process
and
interview.
Such
services sha ll
be
u nd erta ke n a nd pe rfo rm ed pu rsu an t
to
appropriate written agreements
between
th e Consultant
and
the sub -consultants,
which shal l con ta in
prov isions that
preserve
and protect the rights
of
the•City under this Agreement. Noth ing conta ined in
this
Agreement shall
create any contractual relationship between
the
City and
the sub -
consultants.
T h e •
Consultant s h a l l
n o t r e t a i n ,
a d d ,
o r r e p l a c e a n y s u b -
consultant without the
prior•
written
a p p r o v a l of • .
the
City
Manager,
in
response
to a
written request f r o m
the
Consultant
stating
the reasons for
a n y
proposed substitution. Any approval •of a sub - onsultant
b y
the City Manager shall not in
anyway
shift
the responsibility
for
the quality
a n d
acceptability
b y the C i t y
of the
services
performed
b y the s u b - •
consultant from the Consultant to
t h e
City. The quality of services
a n d
acceptability•to
the City
of the
services performed b y sub - onsultants shall
b e
the sole -
responsibility of
Consultant.
The•
Consultant
shall
cause
the
names '
of
sub -
onsultants responsible for
significant portions
of
the
Services
to be
inserted
on the plans and
specifications. •
ARTICLE 3.
THE CITY'
S RESPONSIBILITIES
3 .
1 The C i t y Manager shall d e s i g n a t e
a '
P r o j e c t Coordinator, •
n
writing,
who
shall b e the C i t y '
s
au thorized represen ta ti ve to coordinate, direct, an d review a ll matters re la te d to this Agreement
and
t h e Project•d u r i n g the d e s i g n
a n d
c o n s t r u c t i o n of
s a m e (
except u n l e s s otherwise e x p r e s s l y provided i n .
this
Agreement
or
the
Contract
Documents): •
The Project Coordinator shall be authorized ( without .
limitation)
to
transmit
instructions, receive i nfo rmation , and interpre t and define City ' poli cies
and
dec is ions with respect
to
the Services an d the P ro ject.
However, ~
the
Project
Coordinator is no t
authorized-to issue a n y verbal' or w r i t t e n orders o r instructions to
Consultant
that would h a v e the affect
o r . b e interpreted a s
having the
effect)
of modifying
or.changing, (
in any way) the
following: •
a)
the Scopeof Services; • • • .
b)
the
time
within
which
Consultant is obligated to commence•and complete the Services; or
c)
the amount of
compensation the City
is
obligated or committed to
pay
Consultant.
3 . 2 .
T h e C i t y
s h a l l
m a k e a v a il a b le
t o
C o n s u l t a n t
a ll
i n f o r m a t i o n t h a t t h e C i t y
h a s
in it s p o s s e s s i o n
pertinent
to the
Project.
Consul tant hereby agrees
and
acknowledges
that,
in
making
any such
in fo rmation avai lable to Consu ltant,
the
City makes no express or implied certification„ warranty,
a n d / o r
r e p r e s e n t a t i o n
a s t o
t h e
a c c u r a c y o r
c o m p l e t e n e s s
o f s u c h
in f o r m a t i o n , .
T h e - C o n s u l t a n t
u n d e r s t a n d s , a n d
h e r e b y
a g r e e s a n d a c k n o w l e d g e s , that it is
o b l i g a t e d
t o verify
t o
t h e e x te n t i t d e e m s
CITY APPROVED A &.
E
FORM ' (AUGUST
201'
0 )
13
VL
U
1,
L V
L
v
l,
L
1—
u . .
L
c , . 1 . - .
U _
L
L
L)....•..
J
V U • . •
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 58/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 59/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 60/152
3 . 8 . 6 ' T h e C i t y M a n a g e r m a y , in h i s / h e r s o l e d i s c r e t i o n , f o r m a c o m m i t t e e o r - c o m m it te e s , o r
inquire
of,
or consult with,
persons
for
the pu rpo se: of receiving advice an d
recommendations
relating
to the exercise
of the
City'
s powers,
duties,
and ' responsibilities.
under this Agreement
or
the
Contract Docurnents.. .
3 .
8 . 7 Th e City Manager
shall
be the
City Commission'
s
authorized
rep-
resentative• with
regard
t o acting '
o n
behalf of the C i t y in the event of issuing
a n y default
n o t i c e (
s )
under this
Agreement, and, should such default.
remain
uncured, in
terminating
the
Agreement
pursuant
to an d
in
accordance with Article
10
hereof).
ARTICLE
4. RESPONSIBILITY FOR CONSTRUCTION
COST
4 ;
1
T h e C i t y
h a s ,
e s t a b l i s h e d
t h e C o n s t r u c t i o n C o s t B u d g e t for
t h e
P r o j e c t , a s s e t f o r t h in
S c h e d u l e
D "•,
attached hereto.
4.2.
C o n s u l t a n t s h a l l c e r ti f y a n d . w a r r a n t to t h e C i t y
a ll
e s t i m a t e s
of
C o n s tr u c t io n C o s t p r e p a r e d
b y
Consultant. . • •
4.
3. •
Consultant sha ll war rant and, represent
to
the -City that
its
review and evaluation .
of
the
C o n st ru c ti on C o st B u d ge t, Statement of Probable
Construction
Cost, and.
an y o th er c ost e sti mate s -
prepared (
or
otherwise
provided)
b y Consultant for the Project, represent Consultant' s best judgment
as
a n .
experienced
design professional
familiar
with
the
construction• industry; provided, however, that
Consultant cannot ( and does n o t ) guarantee that bids or negotiated
prices
will- not
vary
from any
estimates
of
Construction
Cost
or
other
cost
evaluatidn(
s)
prepared (
or
otherwise provided)
by
Consultant.
4.
4
The Construction. Cost Budget (as established
in Schedule " D " hereto)
shall no t
b e
exceeded
w i t h ou t f u lly j u st if ia b l e , e x t r a o r d i n a r y , a n d u n f o r e s e e n c ir c u m s t a n c e s ( s u c h
a s F o r c e M a j e u r e ) .
w h i c h
a r e .
beyoiid•
the control•of t h e p a r t ie s .
Any expenditure above this a m o u n t shall. b e subject t o p r i o r
C i t y
Commission approval which, if g r a n t e d
at
a l l ; shall b e
at the
sole a n d reasonable discretion
of
the C i t y
Commission.
T h e C i t y C o m m i s s i o n
s h a l l
h a v e n o o b lig a t io n t o a p p r o v e a n i n c r e a s e in t h e
Construction.
Cost
Budget a n d , if such budget is exceeded,
the
City
Commission
may, a t i t s sole and
reasonable discretion,, terminate this Agreement (
and
the remaining Services) without
any •
further
liability
to th e
City.
4 . 5 . I f t h e l o w e s t a n d b e s t b a s e b id
e x c e e d s
t h e C o n s t r u c t i o n
C o s t
B u d g e t
b y
m o r e t h a n f i v e p e r c e n t
5%),
t h e
C i t y C o m m i s s i o n m a y ,
a t it s
s o l e
o p t i o n
a n d
d i s c r e t i o n ;
e l e c t
a n y
o f t h e f o ll ow in g o p t io n s : (
1 ) •
CITY
APPROVED
A & E
FORM (AUGUST2010)
000
0160_
U •
U 0
0
0 0
v
0(
l
0
L li
U
U• U u
U
u
0 0
U
0- .,
0
0 0
u
U
U G
U(:;
U
0- 0
U
0 v
0
U 00
C
000
uu0U
V
U
0
0 U
0
U
UUU0 V 0 0 (.
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 61/152
approve an i n c r e a s e to the
Construction
Cost Budget; ( 2 ) r e j e c t
a ll
b i d s , a n d ( at
it s
option)
authorize
r e b i d d i n g of
t h e
P r o j e c t ; ( 3 ) a b a n d o n t h e P r o je c t a n d t e r m i n a t e t h e
r e m a i n in g S e r v ic e s
without a n y
further
l i a b i l i t y
t o
t h e
C i t y ; ( 4 ) s e l e c t a s m a n y D e d u c ti v e A l t e m a t iv e s a s m a y b ' e .
n e c e s s a r y
to bring
t h e
lowest
a n d
best
b i d •
within
the Construction Cost
Budget;
or (
5 )
work with
the
Consultant
to
reduce the
ProjectScope,
construction
schedule, sequence of Work, or such
other
action,. as deemed necessary ,
to r e d u c e
the
C o n s t r u c t i o n Cost Budget..in the event
the
C i t y e le c ts t o reduce
the
Project
Scope,
the
Consultant shall provide any required revisions t o the Contract Documents ( including, without
limitation,
the Construction Documents),
and prov ide r e -
bidding
services, as
many
times as
reasonably
r e q u e s te d b y t h e C i t y , at
no
additional
cost'
to
the City, in
o r d e r t o b r in g a n y - r e s u lt in g ,
responsive •
an d responsible
bids
within f ive
percent (
5 %)
of
the'
Construction
Cost Budget.
ARTICLE 5. ADDITIONAL SERVICES
5 .
1 Additional
Services shall-
onlybe
performed
by
Consultant
following
rece ip t o f
written.
authorization
b y
t h e P r o j e c t
C o o r d i n a t o r ( w h i c h a u t h o r iz a t io n
m u s t b e .
o b ta i n e d p r io r t o
c o m m e n c e m e n t o f
a n y s u c h .
additional'•work by Consultant).
The written
authorizat ion
shall
contain
a description of
the Addi tional '
S e r v ic e s r e q u ir e d ; a n h o u rly fe e ( in a c co rd a n c e w i t h t h e r a t e s in S c h e d u l e " C h e r e t o ) , w i t h a " N o t t o
Exceed" amount; Reimbursable .
Expenses ( i f
any) with a " N ot
to '
Exceed" amoun t; the .amended
Construction CostBudget ( if applicable); the time
required to
complete the Additional Services; and
an
amended Project
Schedule ( if
applicable). "
Not to
Exceed"
shall mean
the maximum
cumulative hourly
fees allowable ( or,.
in the
case
of Reimbursable
Expenses,
the maximum. cumulat ive expenses
allowable), which
the
Consultant
shall
not exceed without
further written
authorization.
of the Project .
Coordinator: The " N ot to Exceed" amount is not a guaranteed
maximum
c ost for the additional work
requested ( or,
in
the case of•
Reimbursables, for
the expenses);
a n d
all costs applicable to same shall
be verifiable t hrough time shee ts ( and, for
Reimbursables,
expense
reviews).
5.
2
Additional
Services may
include,
but not
be
limited
to, the
following:
5 .
2 .
1
P r o v i d i n g
a d d i t i o n a l
work
r e l a t i v e
t o t h e P r o j e c t w h i c h
a r i s e s f ro m .
subsequent
circumstances 'and causes
which
do no t currently exist, or which are not contemplated by
the
parties at th e tim e
of
execution
of
this Agreement (
excluding circumstances
and causes
r e s u l t i n g f r o m e r r o r ,
omission., inadvertence,
o r n e g l ig e n c e of Consultant). .
5 . 2 . 2
S e r v in g • a s .
a n e x p e r t witness in c o n n e c t i o n w i t h a n y
p u b lic h e a r in g ,
a r b i t r a t i o n
p r o c e e d in g , o r le g a l p r o c e e d in g ,
u n l e s s
th e
s u b j e c t
m a t t e r
a t
i s s u e
h a s
a r is e n fr o m
th e
e r r o r
omission,
inadvertence, or negligence
ofConsultant.
5.
2.
3 [
Intentional ly Omitted]
C IT Y A P P RO V E D A & E F O R M (
AUGUST 2010)
V, U
u0u
U •
VU0 U
V
U
1)
L
l
U L
U U ,.
U
U
V
U U
U U
U
V
VV
U
U U
U •
0 U
V
V
U U
U,,,,
L1
U
V V.J U
l
U J
V
V l:
iJUi V 0 l)
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 62/152
5.
2: 4
Assistance in
connection ,
with bid
protests,
re-
bidding, or
re-
negotiating
contracts
except fo r Contract Document revisions and re-
bidding
services required
under
Section 4. 5 •
hereof, w h ich s ha ll be provided
at
no
additional cost to'
City).
ARTICLES:
REIMBURSABLE
EXPENSES
6 .
1 ' . Reimbursable Expenses
are
an
allowance
set aside
by
the
City
and- shall include
actual
expenditures made
by
the Consultant in
the
interest of
the
Project. .
The Reimbursable Expenses
allowance,
as
specified in_Schedule "B"
hereto, .
belongs
to,
an d
shall
be
controlled
by,
the
City. Any
m o n e y
n o t
d ir e c te d t o b e u s e d b y C it y f o r R e i m b u r s a b l e • E x p e n s e s s h a ll r e m a i n w i t h
t h e :
C i ty ( i.
e .
unused port ions w ill no t
be
paid to Consultant).
N o t W it h s ta n d in g •
t h e a b o v e , a n y R e i m b u r s a b l e
E x p e n s e s in e x c e s s of $
5 0 0 m u s t
b e
a u t h o r i z e d ,
i n . -
a d v a n c e , in w r it in g , b y t h e P r o j e c t C o o r d in a t o r . I n v o i c e s o r
v o u c h e r s
fo r R e im b u r s a b le E x p e ns e s s h a l l
be
submitted
to the Project Coordinator ( along with
any
supporting
receipts
an d other
beck -
up material
r e q u e s te d b y the Project Coordinator).
Consultant
shall certify a s to e a c h such in v o ic e a n d /
or
voucher
that the amounts
and
items
claimed as
reimbursable are " true and 'correct.
and
in accordahce
with
the
Agreement." . • .•
6. 2 Reimbursable Expenses may inc lude, bu t
no t
be' limited
to,
thefollowing:
6.2. 1 Cost of reproduct ion, cour ier, and postage an d h an dlin g o f d raw in gs, plans;
specifications, an d
other
Project documents (
excluding
reproductions
fo r th e o ffic e
use .of
the Consultant an d its sub - onsultants,
and
courier,
postage
an d handling costs between • •
the Consultant and its sub - onsultants). -
6. 2. 2
Costs
for
reproduction'
an d
preparation of graphics for community workshops.
6.2.3 Permit fees
required by City
of Miami
Beach
regulatory.
bodies having
jurisdiction
over the
Project ( i. e.
City
permit fees). .
CITYAPPROVEDA:E
E
FORM (
AUGUST2010)
uuu
uu
o
uuu-
u
U
u
u
u
v
0 . b . 0 J
U U
u
U
U 0
V
U 0•
U
c U U
V
U
UCJ
U
UUU V
U U U U
U
U
U
U U
U
u u U
u J
0 JJU
U O
0
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 63/152
ARTICLE 7.
COMPENSATION
FOR SERVICES
7 :
1
Consultants " N o t to E x c e e d "
f e e
for
p r o v is io n o f t h e
S e r v i c e s s h a l l b e
n e g o t ia t e d '
b e tw e e n C i t y
and
Consultant, an d
sha ll be
set forth
in Schedule "
B"
hereto: .
7 : 2
Payments
for S e r v i c e s
s h a l l
b e
m a d e
w i t h i n
forty -
iv e ( 4 5 )
calendar
days of r e c e i p t a n d a p p r o v a l •
of a n acceptable invoice
b y
t h e P r o j e c t Coordinator. P a y m e n t s
s h a l l
b e
made.
in p r o p o r t i o n t o . t h e
S e r v i c e s
satisfactorily
p e r f o r m e d ,
s o that
t h e p a y m e n ts f o r S e r v ic e s ' never. e x c e e d t h e p r o g r e s s
percentage noted
in the
Consultant'
s
Progress Schedule (
to be
submitted
with
each invoice). N o mark-
up s ha ll b e
allowedon
subcontracted work. .
7 . 3 A p p r o v e d A d d i ti o n a l
S e r v i c e s
s h a l l
b e
c o m p e n s a t e d in a c c o rd a n c e w i t h the h o u r l y
r a t e s
s e t fo r t h
i n . Schedule " C , " attached hereto. Any
request
for payment of Additional Services shall b e included
with a Consultant payment. request.
N o
mark -
up
shall
be
allowed
on
Additional Services ( whether •
sub - ontracted or not).
7 .
4 A p p ro v e d R e im b u r s a b le E x p e n s e s s h a l l b e
p a i d
in a c c o r d a n c e
w i t h
A r t i c l e
6
h e r e t o ,
u p
t o t h e .
N o t t o E x c e e d " R e i m b u r s a b l e a l l o w a n c e
a m o u n t
in S c h e d u l e " B "
h e r e t o .
A n y r e q u e s t fo r p a y m e n t o f • • .
Reimbursable Expenses shall also
b e
included with
Consultant'
s payment
request.
N o mark -u p shall .
be allowed on
Reimbursable
Expenses:
7•.
5 ' ESCALATION :.
During the Term of this
Agreement,
the City may, by written directive approved
a n d e x e c u t e d
b y t h e
C i t y
M a n a g e r ,
a d j u s t t h e f e e s
i n c l u d e d
in t h e
H o u r l y
B il l in g R a t e " S c h e d u le i n .
S c h e d u le "
C " h e r e t o , to r e f l e c t
t h e c h a n g e
i n
t h e
C o n s u m e r P r ic e I nd e x (
C P I ) o n ,
a y e a r to •
y e a r
b a s i s .
Such
adjustment
will
b e b a s e d
o n
the cumulative
change
of
the
C P I for the Miami u r b a n ' . a r e a ,
provided
that
in n o event shall any the annual
increase 'exceed
three percent ( 3 % ) .
7 : 6
N o
r e t a i n a g e s h a l l b e m a d e f r o m
t h e
C o n s u l t a n t ' s c o m p e n s a t i o n
o n
a c c o u n t
o f
s u m s w i t h h e ld b y .
the City on .payments
to
Contractor...
7 . 7 .
M E T H O D . O F
B I L L I N G A N D
P A Y M E N T .
C o n s u l t a n t
s h a ll in v o ic e
t h e
P r o j e c t
C o o r d i n a t o r in
a
timely. manner, but
n6
m o r e t h a n once o n a
monthly basis.
Invoices
shall
identify the nature and
e x t e n t
o f th e w o r k
p e r f o r m e d ;
th e
t o t a l
h o u r s
o f
w o r k
p e r f o r m e d
b y
e m p lo y ee c a te g o ry ;
a n d
th e
r e s p e c t iv e h o u rly
b i l l i n g r a t e , a s s o c i a t e d
t h e r e w i t h .
In t h e
e v e n t
s u b -c o n s u l t a n t w o r k
is
u s e d , t h e
p e r c e n t a g e of c o m p l e t io n s h a l l b e • i d e n t if ie d . I n v o ic e s s h a l l
a l s o
i te m i z e a n d s u m m a r i z e
a n y
A d d i t i o n a l
S e r v i c e '
r v i c e s
a n d / . r
R e i m b u r s a b l e
E x p e n s e s . A c o p y o f t h e w r it t e n a p p r o v a l
o f
t h e P r o je c t
C o o r d i n a t o r
f o r
CITY APPROVED A &
E
FORM (AUGUST 2010)
o ' JU ,
A90.
o
VUU
U. U
U
0
U 0 0
0 u 0
J
0
V
0 0
0
0 0 0
V
U 0
V
0
U
U
U
U•
0
J
00•
0
0 J .
U 0 J
JUUJ
v
0 0
0 0
U,
J
U J
O
J00 U U
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 64/152
the requested Addi tiona l Serv ice(
s)
dr Re imbursable Expense(
s)
shall accom pany. the invoice.
7.7. 1
I f r e q u e s t e d ,
Consultant shalt provide back -
u p
for p a s t
and current invoices that
records
hours
fo r al l work ( by
employee
category),
and cost
itemizations for
Reimbursable
Expenses (by category).
7.
7.
2
The
C i t y
s h a l l p a y
Consultant
within forty- five ( 45) calendar days
from
receipt a n d
approval
of an acceptable
invoice
by
the Pro ject Coordinator.
7.
7.
3
Upon completion of the Services, Consultant's final payment
shall
re qu ire th e p rio r
written approval of
the City
Manager
before-
disbursement of same.
ARTICLE 8. CONSULTANT'
S
ACCOUNTING A N D OTHE R R EC OR DS
8 .
1
All books, records (
whether financial or otherwise),
correspondence,
technical documents,
and
any o th e r r e c o rd s
o r
d o c u m e n ts r e la t e d t o t h e S e r v i c e s a n d /
o r
P r o j e c t w i l l b e a v a ila b le fo r e x a m i n a t i o n
a n d a u d i t
b y
t h e
C i t y
M a n a g e r , o r
h i s /
h e r a u t h o r i z e d r e p r e s e n t a t i v e s , a t C o n s u l t a n t '
s
o f f ic e ( a t t h e
address designated in Article 15 [" N otices "), during customary .
business
hours.
All
such records shall
be
kept
at
least for a
period of
three ( 3 ) ' years after Consu ltant '
s
c omple tion o f the Serv ices .
I n c o m p l e t e o r i n c o r r e c t e n t ri e s in s u c h , r e c o r d s a n d a c c o u n t s r e la t in g p e r s o n n e l s e rv ic e s -
a n d
expenses m a y
b e
g r o u n d s
for
C i t y ' s
disallowance
of a n y fees
o r e x p e n s e s b a s e d
u p o n s u c h e n tr ie s :
Consultant shall. also bind its sub-c on su lta nts to th e req uire men ts of this Article an d en su re
compliance therewith
ARTICLE'
9.
OWNERSHIP OF PROJECT
DOCUMENTS
9 .
1
All
notes, '
correspondence, documents, plans and specifications,
designs, drawings,
renderings,
calculations, specifications, models, • photographs, reports, surveys,
investigations,
and any other
documents ( whether completed or partially completed) and copyrights thereto
for Services
performed
or produced in the performance of this Agreement,. of related to the Project,
whether
in
paper
or other.
e
h a r d
c o p y m e d iu m
o r
in e l e c t r o n i c
m e d i u m ,
e x c e p t
w i t h
r e s p e c t to c o p y r i g h t e d
s t a n d a r d
d e t a i ls a n d
d e s i g n s o w n e d
b y
th e C o n s u l t a n t .
o r
o w n e d b y
a
t h ir d p a r ty a n d
l i c e n s e d to t h e
C o n s u l t a n t f o r u s e a n d
r e p r o d u c t i o n ,
s h a ll b e co m e
t h e
p r o p e r t y
o f
th e C i ty .
C o n s u l t a n t
s h a l l
d e l i v e r
a ll
s u c h
d o c u m e n t s
to
t h e •
Project Coordinator
w i t h i n
thirty ( 3 0 )
d a y s
of completion •of. h e .
S e r v ic e s (
o r within thirty ( 3 0 )
d a y s
of
expiration• or earlier :
termination
of this Agreement as th e c as e ma y be).
However,
the
City may
grant
an exclusive
license
of
the copyrig ht to the
Consultant for ' reusing
and reproduc ing copyrigh ted
uu C,r
CITYAPPROVEDA & E
F O R M (
AUGUST 2010 ) ° • °
u
U
U; ,
L
4
VU U
0' .
0 0
U
U U V
00)
0 0 0 0
U
0 u
0000
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 65/152
materials
or portions
thereof as authorized by the City
Manager
in advance and
in
writing, I n addition, •
the
Consultant s ha ll n o t
disclose,
release,.
or
make available an y document to..any thi rd party without
prior
written approval from the
City Manager. The Consultant
shall
warrant
to
the-
City
that
it has been
granted
a
license
to
u se and
reproduce
any s tandard detai ls
an d
designs owned
by
a
thi rd party
an d
used o r
reproduced
b y
the Consultant in the performance of this Agreement. N othing, contained herein
shall
b e
deemed to exc lude any document from Chapter
1 1 9 ,
Florida
Statutes..
9 . 2 The
Consultant
is permit ted to reproduce copyrighted. material
described -
above
subject
to prio r
written approval of
the
City Manager.
9 .
3 A t
t h e
C i t y ' s o p t i o n , t h e
Consultant
m a y
b e
a u t h o r i z e d ,
a s a n Additional
S e r v i c e ,
to a d a p t -
copyrighted material for additional
or
other
work'
fo r the City; however, .
payment
to the Consu ltan t fo r
such adaptations will be limited to an amount not greater
than
50%
of
the
original
fee earned to adapt
the original
copyrighted material to a new site. .
9 . 4 The City shall have
the
r ight to
modify
the
Project
or any components thereof without permission
from the
Consultant o r without any additional c o m p e n s a t i o n to the
Consultant.
The Consultant
shall
be released from any l iabil ity resulting from
such modif ication.
9.
5 The Consultant shall bind':
all
sub - onsultants to the Agreement•requirements fo r
re -
use of plans
and
specficaions.
ARTICLE
10.
TERMINATION
OF
AGREEMENT
10. 1 TERMINATION FOR
LACK
OF
FUNDS:
The City is a
governmental
entity
and.
is subject to
the
a p p r o p r i a t i o n of
funds
b y it s legislative b o d y in a n a m o u n t s u ff i c ie n t - to a l lo w .
continuation
o f i t s :
performance in accordance with the te rms an d conditions of this Agreement. I n the event there is .a
lack of adequate funding either fo r the Serv ices
o r the
Project ( or
both),
the•
Ci ty may
terminate this
Agreement without furtherliability to the City.
10.
2
TERMINATION FOR CAUSE:
The City,
through
the City Manager, may terminate this
Agreement
for cause,
upon written
notice
to
Consultant, in the
event
that
the Consultant ( 1 ) violates
any
provision of
this
Agreement
o r :
performs
same
in '
b a d
faith; (
2) • unreasonably delays
the
performance of the
Services
o r any portion thereof;
or (
3 ) does not perform the
Services
or any .portion
t h e r e o f
in
a t i m e l y a n d s a t is fa c t o r y m a n n e r . in th e c a s e o f t e r m i n a t i o n
f o r •
c a u s e
b y
t h e C i t y ,
t h e
C o n s u l t a n t
shall
first b e
granted
a thirty ( 3 0 ) d a y c u r e
period ( commehcing
u p o n receipt of
the initial
OITY,APP ROVED
A & E
FORM (AUGUST2010)
U 1 .
0
000 0•
0•
O.
0 U.
0
0 0- 0
O
0
0
0
0
0
0 U 0 0 '
u
0
0
0
UO,-, 0
U•
0
U
0
000
00 0
00000 0
0
O
0
0 0 0
O J 0
0
0
0 0 0 0 0 0 0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 66/152
written notice
of default
from
the City).
1 0 . 2 .
1 In
t h e e v e n t this A g r e e m e n t is
t e r m i n a t e d
for'
c a u s e
b y
t h e C i t y , t h e C i ty , at it s
s o l e
option a n d d i s c r e t i o n ,
m a y
take o v e r t h e r e m a i n in g S e r v i c e s
and
c o m p l e te t h e m b y
contracting with another
consultant(
s ) , or
otherwise.
The Consultant
s h a l l
b e
l iable to the C i t y
fo r any addit ional .
cost(
s )
incurred by
the
City
due to
such
termination.. "
Additional Cost"
is
defined- as
the difference between.
the actual cost
of
completion of
the
Services, and
the cost
of
completion
of suc h Serv ices ha d th e
Agreement
not .
been
terminated.
10. 2.
2
I n the e ve nt o f
termination
fo r
cause
by the City, the City shall only be obligated
to •
p a y
C o n s u lt a n t f o r
t h o s e S e r v i c e s
s a t i s f a c t o r i l y
p e r f o r m e d a n d a c c e p t e d ' p r i o r
t o
t h e
d a t e o f
termination (
as such
date
is se t forth in, o r can
be
calculated from, the City's init ial written
default notice).
U p o n p a y m e n t of a n y amount
which m a y be
d u e to
Consultant pursuant
to
this subsect ion 10. 2.2, the
City
shall have
no
further liability to Consultant.
10.2. 3 As a condition precedent to release ofany payment which m ay be due to Consultant
under subsection 1 0 . 2 . 2 ,
the
Consultant
shall promptly assemble and
deliver to
the. Project
Coordinator any and all Project documents prepared (
or caused
to
be
prepared)
by
Consultant(
including, without
limitation,
those referenced
in subsection 9 .
1 . hereof).
The City
shll n o t
b e
r e s p o n s i b l e
f o r ' a n y
cost
in c u rr e d b y
Consultant for a s s e m b l y , c o p y ,
a n d /or
delivery-of Project
documents pursuant to this
subsection.
1 0 . 3
TERMINATION
F O R -CONVENIENCE: In addition t o the C i t y ' s
right
t o - terminate for
cause, the
C i t y t h r o u g h t h e C i t y M a n a g e r ,
m a y
a l s o t e r m in a te t h is A g r e e m e n t , _u p o n f o u rt e e n (
1 4 )
d a y s p r io r
written '
notice to Consultant
for
convenience, without cause, and
without
penalty,
when ( in
its
sole
discretion)
it
deems such termination
to
b e
in the best interest o f the C ity:.
In the event the
City
terminates the .
Agreement
for convenience, Consultant shall be compensated for
all
Services..
s a tis fa c to r i l y p e r fo rm e d a n d
a c c e p t e d
u p t o t h e t e rm i n a t io n d a te ( a s
s e t
f o r t h in t h e C i t y '
s
w r i t t e n
n o t i c e ) , a n d fo r
C o n s u l t a n t ' s c o s t s
i n
a s s e m b l y
a n d d e l i v e r y t o t h e
P r o j e c t
C o o r d i n a t o r o f t h e
P r o j e c t
documents ,(referenced in subsection 10.2.
3
above).
Upon p ayment o f any
amount
which
may be due
to Consultant pursuant this
subsection 1 0 . .3 , the City
shall
have n o further liability t o
Consultant.
10 .
4
TERMINATION
BY •CONSULTANT: ,
The
Consultant
may only
terminate this
Agreement
for
c a u s e ,
u p o n
t h i r t y (
3 0 )
d a y s
p r i o r
w r i t t e n
n o t i c e
to
t h e C i ty ,
in
t h e e v e n t
that
the
C i t y
w i l lf u l l y
v i o l a t e s
a n y
p r ov is io n s o f
t h i s
A g r e e m e n t o r
u nr e a so na b ly d e la y s p a y m e nt
o f t h e .
S e r v ic e s o r a ny
p o r t i o n
t h e r e o f . In t h e e v e n t o f a t e r m i n a t i o n
f o r c a u s e
b y C o n s u l t a n t , t h e
C i t y s h a l l
p a y
C o n s u l t a n t '
f o r a n y
S e r v i c e s s a t i s f a c t o r i l y
p e r f o r m e d
a n d a c c e p t e d u p
to
t h e d a t e o f
t e r m i n a t i o n ;
p r o v i d e d ,
h o w e v e r ,
t h a t
CITY
APPROVED A &
E
F O R M ( AU G U S T
201.
0)•
U e,
)
C
L:, 0
a
0
J
0
0 c .
0
l.-C J
U U•
J
U
U 0
U
V
J
U
U
O
0
0U0
0000
0
0
0
0
J 0
C
J
U
3 0
0 0
0000
0 0
U
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 67/152
t h e C i ty s h a ll
f i r s t
b e g r a n t e d
a
t h i r t y ( 3 0 ) d a y c u r e p e r io d ( c o m m e n cin g u p o n r e c e i p t -
o f
C o n s u l t a n t ' s
initial written.
notice). •
1 0 .
4.
1
The
Consultant
shall
have
n o
r ight to terminate this Agreement
for
convenience.
10 . 5 IMPLEMENTATION
OF
TERMINATION:
In the event of termination (
whether
for
cause o r
for .convenience),
the Consultan t shall immediately, u po n re ce ipt of the City'
s .
written
notice
of
termination: (
1 ) s t o p t h e
p e r fo r m a n c e • o f S e r v i c e s ; ( 2 )
p l a c e
n o f u r t h e r
o r d e r s o r
is s u e a n y
o t h e r
subcontracts,
except for those which m a y have already b e e n a p p r o v e d , in writing, b y
the
Project -
C o o r d i n a t o r ; ( 3 ) t e r m i n a t e
a ll e x is t in g o r d e r s
a n d s u b c o n t r a c t s ; a n d (
4 )
p r o m p t l y a s s e m b l e a l l P r o je c t
documents ( fo r delivery to the Project
Coordinator).
ARTICLE
11.
INSURANCE
11. 1 A t a ll t i m e s d u r i n g t h e '
T e r m
o f t h i s A g r e e m e n t ,
C o n s u l t a n t .
s h a l l
m a i n t a i n
t h e
f o l l o w i n g
required insurance coverage
in
full fo rce and effect. The Consultant
shall
no t
commence
an y
work unti l
s a t is fa c t o r y p r o o f o f
a ll
r e q u i r e d
i n s u r a n c e
c o v e r a g e h a s b e e n f u rn is h e d to t h e
P r o j e c t
C o o r d i n a t o r :
a )
Professional Liability Insurance, in
the
amount
of
o n e m i ll io n
dollars ($
1 ',
000,
000.00), per
occurrence,
with
a maximum
deductible of $ 150, 000 .per occurrence, $
450,000 aggregate.
C o n s u l t a n t
s h a l l
n o t i f y
t h e P r o j e c t
C o o r d i n a t o r , i n w r i t i n g , w i t h i n t h i r t y . (
3 0 ) • d a y s
o f
a n y
c l a i m s
filed or
made
against
its Professional•
Liability
Insurance policy. - •
b)
Comprehensive General ' Liability , Insurance,
in
t h e
a m o u n t
of
o n e
m i ll io n ' •
d o l l a r s
1 ,
000,000.
00), -
Single Limit B odily
Injury
a n d
Property
Damage coverage, for
each
occurrence,
w h i c h shall include
products,
completed operations, . and contractual liability .
c o v e r a g e . T h e C i t y o f M i a m i B e a c h , F l o rid a m u s t '
b e
n a m e d a s a n a d d i t i o n a l
i n s u r e d o n t h i s
policy.
c ) W o r k e r '
s
C o m p e n s a t i o n a n d
E m p l o y e r '
s L i a b i l i t y
c o v e r a g e
w i t h i n
t h e
s t a t u t o r y l im i t s
required
under Florida
law.
11. 2
The
Consultant
must
give
the Project Coordinator
at
least thirty ( 30) days prior written
notice
of
c a n c e l l a t i o n o r o f s u b s ta n t i a l m o d if ic a t io n s in a n y r e q u ir e d in s u r a n c e c o v e r a g e . A l l c e r t if ic a t e s
a n d
endorsements shall contain this requirement.
11. 3
T h e
in s u r a n c e m u s t.
b e f u r n i s h e d b y a n
in s u ra n c e c o m p a n y
r a t e d B + :V I • o r . '
b e t t e r , o r
i t s •
OITY A PPR OVE D A & E FORM (AUGUST 2010) ' . .
U U
U
V
U
U U
4
c 0
u (
u
U U U
U
U
0
u
U
U
J
000
U
U
0
li
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 68/152
e q u i v a l e n t , a c c o r d i n g to B e s ts ' G u id e R a t in g B o o k ,
a n d b y
i n s u ra n c e c o m p a n ie s d u l y a u t h o r iz e d . o
d o
business in
the Sta te of Florida,
an d
countersigned
by the company'
s
Florida resident
agent.
11. 4
Consultant
shall provide
the
Project Coordinator with a certificate of insurance of
all.
required •
insurance
p o l i c i e s . T h e
C i t y
r e s e r v e s
t h e
right
t o
r e q u i r e a c e r t i f i e d
c o p y of s u c h p o l ic ie s , u p o n
written
request
to
Consultant. •
ARTICLE 12: INDEMNIFICATIONAND
HOLD
HARMLESS
12.
1
Pursuant to
Section 725.
0 8 ,
Florida Statutes,
the C onsu ltant shall indemnify. and hold
h a r m l e s s
t h e C i t y a n d it s o f f i c e r s , e m p l o y e e s , a g e n t s , a n d i n s t r u m e n t a l it ie s , f ro m
l i a b i l i t i e s ; '
d a m a g e s ,
l o s s e s , a n d costs, i n c l u d i n g ;
but not
limited to, r e a s o n a b l e attorneys'
fees,
to the extent
caused by
the
negligence,
recklessness, :
or
i n ten tiona lly wrong fu l conduct
o f
the.
Consultant
and
o ther p ers on s
employed
or
utilized b y the
Consultant
in the performance of
this Agreement.
The.
Consultant shall pay all claims and losses in connection therewith and shall investigate and
defend
all claims, suits, or.
actions
of
any
kind
or
nature
in the
name of the City, where
applicable, .
i n c l u d i n g a p p e l l a t e
p r o c e e d i n g s ,
a n d s h a l l p a y
a ll
c o s t s , j u d g m e n t s , a n d a t t o r n e y ' s .f e e s w h i c h m a y
issue thereon.
Consultant
expressly
Understands
and
agrees
that any insurance .protect ion required
b y
t h i s
A g r e e m e n t
o r
o t h e r w i s e • p r o v i d e d b y . C o n s u lt a n t s h a l l in n o '
W a y
l im i t
it s
r e s p o n s ib i li t y t o
i n d e r r i n if y , k e e p , ' a n d .
s a v e
h a r m l e s s a n d d e f e nd t h e C it y o r
it s
o f f i c e r s , . e m p l o y e e s , a g e n t s , a n d -
instrumentalities
as herein provided.
12.
2
T h e C o n s u lt a n t a g re e s
a n d
r e c o g n i z e s
t h a t
t h e
C i t y • s h a l l n o t be h e l d l i a b l e o r
r e s p o n s i b l e
for a n y claims which m a y result f r o m
any
negligent, reckless, or intentionally
wrongful
actions, errors
or omiss ions of the Consul tan t
in
w hich the City participated either' through r ev ie w o r c onc u rren c e of
the
Consultant' s
actions..
In reviewing, approving
o r
rejecting any submissions by
the
Contractor, or
o t h e r
a c t s
of the Consultant, t h e
C i t y in
n o w a y .
a s s u m e s
or s h a r e s a n y responsibility
or
l i a b i l i t y of t h e
C o n s u l t a n t ( in c lu d i n g , without l im i ta t io n it s
s u b -
o n s u l t a n t s a n d /o r
any
r e g is te r e d p r o fe s s io n a l s
architects and /or engineers) under this Agreement). •
ARTICLE 13: ERRORS AND OMISSIONS
13. 1 '
ERRORS AND.
OMISSIONS: •
It is specifically agreed that any
construction
changes
c a t e g o r i z e d b y t h e
C i t y
a s c a u s e d b y . a n e r r o r , a n o m i s s i o n , o r
a n y
c o m b i n a t i o n t h e r e o f in t h e C o n t r a c t
D o c u m e n t s t h a t
w e r e p r e p a r e d b y
t h e
C o n s u l t a n t
w i l l c o n s t i t u t e
a n
a d d i t i o n a l
c o s t
t o '
t h e
C i t y t h a t
CITY APPROVEDA & E
FORM (
AUGUST2010)
U
I.
U
l
C(:•
U l:l
V•
Uc U 0
0
0 0 0. 0
V
J
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 69/152
would
n o t h a v e b e e n i n c u rr e d without t h e e r ro r . T h e d a m a g e s t o the C i t y for e r r o r s , o m i s s io n s
o r a n y
c o m b i n a t i o n s
thereof s h a l l
b e '
c a l c u l a t e d a s
t h e t o ta l
c o s t o f a n y
d a m a g e s o r in c r e m e n t a l c o s ts t o t h e
C i t y r e s u l t i n g o u t
of t h e
e r r o r s
o r
o m i s s i o n s b y t h e
C o n s u l t a n t .
D a m a g e s s h a l l i n c l u d e
d e l a y
d a m a g e s
c a us e d b y
t h e e r r o r, o m is s io n , o r a n y c o m b i n a t i o n . t h e r e o f .
Should
the
Consultant disagree that a ll
o r
part of such damages
are
the resu lt o f
errors,
omissions, or
a n y c o m b i n a t i o n t h e r e o f , t h e C o n s u l t a n t m a y
a p p e a l t h i s
d e t e r m i n a t i o n , i n w r i f i r i g , t o t h e C i t y ' s
C a p i t a l
Improvement
Projects
D ire cto r th e Director).
The Director's decision on
all
claims, questions and
d i s p u t e s
s h a l l b e
f i n a l ,
c o n c l u s i v e
a n d
b in d in g u p o n
t h e
p a r tie s h e r e t o unless s u c h d e t e r m i h a t i o n .
is
c l e a r l y
a r b i t r a r y
o r
u n r e a s o n a b l e .
I n ' th e
e v e n t t h a t
th e
C o n s u l t a n t d o e s n ot a g re e w i t h
t h e d e c is io n
o f
t h e .
D i r e c t o r ,
t h e C o n s u lt a n t s h a ll p r e s e n t
a n y •s u c h
o b j e c t i o n s , in w r i t i n g , t o t h e C it y M a n a g e r . T h e
D i r e c t o r
a n d
t h e C o n s u lt a n t
s h a l l
a b i d e
b y
th e d e c i s i o n o f
t h e
C i t y
M a n a g e r .
T h i s p a r a g ra p h d o e s
n o t
c o n s t i t u t e a w a i v e r o f
a n y
p a r t y ' s r i g h t to p r o c e e d .
i r i .
a c o u r t o f c o m p e t e n t ju r is d i c tio n ' a ft e r t h e a b o v e
administrative
remedies
have been exhausted.
ARTICLE 14. LIMITATION
OF LIABILITY
T h e C i t y d e s ir e s t o e n t e r i n t o th is A g r e e m e n t o n l y i f in
s o
d o i n g th e C i t y c a n p l a c e a l i m i t o n i t s l i a b i l i t y
fo r
a n y c a u s e o f a c t io n fo r m o n e y d a m a g e s d u e to
a n
a lle g e d b re a ch b y th e C i t y o f t h i s
A g r e e m e n t ,
s o
t h a t
i t s l i a b i li ty f o r a n y s u ch b re a ch n e ve r e x c e e d s th e " n o t to e x c e e d " a m o u n t
o f
t h e
fe e p a i d t o
C o n s u l t a n t
under
t h i s
A g r e e m e n t , le s s a n y •
a m o u n t ( s ) a c t u a l l y
p a i d t o
C o n s u lt a n t h e re u n d e r.
C o n s u lt a n t h e r e b y
e x p r e s s e s
it s w i l l i n g n e s s t o e n t e r i n t o t h i s
A g r e e m e n t , :w i th
C o n s u l t a n t ' s r e c o v e r y
f r o m th e C ity
f o r a n y d a m a g e s f o r
a c t i o n
fo r
b r e a c h o f
c o n t r a c t
t o b e l i m i t e d t
C o n s u l t a n t '
s "
n o t t o
e x c e e d " f e e
u n d e r
t h i s
A g r e e m e n t ; l e s s a n y
a m o u n t ( s )
a c tu a l l y p a i d b y t h e
C i t y
t o t h e C o n s u lt a n t
hereunder,
A c c o r d i n g l y , a n d n o t w i t h s t a n d i n g
a r i y
o t h e r t e r m
o r
c o n d i t i o n o f t h i s A g r e e m e n t ,
C o n s u l t a n t
h e r e b y -
a g re e s th a t t h e C i t y
s h a l l n o t
b e
l i a b l e
t o C o n s u lt a n t f or
m o n e y
d a m a g e s
d u e
t o a n a l l e g e d
b r e a c h
b y
t h e
C i t y •
f
t h i s
A g r e e m e n t , i n a n -
m o u n t in e x c e s '
s o f t h e
n o t t o e x c e e d
a m o u n t
o f
C o n s u l t a n t s
f e e s
u n d e r t h i s A g r e e m e n t , w h ic h a m o u n t s h a l l b e r e d u c e d b y a n y a m o u n t ( s ) a c t u a l l y
p a i d
b y t h e C i t y to
Consultant•hereunder.
N o t h i n g
c o n t a i n e d
i n
t h i s
s u b s e c t r o n , o r e l s e w h e r e
i n
th is A g r ee m e n t ,
i s
i n
a n y
w a y
i n t e n d e d
t o b e a
w a i v e r
o f
t h e l im i ta t io n p la c e d u p o n C i t y ' s
l i a b i l i t y , a s
s e t f o r th ' i n . S e c t io n . 7 6 8 . .2 8 , F l o r i d a S t a t u t e s .
25
CITY
APPROVED A & E FORM (AUGUST
2010
L 1. V
u
U
u ;
a 2
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 70/152
ARTICLE 15. NOTICE
Alf
written notices given to City
by
Consultant shall
be
addressed to:
City Manager' s Office
City.of Miami Beach •
1700 Convention Center Drive
Miami
Beach, Florida 33139
Attn: •
Jorge Gomez, Assistant City Manager
With. a
copy
to:
Capital Improvement
Projects
Office
City
of Miami
Beach
1700 Convention:Center Drive
Miami
Beach,
Florida 33139
Attn:
Charles
Carreno,
CIP Director
All written notices given
t o
the Consultant from the City shall b e addressed to:
Borreili• -
Partners,
Inc.
2600
South Douglas
Road,
Suite 801
Coral
Gables,
Florida 33134
Attn:
Judy A. Carty, A1A, LEED, AP, NCARB, Principal -
in
Charge
A li
n o t ic e s .
m a i l e d t o e i t h e r
p a r t y
s h a l l
b e d e e m e d .
t o b e
s u f fic ie n t ly t ra n s m i t te d if
s e n t
b y c e r t i f i e d m a i l ,. .
return receipt
requested,
ARTICLE
16.
MISCELLANEOUS PROVISIONS
16.
1
VENUE:
T h i s Agreement s h a l l b e governed b y , a n d construed in
accordance
w i t h , the
l a w s
of the
S t a t e
of F l o r i d a , b o t h
substantive
a n d
remedial, w i th o u t r e g a r d
to p r i n c ip l e s . o f
c o n f l i c t
of '
l a w s . T h e e x c lu s iv e v e n u e fo r a n y
l i t ig a t io n a r is in g o u t
o f
t h is A g r e e m e n t
s h a l l .b e • M ia r n i -D a d e
C o u n t y , •
F l o r i d a , if
in s t a t e
c o u r t , '
a n d
t h e U . S . . D i s t ric t C o u r t, S o u t h e r n . D i s tr ic t o f F l o rid a ,
i n . fe d e r a l c o u rt .
B Y
E N T E R I N G
I N T O T H IS A G R E E M E N T , C O N S U L T A N T
ANDCITY
E X P R E S S L Y
W A I V E A N Y
R I G H T S .
E IT H E R P A R T Y
M A Y
H A V E
T O
A
T R I A L B Y J U R Y O F A N Y
C I V I L
L I T I G A T I O N
R E L A T E D T O ,
O R
ARISING OUT OF, THIS
AGREEMENT.
CITY
ARPROVED A &
E F O R M (
AUGUST 2010)
26 •
U
U
V
I U U
U
U
0 3 U
V
3 U
U
V•
L
U
U
U
U
U
U
U
U U
3)
U U
00
J
U
li
0
V
U
U
V
U
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 71/152
16.2
EQUAL
OPPORTUNITY. EMPLOYMENT GOALS: Consultant
agrees
that
it
will
no t
discriminate against
any
employee or applicant for employment for
work
under this Ag'reement
because of race, color,
national origin, religion, sex,
gender
identity, sexual- orientation,
disability,
marital
or
familial
status,
or age, and will take
affirmative
steps to ensure that
applicants
are
employed
and employees are t re ate d d uri ng e m plo ym e n t w ithou t
regard
to
race,
color, national: origin,
religion,
s e x ,
g e n d e r id e n t it y , s e x u a l o r i e n t a t i o n ,
d i s a b i l i t y ,
m a r i t a l
o r f a m i l ia l
s t a t u s , o r
a g e .
16.3
PUBLIC
ENTITY
CRIMES ACT: In accordance
w ith th e
Public
E n ti ty C ri me s
Act ( Section
287.
133,
Florida Statutes),
a .
person or affiliate
who is
a
consultant, who
has been. placed
on the
convicted vendor l ist following a conviction for
a
public
entity
crime may no t submit a
bid
on a contract
t o
p r o v i d e a n y g o o d s o r s e r v i c e s t o t h e C i t y , m a y
n o t
s u b m i t a b id o n ' a cbntract
w i t h
t h e C i t y
for
t h e
c o n s t r u c t i o n
o r
repair
o f
a public b u i l d i n g or p u b l ic w o r k , m a y n o t b id o n leases
of r e a l
p r o p e r t y to t h e
City,
may
not'
be
awarded or per fo rm
work-
as
a
contractor, supplier,
subcontractor, or
subconsultant
under a contract
with
the City, .and m ay not transact
business with
the
City in excess
of the threshold
amount
provided in Section
287.
017,
Florida Statutes, fo r C ate go ry T wo ,
for
a
period o f
36 months
from
the date
of being placed.
on
the
convicted
vendor li st.
For violation of •his subsection by
C o n s u l t a n t , C i t y
s h a l l
h a v e t h e r i g h t t o t e r m i n a t e
t h e
Agreement without any l i a b i li t y t o C i t y , a n d
pursue debarment of Consultant
16.4
N O CONTINGENT
FEE:
Consultant
warrants
that it
has
no t employed
or
retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit or secure
this Agreement, and
that
it has not
paid
or agreed to pay
any
person, company, corporation, individual
or
firm,
other
than
a
bona
fide
employee
working
so le ly fo r
Consultant,
an y
fee, -co mmission.,
percentage, gift, or other consideration contingent u pon o r resulting from
the
award or making of this
Agreement.
For the breach
or
violation of
this subsection,
City
shall
have- the r igh t to
terminate
the
Agreement, without any liability
or, at
its
discretion, to
deduct from
the
contract price ( or
otherwise
recover)
the
full amount of such
fee, commission,
percentage, gift,
or
consideration. •
16.5 '
LAWS AND REGULATIONS:
16.5. 1 . The Consultant shall, ' during the Term o f this Agreement,
b e
governed by
Federal, State,
Miami-
Dade. County,
a n d City laws,
ordinances,
and
codes
which
m a y h a v e
a -
bearing on
the
Services
involved
in the Project.
CITYAPPROVEDA & E FORM (AUGUST
2010)
27
0
0
J 0
U
V
U U
0 U
U
U
J 0
0
v
0
U
U
0
0
U
ll
U U
U
U
U
U
U
U
U
JU
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 72/152
16.
5. 2
Project
Documents.
In
accordance with
Section 119.07 ( 3) (
ee),
Florida .
Statutes,
entitled "
Inspection, Examination, and Duplication
of
Records; Exemptions,"
all
b u ild i n g p la n s ,
b l u e p r i n t s , s c h e m a t i c
d r a w i n g s ,
a n d d i a g r a m s , i n c l u d i n g
d r a f t ,
p r e l i m i n a r y , a n d
final
formats,
are
exempt
from the prov is ions of Sec tion
1 1 .
9 .
07(
1 ) ,
Florida Statutes ( inspection
an d
copying of
public records),-
and s.
24(a), Article I of the State Constitutioh.
Information
m a d e '
e x e m p t b y t h i s
p a r a g r a p h . , w i t h
p r i o r
w r i t t e n
a p p r o v a l
f r o m
t h e C i t y M a n a g e r ,
m a y
b e
d i s c l o s e d t o another •
e n t i t y t o ' p e r f o r m • ts d u t i e s
a n d responsibilities; lo
a
l i c e n s e d architect,
engineer, orcontractor. w h o
is
p e r f o rm in g work o n
or
related to
the
Project; o r
upon
a s h o w i n g
of
good .cause before
a
court of competent jurisdiction.
The
entities or persons receiving such
information sha ll ma in ta in the exempt status
of
the information.
16 :5.
2.1
I n addition to the requirements in this. subsection 1 6 . 5 . 2, the Consultant
a g r e e s , t o a b id e b y a ll a p p l ic a b l e F e d e r a l, S t a te , a n d C i ty p r o c e d u re s ,
a s m a y
b e
amen ded from time t o time, by
which
the
documents are handled, copied, arid
distributed which m a y
i n c l u d e ,
b u t is n o t l im i t e d t o , e a c h employee of Consultant and
sib-
onsultants
that
will
be
involved
in the
Project
being
orequired to sign
an
agreement
s t a t i n g that t h e y w i l l r io t c o p y ,
d u p l i c a t e , o r
d i s t r i b u t e t h e d o c u m e n t s
u n le s s a u t h o riz e d
by the City Manager, in writing.
16.5.2.2
T h e C o n s u l t a n t
a n d
it s
s u b -
o n s u l t a n t s
agree
in w r i t i n g
that
t h e %P r o j e c t .
documents
are
to be
kept
an d maintained in a secure location.
16.5.
2.
3 .
Each
set
of
the P ro ject
documents
are
to
be
numbered
and
the
whereabouts of
the
documents
shall
b e tracked at a ll times.
16. 5. 2.4
A lo g is d e v e lo p e d
t o
t r a c k e a c h
s e t o f d o c u m e n t s
l o g g i n g in
t h e • d a t e ;
time,
and name o f
the individuals) that
work
o n
or v iew
the .documents:
16.6.
CORRECTIONS TO
CONTRACT
DOCUMENTS: The Consultant shall prepare, without • •
added compensation,
a il
necessary supplemental documents to correct
errors,
omissions,
a n d /
or ' • •
a m b i g u i t ie s w h i c h
m a y
e x i s t in t h e
C o n t r a c t
D o c u m e n ts p r e p a r e d b y C o n s u l t a n t , in c lu d in g d o c u m e n ts
p r e p a r e d b y it s
s u b -
c o n s u l t a n t s . C o m p l i a n c e
w i t h t h i s
s u b s e c t i o n
s h a l l
n o t b e c o n s t r u e d • t o
r e l i e v e
th e
C o n s u lt a n t fr om
a n y
l i a b i l i t y
r e su lt in g fr o m a n y
s u c h
e r r o r s , o m i s s i o n s ,
a n d /
o r a m b i g u it ie s
i n
th e
Contract Documents and other
documents
or
Services
related thereto.
CITY
APPROVED A &
E
FO RM (
AUGUST
2010)
28.
UUV
0
0
V
V
V 0 U U
l
U 0
U
L
0 V L L .
U
u U V
V
LU
U-
L.
V
kJ
U U
V
V0
V
U U U
U
0U U
V
U V
V
U
V.V V U
V U
0
00000
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 73/152
1 . 6.7
WARRANTY:
Th e
Consultant warrants
that
the Services
furnished to
the
City
under
this
Agreement shall
conform t o the
quality
expected.
of
a n d usually provided
b y
the .profession in the
State
of
Florida applicable to
the
design. and construction.
of .public
and
commercial
facilities.
16. 8 '
NON=EXCLUSIVITY:
Notwithstanding
any provis ion of this
non -
exclusive Agreement,
the
C i t y is n o t p r e c r u d e d f r o m r e t a i n i n g o r u t i l i z in g a n y o t h e r a r c h it e c t ,
e n g i n e e r ,
d e s i g n p r o f e s s i o n a l o r
other consultant
t perform'
any incidental Basic Services, Addi tional Services, or other
professional'•
services within the contract
limits
defined
in the Agreement.
The Consultant 'shall 'have 'no claim,
a g a i n s t t h e C i ty
a s a
r e s u l t
of
t h e C i ty e le c ti n g t o r e t a i n o r u ti l i z e
s u c h •
o t h e r a r c h i t e c t , e n g i n e e r , .d e s i g n
professional,
or
other
consultant to perform any such inc identa l Services. .
16.9
ASSIGNMENT:
Th e Consultant
shall
no t assign, t rans fe r o r convey
this..
Agreement to
an y
other person, f irm, association
or
corporation,. in whole
or
in part, without
the.
prior written. consent o f
the City Commission, which consent,, if given at all, shall be
the Commission'
s sole
option and •
discretion. However,
the Consultant wil l b e . permitted
to
cause portions of the Services •
o
be
performed
by sub - onsultants,
subject
to
the prior
written approval.
of
t h e City Manager.
16.10.
SUCCESSORS
AND
ASSIGNS: The Consultant an d the City e ach bin ds himself /herself,
his /
her
partners, successors, legal representatives
a n d
assigns
t o t h e other p a r t y of
the
Agreement • '
and to
the partners,
successors, l e g a l
representatives,
a n d assigns
o f such p a r t y
in
respect to
all
covenants of
this-
Agreement. The Consultant shall afford the
City ( through
the
City
Commission) the
o p p o r t u n i t y t o a p p r o v e
o r
r e j e c t
a ll
p r o p o s e d
a s s i g n e e s ,
s u c c e s s o r s
o r
o t h e r
c h a n g e s
in
t h e
o w n e r s h i p
structure
and composit ion
of
the Consultant.
Fai lure to do so constitutes
a
breach
of
this
Agreement •
by the Consultant. •
16.
11.
PROVISION OF IT EM S NE C E S SA RY .TO COMPLETE SERVICES: I n the performance
of
the
Services prescribed• herein, it shall
be
the responsibility
of
the Consultant
to
provide all salaries,
wages, materials, equipment, sub - onsultants,• a n d
other
p u r c h a s e d services, e t c . , a s
necessary
to '
complete said
Services.
16. 12
INTENT OF AGREEMENT:
1 6 . 1 2 .
1
The intent
of the Agreement
is
for
the Consultant
t o
provide
design
services,
and
to
i n c l u d e a ll
n e c e s s a r y i t e m s
f o r t h e p r o p e r c o m p l e tio n
o f s u c h
s e r v i c e s for
a
f u l l y f u n c t io n a l
Project which, when constructed in accordance with the design, will b e able to
b e
used
b y
the
CITY
APPROVEDA &
E
F O R M (
AUGUST
2010)
29
U
U 0 UUU
0 0
U
1
0•
U
UU
U
U
0 J.
0U
0 U J
U
U
U
J
U
UU
0
JU J
J
J
J
J VJ
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 74/152
C i t y f o r it s in te n d e d p u r p o s e . T h e C o n s u l t a n t s h a l l p e r f o r m , a s
B a s i c
S e r v i c e s , s u c h i n c i d e n t a l
w o r k w h ic h m a y n o t
b e s p e c i f i c a l l y
r e f e r e n c e d , a s n e c e s s a r y to -c o m p l e t e t h e
P r o j e c t .
1 6 .
1 2 .
2 This
Agreement
is
fo r the,
benefit of the parties only
and it
does not grant r ights to
a
t h ir d p a r t y b e n e fic ia r y ,
to
a n y p e r s o n , n o r d o e s i t a u t h o r iz e a n y o n e n o t
a
p a rt y t o t h e
Agreement t o
maintain
a
suit
for personal
injuries,
professional liability, or property damage
pursuant
to the
terms.or
provisions
of
the
Agreement.: -
1 6 .
12.
3 N o
acceptance, order,
payment, or certificate.
of .
or
by
the City,
or its
employees or
agents, shall either
sto p the City from
asserting
any. r ights or. operate
as
a waiver o f any
p ro v is io n s h e r e o f o r o f
a n y p o w e r o r
r i g h t
h e r e i n r e s e r v e d to
t h e
C ity o r
o f
a n y r ig h t s
t o
damages herein
provided.
16. 13
This
document •
incorporates
an d
includes
all
prior
negotiations,
correspondence
conversations, agreements: or
understandings
applicable to the matters
contained
herein;
an d
the parties agree that there are
no
commitments, agreements, or understandings
c o n c e r n i n g
t h e s u b je c t.
m a t t e r
o f
t h i s
A g r e e m e n t
t h a t a re n o t c o n t a i n e d in
t h is d o c u m e n t :
A c c o r d i n g l y ,
t h e
p a r t i e s a g r e e
t h a t
n o
d e v ia t io n f r o m .t h e
t e r m s h e r e o f
s h a l l •b e
p r e d i c a t e d
u p o n a n y p rio r
r e p r e s e n t a t i o n s
o r a g r e e m e n ts
w h e t h e r
o ra l o r
w r i t t e n .
I t is fu r t h e r a g r e e d .
that
n o modification, amendment o r alteration in
the
terms or
conditions
contained herein •
shall
b e
effective unless
memorialized• n written
document
approval an d
executed with
the
same formality an d of equal d ign ity herewith.
R E MA I N D E R OF THIS P AG E L EF T INTENTIONALLY
BLANK]
30
CITY
APPROVED
A & E
F O R M (AUGUST2010) • "
U
L
u
U
U=
o
U
JU
U U
U U
L 0 0
U
JU
U
J
U L
L . , u J
U
0 0
0
J VJ :'
iJ V 0
U
V VUVV ,_
u
u 0
U
0,
0 U U
O
U 0
JUU
0•
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 75/152
I N . W I T N E S S W H E R E O F , t h e p a r t ie s . h e re to h a v e
h e r e u n to c a u s e d t h e s e
p re se n ts t o b e
s i g n e d
in
their
n a m e s
b y
their duly
a u t h o r iz e d o f f i c e r s
a n d principals, attested
b y their
respective
witnesses
and City Clerk on the day a n d yearfirst
hereinabove
written.
Attest
CITY OF MIAMI. BEACH:
CITY
CLERK
Attest
Signature /Secretary
Print.Name
sst
A
c
t 2
N
sip
o • #
D D 8 3 9 1 3 4 :
Q
f
jl
1 1 1 1
O '
CONSULTANT:.BORRELLI
f
PARTNERS,
I. N C.
APPROVEDASTO
FORM &
LANGUAGE
EXECUTION
F A P U R L \
S A L L
1 M a r ia l R F a S \
0 9 - 1 0 1 R F Q - 0 1 - 0 9 - 1 0 A E R o t a t i o n a l L i s t tA g r a e m e n t s \B o r r e I l i+ P a r t n e r s . d o c
C IT Y AP P R O VED
A & E
F O R M ( AUGUST 2010)
31
L LU UUu.
U
t. C U
C .
u
UAL
U
U
0
O
0
o0
u
L3
L
0 L:
0 0 0
0
6 0 U
U
U
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 76/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 77/152
SCHEDULE
A:
PROFESSIONAL
SERVICES
AGREEMENT BETWEEN
THE
CITY
OF
MIAMI BEACH &
BORRELLI AND PARTNERS
FOR THE
NORTH
SHORE
BANDSHELL PARK
PROJECT
SCOPE
OF
SERVICES,
CONSULTANT
Borrelli
an d
Partners (
the " CONSULTAN T ")
BACKGROUND
T h e f o l l o w i n g
i s a
d e t a i l e d
d e s c r i p t i o n o f
t h e
S c o p e
o f
W o r k t o b e
p r o v i d e d
b y B o r r e l l i
a n d P a r t n e r s f o r
t h e C i t y o f
M i a m i
B e a c h (
C I T Y )
r e l a t i v e .
t o t h e d e s i g n ,
p e r m i t t i n g ,
a n d
i m p l e m e n t a t i o n
o f
t h e p r o p o s e d
B a n d s h e l l
P a r k
P r o j e c t (
P r o j e c t )
l o c a t e d
e a s t o f C o l l i n s A v e n u e b e t w e e n 7 2
a n d 7 3
S t r e e t s . T h e p r o p o s e d p a r k i m p r o v e m e n t s
a s
o u t l i n e d
in
t h e
a p p r o v e d
M a s t e r
P l a n ,
a p p r o v e d
b y t h e
C i t y
C o m m i s s i o n
o n F e b r u a r y
9 , 2 0 1 1 , i n c l u d e a
n e w
w a l k w a y
c o n n e c t i n g t h e
p a r k
t o
t h e
b e a c h w a l k a t
7 2 n d
S t r e e t ,
t h e w i d e n in g
o f t h e s o u th s id e w a lk
a t
7 3 r d
S t r e e t w h i c h w i l l r e q u ir e e i t h e r t h e
r e m o v a l o r
r e c o n f i g u r a t i o n
of o n -
s t r e e t
p a r k i n g , t h e d e m o l it io n
o f
the bu s shelter, landscaping, outdoor accent &
security
l i g h t i n g ,
r e c o n f i g u r a t i o n
a n d / o r a d d i t i o n o f w a l k w a y s , i n s t a l l a t i o n
o f
a n e l e c t r o n i c
m a r q u e e ,
i n s t a l l a t i o n o f
t h e
B e a t l e s
M a n d e l a , a m o s a i c
t i l e -
a r t w o r k , a n d
n e w
u r b a n e le m e n t s s u c h a s
d r i n k i n g
f o u n t a i n s , g a r b a g e c o n t a i n e r s
a n d
b i k e r a c k s .
T h e
w o r k
s h a l l
i n c l u d e , c o n c e p t u a l
d r a w i n g (
s ) f o r t h e
7 2
d
S t r e e t
w a l k w a y a n d 7 3 ' d S t r e e t s i d e w a l k ,
d e s i g n
d e v e l o p m e n t ,
estimate(s)
of probable construction cost, construction
document preparation,
bidding /
award, and construction
a d m i n i s t r a t i o n s e r v i c e s fo r t h e P r o je c t . T h e p r o j e c t c o n s t r u c t i o n s h a l l n o t e x c e e d $ 1 , 2 0 0 , 0 0 0 .
SCOPE
OF
SERVICES
T h e C O N S U L T A N T ' S B a s ic S e r v i c e s s h a l l c o n s i s t s o f T a s k s a n d /o r s e r v i c e s ( i n c l u s i v e
o f
D e s i g n , B i d d i n g a n d A w a r d ,
C o n s t r u c t i o n A d m i n i s t r a t i o n , O t h e r S e r v i c e s ( S p e c i a l I n s p e c t i o n S e r v i c e s , S u r v e y i n g , G e o t e c h n i c a l , A s b e s t o s S u r v e y ) ,
A d d i t i o n a l S e r v i c e s i f a p p r o v e d b y
t h e
C I T Y ; a n d o t h e r
R e i m b u r s a b l e
S e r v i c e s ,
a s d e s c r i b e d
in t h e
t h i s
S c h e d u l e
A ;
a n d
i n c l u d i n g , w i t h o u t l i m i t a t i o n , a n y
a n d
a l l
o f t h e C O N S U L T A N T ' S r e s p o n s i b i l i t i e s a n d o b l i g a t i o n s , a s s e t f o r t h i n
t h e
a t t a c h e d
G e n e r a l
C o n d i t i o n s
o f t h e
C o n t r a c t
f o r
C o n s t r u c t i o n
a n d t h e
C o n s t r u c t i o n
M a n a g e r
a t
R i s k A g r e e m e n t .
T h e C I T Y m a y ,
a t i t s
s o l e o p t i o n , c h o o s e
t o e m p l o y
c o n v e n t i o n a l b i d s , o r
C o n s tr u c t i o n M a n a g e r ( C M ) a t -
R i s k
f o r t h e
P r o j e c t . T h e
C O N S U L T A N T
s h a l l c o o p e r a t e f u l l y w i t h
t h e G e n e r a l C o n t r a c t o r ,
o r C o n s t r u c t i o n M a n a g e r ( C M ) a t -R i s k
s e l e c t e d
b y
t h e
C I T Y .
A l l
r e q u i r e d d r a w i n g s
s h a l l b e
p r e p a r e d
u t i l i z i n g C A D D (
v e c t o r
f o r m a t )
i n
c o n f o r m a n c e w i t h t h e
latest CITY
format.
T h e C O N S U L T A N T
s h a l l
b e c o m e f a m i l i a r w i t h t h e P r o j e c t s i t e t h r o u g h f r e q u e n t s i t e v i s i t s , r e s e a r c h ,
a n d
e x a m i n a t i o n o f
a n y
r e c o r d d r a w i n g s ,
a s
a p p l i c a b l e ,
a n d
s h a l l n o t i f y
t h e C I T Y o f
a n y
f i e l d ,
o n -
s i t e , o r o f f -
s i t e c o n d i t i o n s n o t s h o w n
o r
U
i n c o r r e c t l y
s h o w n o n
t h e r e c o r d
d r a w i n g s ,
a s
m a y , ,
a v e
b e e n e a s o n a a l y d i s c u v r e i . A t t h e C O N S U L T A N T ' s
r e q u e s t ,
t h e C I T Y w i l l f a c i l i t a t e
t h e
C O N S U L T A N T ' S a c e e s s
t
t h e P r c j e G t , G i t e
G n d /
o i
f a c i l i t i e s
f o r i n v e s t ig a t i v e p u r p o s e s .
Borrelli:
Schedule A
11/
28/2011 6:
56
PM
1
0
0
0
V V.
V 1. 0 0
0 0V U 0
vv
V
V 0
1.
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 78/152
F r e q u e n t
s i t e
v i s i t s
a n d
m e e t i n g s
s h a l l c o n t i n u e t h r o u g h a l l d e s i g n p h a s e s
o f
t h i s A g r e e m e n t u n t i l t h e C O N S U L T A N T i s
t h o r o u g h l y
f a m i l i a r
w i t h
t h e e x is t i n g c o n d i t i o n s , a n y p r o b l e m a r e a s , a n d /o r
e x i s t i n g
h a z a r d o u s c o n d i t i o n s o r m a t e r i a l s .
T h e s e s i t e v i s i t s a n d m e e t i n g s
a r e p a r t
o f
t h e
C O N S U L T A N T ' S
B a s i c
S e r v i c e s ,
a r e
c o n s i d e r e d d u e d i l i g e n c e ,
a n d
t h e
C O N S U L T A N T
s h a l l r e c e i v e n o a d d i t i o n a l c o m p e n s a t i o n f o r s u c h
d e s i g n
p h a s e s i t e v i s i t s a n d m e e t i n g s . P r o v i d e d t h e
C O N S U L T A N T
h a s c o n d u c t e d
a
g o o d f a i t h
i n v e s t i g a t i o n , t h e C O N S U L T A N T
s h a l l
n o t
b e
r e s p o n s i b l e o r h e l d l i a b l e
f o r
undiscovered hazardous
conditions or
materials.
T h e
t o t a l
e s t i m a t e d C o n s t r u c t i o n
C o s t B u d g e t fo r t h e P r o j e c t is
a p p r o x i m a t e l y $
1 , 2 0 0 , 0 0 0 ,
n o t
i n c l u d i n g
a
c o n s t r u c t i o n •
p h a s e
c o n t i n g e n c y
a l l o w a n c e t h a t
i s t o
b e h e ld
i n
r e s e r v e b y t h e C I T Y ,
f o r
C I T Y '
s
u s e d u r i n g
t h e
c o n s t r u c t i o n p h a s e .
B e c a u s e
t h e r e a r e
t w o (
2 ) f a c i l i t i e s
w i t h i n
t h e
p r o j e c t
s i t e
c u r r e n t l y
i n o p e r a t i o n (
t h e
B a n d s h e l l a n d t h e
U n i d a d
S e n i o r
C e n t e r ) , t h e C I T Y m a y r e q u i r e t h e C O N S U L T A N T t o p h a s e t h i s P r o j e c t i n o r d e r t o m a i n t a i n f u l l a c c e s s
a t
a l l t i m e s t o t h e
facilities.
T h e C O N S U L T A N T
s h a l l
a r r a n g e
f o r
a n d
c o o r d i n a t e t h e e f f o r t s
o f d e s ig n s u b -
o n s u l t a n t e x p e r t i s e
a s
s u c h
e x p e r t i s e
i s
n e e d e d a n d d e t e rm i n e d b y
t h e
e v o l u t i o n o f
t h e P r o j e c t
p r o g r a m r e q u ir e m e n t s
a n d /
o r s it e
c o n d i t i o n s .
T h e C O N S U L T A N T a t t h e C O N S U L T A N T '
S
e x p e n s e , p r o p o s e s t o h a v e t h e s p e c i a l i s t s d e s i g n a t e d b e l o w , e i t h e r f r o m t h e
C O N S U L T A N T ' S
o r g a n i z a t i o n
o r a s t h e C O N S U L T A N T ' S
c o n t r a c t e d
s u b -
o n s u l t a n t s
o r
a s s o c i a t e s ,
t o
p e r f o r m
t h e
services
indicated.
Surveyor
Geotechnical Engineering
Civil
Engineer
Landscape Architect,
S t ru c tu r a l E n g i n e e r ( f o r
E l e c t r o n i c
M a r q u e e
a n d B e a tle s
M a n d a l a f o u n d a t io n d e s i g n )
MEP Engineers
Construction
Cost Estimating
FDEP
Consultant
Basic
Services consist of the
following:
TASK
1 NOT
USED
TASK
2
DESIGN SERVICES:
T h e p u r p o s e o f
t h i s
T a s k
i s
t o
e s t a b l i s h
r e q u i r e m e n t s f o r t h e
p r e p a r a t i o n
o f c o n t r a c t d o c u m e n t s
fo r
t h e P r o j e c t .
T a s k 2 . 1 r e q u i r e s t h a t C O N S U L T A N T p e r f o r m a v a r i e t y o f f o r e n s i c t a s k s t o
v e r i f y
e x i s t i n g c o n d i t i o n s
a n d
t h e a c c u r a c y o f
a n y a v a i l a b l e a s -b u i l t d r a w i n g s , s u r v e y s a n d m a p 3 t o
b o x s e d
f o ^
d e v e l o p m e n t o f t h
c o n t r a c t
d r a w i n g s .
T a s k 2 . 2
d i s c u s s e s
r e q u i r e m e n t s fo r
th e
p r e p a r a t i o n
o f
c o n t r a c t
6- u r r e n t s , in , l i
s i v e
o f
d r a w i n g s , s p e c i f i c a t i o n s
a n d
UV-
U
Borrelli:
Schedule
A
11/ 28 / 2011 6:
5 6
PM
2
J
J
J 0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 79/152
front -
end
documents.
Task
2 . 3
establishes requirements with regard to constructability
a n d value
engineering reviews.
T a s k
2 . 4
e s t a b l i s h e s
r e q u i r e m e n t s fo r
th e
p r e p a r a t i o n . o f
S t a t e m e n t s
o f
P r o b a b l e
C o n s tru c t io n C o s t b y th e
CONSULTANT.
Task
2.
5
Not
Used
Task
2.6
Not Used
T a s k 2 .
7
s p e c i f i e s r e q u ir e m e n t s f o r r e v i e w
o f
c o n t r a c t d o c u m e n t s w i t h
j u r i s d i c t i o n a l
p e r m i t t i n g a g e n c i e s p r i o r t o
finalization.
Task 2 .
8 , discusses
the
CONSULTANTs
QA/
QC of
Design
Documents.
T o f a c ili t a te t he im p l e m e n ta t io n o f a P u b l i c I n f o r m a t i o n P r o g r a m , th e C O N S U L T A N T s ha ll p r o v i d e e l e c t r o n i c f i l e s
o f
a l l
P r o j e c t
d o c u m e n t s ,
a s
r e q u e s te d b y th e C I T Y fo r
p o s t i n g
o n th e p r o g r a m w e b s i t e , T h e
C O N S U L T A N T
s h a l l p r o v i d e
th e
e l e c t r o n i c
f i les f o r th e
f r o n t -e n d
d o c u m e n t s , t e c h n i c a l
s p e c i f i c a t i o n s ,
a n d c o n s t r u c t i o n
d r a w i n g s
i n
M S -
W o r d , A u t o C A D
an d AdobeAcrobat file format.
The review
process
shall
consist o f
50 %,
90%
and
100%
c o m p l e t e
s u b m i tt a l s . Contract d o c u m e n t s s h a ll
b e s u b j e c t
t o
c o n s t r u c t a b i l i t y
a n d
v a l u e . e n g i n e e r in g r e v i e w s t o
b e p e r f o r m e d b y o t h e r s . C O N S U L T A N T s h a l l w o r k
w i t h
t h e C I T Y t o
adust /
r e v i s e
P r o j e c t
s c o p e a s m a y b e d e e m e d n e c e s s a r y t o
m e e t
e s t a b l i s h e d b u d g e t s a s t h e d e s i g n e v o l v e s f ro m
earlier to latter stages of
completion.
C O N S U L T A N T
s h a l l
u t i l i z e a n d b e
b ou n d b y
th e
C I T Y
o f
M i a m i
B e a c h
D e s i g n
S t a n d a r d s M a n u a l - A u g u s t, 2 0 0 2 (
D S M )
d e t a i l i n g p r o c e d u r e s , s ta n d a r d s a n d p o l ic ie s , t h e C I T Y o f M i a m i
Beach Public Works Manual —
April, 2007, as well as any •
s u b se q u e nt u p d a t es , to s u p p le m e n t d e t a i l s r e q u i r e d t o c o m p le te th e P r oje c t. O n e c op y
o f
t h e D S M w i l l b e p r o v i d e d to t h e
CONSULTANT.
T a s k 2 . 1 V e r if ic a t io n o f E x is tin g C o n d i t io n s : C O N S U L T A N T s ha ll o bta in a ll
a v a ila b le A s -
B u i lt d r a w i n g s, p e r fo r m
s t r u c t u r a l
e v a l u a t i o n
o f
t h e s tr u c tu r e s ,
p e r f o r m a d e t a i l e d
t o p o g r a p h i c
s u r v e y
o f th e e x is tin g P r o je c t
s i t e .
T h e
s u rv e y s h a ll
b e p e r f o r m e d b y a P r o f e s s i o n a l L a n d S u r v e y o r i n
th e
s t a t e o f F l o r i d a , a n d
s h a l l
m e e t t h e m i nim u m te c h n ic a l s ta n d a r d s
i d e n t i f i e d in C h a p t e r 6 1 G 1 7 -
6 , F A C ,
6 2 B -
3 3 0 0 8 1 , F A C a n d
F l o r i d a S t a t u t e s .
All
survey files shall
be prepared
in
AutoCAD. At
a
minimum, the survey shall address the
following:
B a s e l i n e o f s u r v e y s h a l l b e t i e d i n t o t h e r i g h t -o f -w a y a n d s e c t i o n a l i z e d l a n d m o n u m e n t s . R i g h t -o f -w a y i n f o r m a t i o n
shall be obta ined from avai lable records
by the
CONSULTANT.
T h e C O N S U L TA N T
s h a l l s e t b e n c h m a r k s a t c o n v e n ie n t l o c a t io n s , a l o n g t h e s i t e
to
b e u s e d d u r i n g b o t h t h e d e s i g n
an d
construction phases of the Pro jec t. ,
T h e
C O N S U L T A N T s h a ll lo c a te a n d id e n t ify e x i s t i n g
s u r fa c e im p r o v e m e n t s / t o p o g r a p h i c
f e a t u r e s
t h a t
a r e v i s i b l e
within the Project s ite,
including
bu t
no t
l imited to, the following:
M a r k i n g o f a l l p r o p e r t y c o r n e r s , l o c a t i o n
a n d
d e t a i l s o f
th e
e x i s t i n g b u i l d i n g s i n c l u d i n g o v e r a l l d i m e n s i o n s a n d
finished floor elevations including
existing
valve boxes,
water /
electrical meter boxes,
electrical
pull boxes,
telephone / cable
risers,
fences,
hydrants,
etc.
l
U
U
0
J G U U
U.
U U
U
U U
U U
U
vU
U
U
U
V
Borrelli:
Schedule A
11/
28 / 2011
6:
5 6 PM UJUU
U
U
0
V
0
0 0
U 0 U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 80/152
A b o v e g r o u n d
a n d
u n d e r g r o u n d u t il i t i e s in v e r t
e l e v a t i o n s of
a c c e s s i b le u n d e r g r o u n d u t il i t ie s , w o o d / c o n c r e te u t i l i t y
p o l e s ,
c u l v e r t s ,
g u a r d r a i ls , p a v e m e n t lim it s , h e a d w a ll s, e n d w a l ls , m a n h o le s , v a u l ts ,
m a i l b o x e s , d r i v e w a y s ,
s i d e
s t r e e t s , t r e e s ,
l a n d s c a p i n g , t r a f f i c
s i g n a g e
a n d a n y o t h e r
n o t e d
i m p r o v e m e n t s .
Survey shall identify fence
m a t e r ia l /
h e i g h t , a n d d r i v e w a y
c o n s t r u c t i o n
m a t e ria l s. L a n d s c a p i n g m a t e ria l s w i th a
t r u n k d ia m e te r g re a te r
t h a n
s i x (
6 )
i n c h e s .
i n
d i a m e t e r s h a l l
b e
i d e n t i f i e d
i n d i v i d u a l l y . M a t e r i a l s w i t h s m a l l e r d i a m e t e r s s h a l l b e i l l u s t r a t e d i n
groupngs:
S u r v e y
l i m i t s
s h a l l
i n c l u d e
t h e e n tir e
P r o j e c t
s i t e a n d
a n
a d d i tio n a l o v e rla p
to e n c om p a s s
a ll a d j oin in g a r ea s
potentially
impacted by
the Project.
S u r v e y T o p o g r a p h i c s u r v e y / b a s e m a p s h a l l b e p r e p a r e d
i n
A u t o C A D V e r s i o n
2 0 0 0
o r l a t e s t , a n d s u b m i t t e d - o n
r e c o r d a b le C o m p a c t D i s k w i t h t h r e e ( 3 ) s ig n e d a n d s e a le d c o p y o n 2 4 - n c h b y 3 6 -i n c h b o n d p a p e r . N o te t h a t a ll
s ta n d a r d s f r o m . t h e D S M s h a l l a p p l y t o t h e d e v e lo p m e n t o f t h e s u r v e y d o c u m e n t . I n a d d i t io n , t h e C O N S U L T A N T
s h a l l
s u b m i t
3
c o p i e s o f
a
p r e l i m i n a r y
D r a f t
S u r v e y
f o r C I T Y r e v ie w a n d
c o m m e n t . T h e
C O N S U L T A N T
s h a l l
p r e p a r e a f i n a l s u r v e y s u b m i t t a l
p a c k a g e
b a s e d o n a d d r e s s i n g a n y
a n d
a l l
c om m e n ts s u b m i tt e d th ro u g h
t h i s
r e v i e w
p r o c e s s , t o t h e s a t i s f a c t i o n o f
t h e
C I TY . A ll C A D m a p p in g s h a ll b e
p e r f o r m e d to
a
s c a l e
o f
1 : 1 i n th e W o r l d
Coordinate System. Text s i z e shall be
1 0 0
Leroy for
a
final product a t 1 =
2 0
units.
U p o n
c o m p l e t i o n
a n d a c c e p t a n c e o f
t h e
f i n a l
s u r v e y , . th e C O N S U L T A N T
s h a l l
f o r w a r d s a m e t o t h e f o l l o w i n g a g e n c ie s w i th
a r e q u e s t t o 'm a r k / i d e n t i f y r e s p e c t i v e u t il i t i e s o n t h e s u rv e y
b a s e
m a p . T h e C O N S U L T A N T s h a l l c o o r d i n a t e t h i s e f f o r t
with
each agency
in a n effort to
identify
the locat ion of
all
existing
underground utilities.
The CONSULTANT
shall
incorporate
utility
owner markups /
e d i t s
i n t o it s
s u r v e y
b a s e m a p f i le . T h e C O N S U L T A N T s h a l l c o n t a c t t h e f o l l o w i n g
e n t i t i e s a n d
r e q u e s t
t h a t
t h e y
e a c h
v e r i f y
l o c a t io n s o f
t h e i r
e x is t in g im p r o v e m e n t s
in t h e - a f f e c t e d a r e a s :
Florida
Power
an d
Light
Company
BellSouth / ATT
Mami -Dade
Water
and SewerAuthority
Cable Provider Charter Commu nications (Atlantic Broadband)
Natural
Gas provider
CITY of M i am i B e a ch Public
Works
Department
Traffic
Signals: Miami
D ad e C ou nty P u blic W o rk s
Others as deemed
necessary
by the
CONSULTANT
T h e C O N S U L T A N T s h a l l a l s o r e q u e s t i n f o r m a t i o n r e g a r d i n g a n y f u t u r e p r o p o s e d i m p r o v e m e n t s b y e a c h a g e n c y . T o
f a c i l i t a t e t r a c k i n g o f th e p ro g r e ss m a d e
i n t h i s w o r k e ffo r t,
th e
C O N S U L T A N T
s h a l l
c o p y
t h e C I T Y o n a ll c o r r e s p o n d e n c e
w i t h e a c h a g e n c y .
I n a d d i t i o n ,
t h e C O N S U L T A N T
s h a ll k e e p
a
r e a d i l y
a c c e s s i b l e
a n d
p r o p e r l y
l a b e l e d /
c o l l a t e d f il e o f
a l l
c o r r e s p o n d e n c e
a n d
m a r k u p s
p r o v i d e d
to
i t b y t h e
v a r i o u s a g e n c i e s fo r
r e fe r e nc e u s e
b y
t h e
C I T Y
a n d / o r
C O N S U L T A N T ,
during
construction.
T h e C O N S U L T A N T
s h a l l
b e c o m e
f a m i l i a r
w i t h t h e P r o j e c t s it e t h ro u g h f r e q u e n t s i t e
v i s i t s , r e s e a r c h , a n d e x a m i n a t i o n o f
a n y r e c o r d
d r a w i n g s ,
a s
a p p l i c a b l e ,
a n d s h a l l
n o t i fy
t h e C I T Y
o f
a n y ` .
i e l d ,
o n s i t e ,
o r
of f -s i t e
c o n d i t i o n s n o t
s h o w n
o r
i n c o r r e c t l y s h o w n o n
r e c o r d
d r a w i n g s , a s m a y h a v o `
b e s : r i
r e a s ` o n a b l y , d f i s c o v a r e d . ; . F ,
t
t h e C O N S U L T A N T ' s r e q u e s t ,
t h e
C I T Y s h a ll f a c i l i t a t e t h e C O N S U L T A N T ' s a c c e s s t o t h e P ~o j e c t
s i t a
a n d - o r f a c : l i t i a s f o r i n v e s t ig a t iv e p u r p o s e s . T h e s e s i t e
Borrelli:
Schedule
A
4
11/ 28/2011
6:
56 PM
oJJJu
u
V
J J
J
0000
J J
0
J U,
J
V J
U.) 00
0
J
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 81/152
v i s i t s
a r e p a r t
o f t h e C O N S U L T A N T '
s
B a s i c
S e r v i c e s , a r e c o n s id e re d d u e
d i l i g e n c e ,
a n d
t h e C O N S U L T A N T
s h a l l r e c e iv e
n o a d d i t i o n a l compensation
for
s u c h
design
p h a s e s i t e
visits
a n d
meetings.
Provided
that
the
CONSULTANT
has
c o n d u c t e d
a
g o o d fa ith
i n v e s t i g a t i o n , t h e
C O N S U L T A N T a n d
C O N S U L T A N T ' S
s u b -C O N S U L T A N T S s h a ll
n o t b e
responsible or he ld li ab le
for
undiscovered
hazardous condi ti ons or materials.
B a s e d
o n
t h e
c o lle c te d d a t a ,
t h e
C O N S U L T A N T
s h a l l d e v e lo p d e t a ile d d e sig n b a se m a p s
fo r t h e P r o j e c t.
T h e
m a p s
s h a l l
i n c l u d e
a n
o v e ra ll k e y m a p a n d p a rt ia l p la n s s ca le d a t O n e ( 1 ) i n c h e q u a ls 2 0 f e e t o r
a s ca le t h a t
b e t t e r s u i t s
th e
P r o j e c t
requirements.
CONSULTANT s h a l l
illustrate p r o p o s e d
improvements
o n
the
s i t e
p l a n
a n d s h a l l
prepare final
s i t e
p l a n
b a s e d
o n t h e
i n f o r m a t i o n
g a t h e r e d
h e r e i n .
C o p i e s
o f b a s e m a p s s h a l l b e
d i s t r i b u t e d
t o C I T Y .
Deliverables:
1 .
Perform
work as
noted
to d ev elop fin al
survey.
2 . D e l i v e r
three (
3 )
draft a n d
f iv e ( 5 )
final signed a n d
s e a l e d
surveys
to
CITY.
Schedule: See Schedule E: Project Schedule
T a s k 2 .
2
D e t a i le d D e s i g n :
C O N S U L T A N T s h a l l
p r e p a r e
d e t a i l e d
d e s i g n
d o c u m e n t s c o n s is t in g
o f
a r c h i t e c t u r a l ,
s t r u c t u r a l ,
c i v i l , e l e c t r i c a l ,
p l u m b i n g , la n d s c a p e , a n d ir rig a t io n d r a w i n g s ,
a s
a p p l ic a b le . A l l c o n tr a c t d o c u m e n ts
a r e
to b e p r o v i d e d i n
a c c o r d a n c e
w i t h a p p l ic a b le D S M s ta n d a r d s a n d w i t h t h e
r e q u i r e m e n t s
o f a ll a p p l ic a b l e s ta t e , l o c a l
a n d
f e d e r a l
r e g u l a t o r y
agencies having jurisdiction overthe Project.
T e c h n i c a l . s p e c i f ic a t io n s s h a l l b e p r e p a r e d i n c o nfo rm a n c e w i th C o n s tr u ct io n S p e c i f i c a t i o n s I n s t i t u t e ( C S I ) f o r m a t s . T h e
C I T Y , th ro ug h th e
D S M ,
s h a l l f ur n is h
th e
C O N S U L T A N T w ith s ta n d a r d C I T Y
s p e c i f i c a t i o n
o u tl in e s fo r D i v i s i o n s
1 .
F o r
r e f e r e n c e p u rp o se s , t h e C I T Y w i l l p r o v id e c o p ie s o f it s
s t a n d a r d
J o b O r d e r C o n t ra c t ( J O C ) s p e c if ic a t io n s v ia t h e D S M .
C O N S U L T A N T
s h a l l p r o v i d e a d d i t i o n a l s e c t i o n s
t h a t
t h e C O N S U L T A N T m a y
r e q u i r e ,
n o t
a l r e a d y
p r o v id e d t h r o u g h t h e
CITY standards /
D S M ,
s u b je c t t o r e v ie w
a n d
c o m m e n t
b y
t h e C I T Y . C O N S U L T A N T
must
r e v i e w
C I T Y s ta n d a rd s
a n d
a d o p t a n d c h a n g e /u p d a t e w h e r e n e c e s s a r y . A n y s u p p lie r l is tin g s r e q u ir ed b y
s p e c i f i c a t i o n s
s h a l l i n c l u d e a m i n i m u m
o f
t w o (
2 )
n a m e d s u p p l i e r s a n d s h a ll 'm e e t
a ll
a p p lic a b le C I T Y a n d S ta te
o f
F l o r i d a
p r o c u r e m e n t
c o d e s . S p e c if ic a t io n s s h a l l
b e p r o v i d e d to th e C O N S U L T A N T
i n
M i cr o s o f t M S - W o r d " fo rm a t . C O N S U L T A N T s h a ll u s e th e s a m e
s o f t w a r e
in
a l l
P r o je c t r e la t e d w o r k . C O N S U L T A N T s h a ll u ti l iz e b a s e
f r o n t -
e n d d o c u m e n ts p r o v id e d b y
t h e
C I T Y . C O N S U L T A N T s h a l l
e d i t
a c c o r d i n g l y
t o
r e s u l t
i n a P r o j e c t s p e c i f i c d o c u m e n t .
A n y r e q u i r e m e n t s
f o r S u p p l e m e n t a r y
G e n e r a l C o n d i t i o n s
s h a l l
b e
subject to review
an d
acceptance
by the
CITY.
C O N S U L T A N T s h a l l a t t e n d u p to
t w o (
2 ) D e s i g n
P r o g r e s s
M e e t i n g s a s r e q u i r e d
to
m e e t
th e
p r o je c t s c h e d u le ( s e e E x h i b i t
E )
w i t h C I T Y
a t t h e C I T Y ' s C I P o f f i c e s
a s s ch e d u le d b y
C I T Y
s t a f f .
T h e
C O N S U L T A N T . s h a l l
p r o v id e , a n d m a i n ta i n a
d e s i g n
p r og r e s s s c he d u le .
S h o u l d
t h e C I T Y
d e t e r m i n e
t h a t th e
C O N S U L T A N T h a s fa lle n
b e h in d s ch e d u le ,
t h e
CONSULTANT
shall provide
a
recovery schedule that s h a l l
accelerate
work to
get
back
o n
schedule.
T h e C O N S U L T A N T s h a l l s u b m i t
m o n t h l y
i n v o i c e , e q u e s t s
a c c o m p a n i e d
b y
a n
u p d a t e d d e s i g n p r o g re s s s c h e d u le .
uU
U
U
OUO
U
U
F o r p u r p o s e s o f t h i s
S c o p e
o f S e r v t c e s
t h e
f o l l o w i n g
i v i l l
b e
c o n s i d e r e d
t h e n i i r i m u m e f f o r t t o b e p ro vid e d b y
t h e
CONSULTANT for
establishing
detail
design
milestone sOmittal5;," "
00
Borrelli:
Schedule
A
5
11/
28 / 2011
6: 5 6 PM
U
J
V
V
J
J
UUJO, '
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 82/152
Task 2 . 2 . 1 : Schematic Design fo r 72 "
Street walkway
and 7 3 r d
Street sidewalk
widening
C O N S U L T A N T s h a l l
s u b m i t d e s i g n c o n c e p t ( s ) f o r a w a l k w a y a n d
a s s o c i a t e d
i m p r o v e m e n t s (
l a n d s c a p e , ir r ig a t io n ,
l i g h t i n g ,
e t c . , ) c o n n e c t i n g
t h e
B a n d s h e l l
P a r k
t o t h e
N o r t h
B e a c h R e c r e a t i o n a l
C o r r i d o r . (
b e a c h w a l k ) a t 7 2 S t r e e t , a s w e l l
a s t h e
w i d e n i n g
o f t h e 7 3 r d
S t r e e t s o u t h s i d e w a l k (
a n d
a s s o c i a t e d i m p r o v e m e n t s ) , t o e n c o u r a g e
t h e
p e d e s t r i a n
c o n n e c t i v i t y
f r o m
Collins
Avenue
to
Ocean
Terrace.
T h i s
t a s k
s h a l l i n c l u d e c o o r d i n a t i o n w i t h t h e C i t y ' s P u b l i c
W o r k s ,
P a r k i n g , P l a n n i n g , a n d P a r k s D e p a r t m e n t s , F l o r i d a ' s
D e p a r t m e n t o f
T r a n s p o r t a t i o n ( F D O T ) , M i a m i -D a d e C o u n ty a n d
F l o r i d a D e p a r t m e n t o f
E n v i r o n m e n t a l
P r o t e c t i o n (
F D E P )
as
appicabe
Deiverabes:
A t t e n d u p t o t h r e e ( 3 ) d e s i g n p r o g r e s s m e e t i n g s w i t h C I T Y s t a f f a t t h e C I P o f f i c e s
a s
s c h e d u l e d b y t h e C I T Y .
Task
2.
2.
2:
50%
Design Development Documents Requirements
Prior
to
the
preparation
of
the
30%
d e s i g n
c o m p l e t i o n
s t a g e d r a w i n g s ,
t h e
C O N S U L T A N T s h a ll i n c o r p o r a t e
c h a n g e s
t o i t s
d e s i g n b a s e d
u p o n
it s
e x i s t i n g
a s -b u i lt /
e x i s t i n g
c o n d i tio n s v e r if ic a t io n e f fo r ts .
The 50%
d e s i g n
d e v e l o p m e n t
d o c u m e n t s s h a l l
c o n s i s t
o f
t h e
p l a n a n d p r o f i l e
v i e w
o f
a l l i m p r o v e m e n t s , a p p l i c a b l e
sections and construction details. The CITY requires
that the 50%
d e s ig n d e v e lo p m e n t d o c u m e n t s in c lu d e
b u t n o t
b e
l i m i t e d t o t h e f o llo w i n g d e s ig n d e v e lo p m e n t d r a w in g s a n d d o c u m e n t s
a t
a
m i n i m u m :
1.
Topographic
Survey
2.
Demolition
Plan
3.
Civil Drawings
4.
Landscape,
Irrigation
Plans
5.
Life
Safety
Plan
6.
Architectural
Plans:
7.
Structural Pans
8.
Electrical Pans
9.
Photometric
Plans
10. Plumbing
Plans
11.
Site
Signage
Plans
S p e c i a l i z e d R e p o r t s a n d
T e s t i n g :
T h e
r e s u l t s
o f
a l l
t h e r e p o r t s a n d
t e s t s i n c l u d i n g
b u t n o t l i m i t e d t o g e o t e c h n i c a l
r e p o r t s ,
s t r u c t u r a l c a l c u la t i o n s , d r a in a g e r e p o r ts a n d t e s t i n g s h a l l
b e
i n c o r p o r a te d i n t o t h e d e s ig n d o c u m e n t s
a n d
t h e y
s h a l l id e n t if y p r o p o s e &
f o u n d a t io n d e s ig n a n d d r a i n a g e .
T e c h n i c a l S p e c i f i c a t i o n s :
S p e c i f i c a t i o n s
g i v i n g
g e n e r a l d e s c r ip t i o n
o f
f i n i s h e s , m a t e r i a l s , a n d s y s t e m s , a s
r e q u i r e d ,
t o
s u p p l e m e n t
a n d s u p p o r t t h e i n t e n t , q u a l i t y a n d
p e r f o r m a n c e
o f
t h e
C O N S U L T A N T ' S d e s i g n d o c u m e n t s .
000000
0
000
u
0
J
0 U
c
0 0, 0 u
0
0
0 0_
0
0
o
u
0
00
0
0
0
U 0
00
u 0
u
0
0
00
o
000
0
Borrelli: Schedule A
11/ 28/2011
6:
56 PM
00000
0
0
O
0 0
0 0
O
J
0
0
0
0000 0 u 0
0
O
0 0-
00
0 0
00030
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 83/152
S c h e d u l e o f U n i t
P r i c e s :
U p d a t e d s c h e d u l e o f u n i t p r i c e s
b i d ( b i d
f o r m ) i d e n t i f y i n g t h e i t e m s , u n i t s , a n d q u a n t it ie s t o b e
b id
b y
p r o s p e c t iv e c o n t r a c t o rs
a s
p a r t
o f t h e i r
b id s u b m i t t a l .
S t a t e m e n t
o f
P r o b a b l e
C o n s t r u c t i o n C o s t : T h e s u b m i t t a l s h a l l i n c l u d e th e C O N S U L T A N T ' s u p d a t e d S t a t e m e n t , o f
P r o b a b l e C o n s t r u c t i o n C o s t a s d e f i n e d
b y
th e
A m e r i c a n
A s s o c ia t i o n o f C o s t E n g in e e r s
to
b e c o ns is te n t
w i t h
th e
o v e r a l l
not -to-
exceed
Pro ject budget.
The
Consultant
shall submi t the
50%
d e s ig n t o
t h e
C I T Y
f o r
d i s tr ib u t io n t o C i t y D e p a r t m e n t s
a n d C i t y '
s R e g u l a t o r y
A g e n c i e s f o r r e v i e w a n d c o m m e n t s . S a i d c o m m e n t s f r o m t h e
C I T Y s h a l l
b e
incorporated into the 90%
design
submittal.
Task
2.2.3: 90 %.
and '100%
Design
Development
Documents Requ i rements
The 90%
d e s i g n c o m p l e t i o n s t a g e m i l e s t o n e s h a l l c o n s is t o f a n e a r f i n a l c o n s t r u c t i o n
d o c u m e n t
s e t i n c l u d i n g th e f r o n t -e n d
d o c u m e n t s ( g e n e r a l
a n d s u p p l e m e n t a l c o n d i t i o n s ) , t e c h n i c a l
s p e c i f i c a t i o n s , a n d
c o n s t r u c t i o n d r a w i n g s
fo r
a l l W o r k . T h e
C O N S U L T A N T s h a l l i n c l u d e d e t a i l e d c o n s t r u c t i o n s e q u e n c i n g r e s t r i c t i o n s
fo r
t h e C I T Y ' s r e v i e w w i t h t h i s s u b m i t t a l . P r io r
to
the
preparation of
the
90%
d e s i g n
c o m p l e t i o n
s t a g e
d r a w i n g s ,
t h e
C O N S U L T A N T s h a l l in co rp o r a t e
c h a n g e s
t o
it s
d e s i g n
b a se d u p o n r e v i e w c o m m e n t s r e c e i v e d , a s n o t e d
i n
T a s k 2 . 3 b e l o w . I n a d d i t i o n , t h e C O N S U L T A N T s h a l l p r o v i d e
i t s D e f i n i t i v e S t a t e m e n t o f
P r o b a b l e C o n s t r u c t i o n
C o s t a s d e f i n e d b y
t h e A m e r i c a n
A s s o c i a t i o n o f
C o s t
E n g i n e e r s w i t h
this
s u b m i t t a l t o
b e
c o n s i s t e n t w i t h
the o v e r a l l n o t - o - e x c e e d
P r o j e c t
Construction Cost Budget.
Prior to
90%
design,
C O N S U L T A N T
s h a l l m e e t w i t h
a p p r o p ria t e r e g u la t o r y
a g e n c i e s
t o
c o n fi r m t h a t t h e
P r o j e c t d e s ig n m e e t s
r e g u l a t o r y
requremens
The 100%
design
completion stage
milestone shall
consist
of
the 90%
documents updated to
include
all
constructability
and des ign rev iew comments, an d regulatory agency comments .
The
CONSULTANT
shall
provide its "
Definitive"
S t a t e m e n t o f P ro b a b le C o n s tr uc tio n C o s t, a n d u n i t
p r i c e
b i d f o r m , m o d i f i e d
a s .
n ee d e d , to r e fle c t f in a l p e rm i t a n d .
regulatory a g en c y c o m m en ts an d modifications.
In addition, the 100%
p l a n s
s h a l l b e
c o n s i d e r e d
f in a l , o n c e th e
C O N S U L T A N T
h a s
a c h ie ve d a
C i t y
o f
M i a m i B ea ch
B u i l d i n g
p e r m i t a n d a l l o t h e r
a p p l i c a b l e
p e r m i t s n e c e s s a r y
t o
c o m m e n c e
c o n s t r u c t i o n
o f t h e
P r o j e c t .
Deiverabes:
1 . F u r n i s h s i x ( 6 ) s e t s e a c h o f t h e 5 0 ,
9 0 , a n d 1 0 0
p e r c e n t d e s i g n c o m p l e t i o n s t a g e d o c u m e n t s a n d S t a t e m e n ts o f
P r o b a b l e
C o n s tr uc tio n C o s t
to
C I T Y , a s a p p l ic a b l e (
t h r e e fu l l
s i z e
a n d t h r e e h a l f
s i z e fo r e a c h s u b m i t t a l ) .
2 .
A t t e n d
u p
t o t w o (
2 )
d e s ig n p r o g r e s s m e e t i n g s
w i t h C I T Y
s t a f f
a t
t h e
C I P o f f i c e s
a s
s c h e d u l e d b y t h e
C I T Y : . .
Schedule:
See Schedule
E —
Project
Schedule
T h e
CONSULTANT shall respond in writing
and revise the
design /
construction
documents as
necessary
to
r e f l e c t a ll
c o m m e n t s
fr o m th e R e g u la to ry
A g e n c f e e ,
H a v in g , f e r r is d i c t . =n e v e r
th e
p r o j e c t a n d /o r o t h e r C I T Y
Departments
within ten ( 1 0 ) calendar
days
of receipt;of comments fo r the 5 0 V 0 ,
9 0 %
and 100%
design submittals.
u
Borrelli:
Schedule A
11 /
28/
2011
6:
56 PM
7
0000. 0 _
0 t
0
0 0
0000
0
0 0 0
4 0 0 0 0
00000
0
O
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 84/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 85/152
p o r t i o n s
o f
t h e P r o j e c t
n e e d
t o b e d e l e t e d , p h a s e d a n d / o r
b i d
a s a l t e r n a t e
b i d i t e m s t o s a t i s f y
C o n s t r u c t i o n C o s t B u d g e t
based
upon CONSULTANT S analysis and recommendations).
In
this
effort,
t h e CONSULTANT m a y b e r e q u i r e d t o
a t t e n d a s e r i e s o f m e e t i n g s
a n d
d e v e l o p a l t e r n a t i v e c o s t s a v i n g s
o p t i o n s f o r
C I T Y c o n s i d e r a t i o n ,
i f
t h e e s t i m a t e s s h o w t h a t
t h e p r o j e c t e d P r o je c t C o n s t r u c t i o n C o s t w i l l e x c e e d t h e C o n s t r u c t i o n
C o s t B u d g e t .
T h e C O N S U L T A N T s h a l l
r e v i s e
t h e
c o n t r a c t
d o c u m e n t s
to
r e f l e c t n e c e s s a ry r e v is io n s t o
m e e t
b u d g e t p a r a m e t e r s a t
n o
a d d it io n a l c o s t a c c o r d in g l y .
Deiverabes:
1 .
F u r n i s h t h r e e (
3 )
s e t s
o f 5 0 , 9 0 a n d 1 0 0 p e r c e n t
c o m p l e t i o n
s t a g e S t a t e m e n t s o f P r o b a b l e C o n s t r u c t i o n C o s t
t o C I T Y , in
M S -E x c e l e l e c t r o n i c
d i s c f o r m a t ,
c o n c u r r e n t l y w i t h t h e d e s i g n
s u b m i t t a l s
n o t e d
i n T a s k
2 . 3 .
2.
A t t e n d m e e t i n g s w i th th e
C I T Y
t o r e v ie w a n d d is cu s s c os t e s t im a t e s. T h is T a s k i n c l u d e s
d e v e l o p m e n t
o f a n y
required cost
savings
alternatives, and implementation /
revision of
documents
to a dd re ss su ch ite ms, a s
necessary
to meet established
budget
parameters.
Schedule:
Complete
concurrently
w ith D es ign P ha se schedule.
Task
2. 5 Not Used
Task
2.6
Not
Used
T a s k
2 . 7
P e r m i t t i n g
R e v i e w s : C O N S U L T A N T s h a l l
p r e p a r e
a p p l i c a t i o n s a n d s u c h d o c u m e n t s a n d d e s i g n d a t a a s m a y
b e
r e q u i r e d t o p r o c u r e a p p r o v a l s f r o m a l l
s u c h g o v e r n m e n t a l a u t h o r i t i e s
t h a t h a v e j u r i s d i c t i o n o v e r
t h e P r o j e c t . T h e
C I T Y
w i l l
p a y a l l '
p e r m i t f e e s . C O N S U L T A N T
s h a l l .
p a r t i c i p a t e in
m e e t i n g s ,
s u b m i s s i o n s , r e s u b m i s s i o n a n d n e g o t i a t io n s w i t h
s u c h a u t h o r i t i e s . C O N S U L T A N T s h a l l r e s p o n d t o c o m m e n t s
b y s u c h
a u t h o r i t i e s w i t h i n t e n (
1 0 )
c a l e n d a r
d a y s
o f r e c e i p t
o f c o m m e n t s
u n l e s s
a d i f f e r e n t
t i m e i s
a g r e e d t o
b y
C I T Y .
I t i s
t h e i n t e n t o f
t h i s s c o p e o f
s e r v i c e s t h a t
t h e
C O N S U L T A N T
b e
t h e
r e s p o n s i b l e
p a r t y
f o r f o r m a l l y t r a n s m i t t i n g a n d r e c e i v i n g
p e r m i t s
t o a n d f r o m t h e r e s p e c t iv e j u r i s d i c t i o n a l a u t h o r i t i e s .
H o w e v e r , s i n c e
th e
C I T Y
i s
t o
t r a c k
a n d
m o n i to r p r o g re s s
o n
t he p r e p a ra t io n
a n d
r e v i e w o f p e r m i t s
a n d
s u b s e q u e n t
r e q u e s t s
fo r i n f o r m a t i o n ,
C O N S U L T A N T s h a l l a l s o c o p y t h e C I T Y o n
a l l
p e r m i t r e l a t e d c o r r e s p o n d e n c e . T h i s i n c l u d e s
C O N S U L T A N T g e n e r a t e d m i n u t e s f r o m m e e t i n g s h e l d w i t h
r e l a t e d
p a r t i e s . '
I t
i s r e c o g n i z e d
b y
C I T Y t h a t t h e t i m e p e r i o d
r e q u i r e d
f o r o b t a i n i n g p e r m i t s i s
b e y o n d
t h e c o n t r o l o f t h e C O N S U L T A N T , e x c e p t w i t h r e g a r d t o i s s u e s
c o n c e r n i n g
t h e
p e r m i t a b i l i t y o f t h e p r o p o s e d d e s i g n a n d t h e C O N S U L T A N T ' S a b i l i t y t o r e s p o n d t o p e r m i t t i n g a g e n c y r e q u e s t s f o r
i n f o r m a t i o n
i n
a t i m e l y m a n n e r . : A t t h e t i m e o f s c o p e p r e p a r a t i o n , g o v e r n m e n t a l a u t h o r i t i e s t h a t h a v e o r m a y h a v e
jurisdiction over Project have been identified
as
follows:
Florida Department
of
Environmental Protection
Florida Fish .and Wldlife
South
Florida
Water
Management District
Miami -
Dade
Water
and
Sewer Authority
Miami -Dade Department
of Public
Works
Miami -
Dade Department
of Environmental
Resource
Management
Th e
CITY of
Miami
Beach Bu i ld ing Depar tment
000
0
OCC
q
0 o
TheCITY of Mami Beach
Fire
Department >
0
0
0
JO
u
C
O
T he C IT Y o f M i am i Beach P lanninig Dep i tmer40°
Borrelli:
Schedule
A
9
11/
28/
2011
6 : 5 6 PM
00000
0
0
O
0 0
0 0 0
O
0 0
0
0
0000
0 0 0
O
0
00 00
0 0
00-
0
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 86/152
The CITY of Miami Beach Publ ic
Works Department.
Florida Department of Transportation
N o t w i t h s t a n d i n g t h e a b o v e , t h e C I T Y '
s
f a i l u r e t o i d e n t i f y g o v e r n m e n t a l a u t h o r i t i e s t h a t
h a v e
j u r i s d i c t i o n o v e r P r o j e c t s h a l l
n o t
r e l i e v e
C O N S U L T A N T f r o m
it s
s o l e
r e s p o n s i b i l i t y
t o
p r o c u r e
a ll
r e q u i s i t e
p e r m it s .
Deiverabes:
1 .
Correspond with
noted
jurisdictional authorities to
establish
permitting requirements.
2.
Revise documents and respond t o permitting inquiries a s
required.
3.
A t t e n d
m e e t i n g s w i t h t h e C I T Y , a n d /o r p e r m i t t i n g a g e n c y
s t a f f
a s r e q u i r e d t o r e v i e w , d i s c u s s a n d
f i n a l i z e
permtprocurement.
Schedule:
Complete
concurrently with Design Phase schedule.
Task 2 . 8
The CONSULTANT' S
QA /QC of Design Documents:
C O N S U L T A N T s h a l l e s t a b l i s h
a n d m a i n t a i n
a n
i n -
h o u s e Q u a l i t y
A s s u r a n c e /
Q u a l i t y
C o n t r o l (
Q A / Q C )
p r o g r a m d e s ig n e d
t o v e r i f y
a n d
e n s u r e t h e q u a l i t y , c l a r i t y ,
c o m p l e t e n e s s ,
c o n s t r u c t a b i l i t y
a n d b i d
a b i l i t y o f i t s c o n t r a c t d o c u m e n ts . T h e C I T Y ,
a t i t s d i s c r e t i o n , m a y r e q u i r e
t h a t
C O N S U L T A N T a t t e n d p u b l i c m e e t i n g s o r m e e t i n g s
w i t h
C I T Y S t a f f t o r e v i e w t h e s t a t u s
a n d
p r e s e n t r e s u l t s o f
i t s Q A / Q C e f f o r t s . I t e m s t o b e a d d r e s s e d m a y
i n c l u d e ,
b u t s h a l l n o t b e l i m i t e d
t o , r e v i e w o f
s p e c i f i c a t i o n s
b y r e s p e c t i v e
t e c h n i c a l
e x p e r t s a n d a R e d i -
c h e c k
t y p e
r e v i e w
o f t h e d o c u m e n t s
t o
i d e n t i f y c o n f l i c t s a n d
inconsistencies
between
the various
project discipl ines.
TASK
3 —B ID DIN G A N D
AW ARD
SERVICES:
T h e C I T Y w i l l b e a d v e r t i s i n g f o r a G e n e r a l C o n t r a c t o r ( G C )
v i a a n
I n v i t a t i o n t o B i d ( I T B ) o r
a
C o n s t r u c t i o n
M a n a g e r a t R i s k
C M R ) f o r P r e - o n s t r u c t i o n S e r v i c e s
1
G u a r a n t e e d M a x i m u m P r ic e ( G M P ) c o n s t r u c t i o n c o n t r a c t t o t h e s u c c e s s f u l
C o n t r a c t o r
fo r
t h i s P r o j e c t .
T h e
C O N S U L T A N T s h a l l a s s i s t , a d v is e
a n d
e v a l u a t e
b i d s
a n d /
o r t h e
G M P
A m e n d m e n t (
s )
a s
r e q u i r e d i n t h e
G e n e r a l
C o n t r a c t o r ' s
C o n t r a c t o r
t h e
C o n s t r u c t i o n
M a n a g e r
a t
R i s k A g r e e m e n t (
S c h e d u l e
G ) ,
a t t a c h e d
hereto
and °ncorporated here in by
reference.
C I T Y s h a l l
t r a n s m i t c o n t r a c t
d o c u m e n t s p r e p a r e d b y
t h e C O N S U L T A N T
t o t h e C I T Y ' s R i s k M a n a g e m e n t a n d
P r o c u r e m e n t D e p a r t m e n t s f o r v e r i f i c a t i o n o f a p p r o p r i a t e i n s u r a n c e , f o r m
a n d
b o n d i n g c a p a c i t y r e q u i r e m e n t s . V a r i o u s
d e p a r t m e n t s w i t h i n C I T Y ( R i s k M a n a g e m e n t , P r o c u r e m e n t a n d t h e
C I T Y
A t t o r n e y ' s O f f i c e )
h a v e
n o n - e c h n i c a l r e v i e w
responsibility for the Construction Contract D o c u m e n t s .
C O N S U L T A N T s h a l l a t t e n d
t h e
T e c h n i c a l R e v i e w P a n e l m e e t i n g c o n v e n e d b y t h e C I T Y t o i n t e r v i e w t h e G e n e r a l
C o n t r a c t o r o r
C M R a n d /
o r
s u b = o n t r a c t o r s a n d e v a l u a t e
t h e i r
s u b m i t t a l s .
C O N S U L T A N T S
r o l e w i l l
b e
t o
p r o v id e a n y
r e l e v a n t
t e c h n i c a l i n f o r m a t i o n a n d
a d d r e s s
t e c h n i c a l q u e s t i o n s , a s m a y b e
n e e d e d
b y C I T Y
s t a f f d u r i n g
t h e b i d e v a l u a t i o n
process.
T a s k
3 .
1 C o n s tr uc tio n C o n t ra c t D o c u m e n t
R e v i e w : . , r :
O N S U .
L T A N T , ,
h a l l ,a s s i s t , t h e C I T Y d u r i n g t h e b i d
a n d
a w a r d
p h a s e
o f
t h e P r o j e c t '
s
c o n s t r u c t i o n c o n t r a c t . T h e , C I T Y s h a l l
t r a n s m i k O o n t r a i t
d o c u m e n t s
p r e p a r e d
b y C O N S U L T A N T
t o
t h e C I T Y '
s
R i s k
M a n a g e m e n t ,
L e g a l
a n d
P r o c u r e m e n t
O e p a r t r r A n t s `
F o r
v e r i f i c a t i o n
o f a p p r o p r i a t e
i n s u r a n c e ,
f o r m
a n d
Borrelli: Schedule A
10
11 /
28/
2011 6:
56
PM
0 0
U
0000 0
0
0
O 0 00 00 0 0
00000
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 87/152
b o n d i n g r e q u ir e m e n ts . C O N S U L T A N T
s h a l l
a s s i s t C I T Y
i n
t h i s e f f o r t
b y
p r o v i d i n g ( 1 ) o n e e l e c t r o n i c c o p y
o f
t h e
c o m p l e t e
c o n t r a c t
d o c u m e n t s s e t ( d r a w i n g s a n d s p e c i f i c a t i o n s ) a n d p a r t i c i p a t in g i n m e e t i n g s ,
s u b m i s s i o n s ,
r e s u b m i s s i o n s a n d
discussions with
these
CITY departments,
as
necessary.
CONSULTANT
shall
address
an d re-
submit correct ions
an d
r e s p o n s e s
t o
c o m m e n t s t o
a n y C I T Y A g e n c y o r a n y C I T Y
D e p a r t m e n t
w i t h i n 1 0 ( t e n ) w o r k i n g d a y s
o f r e c e i p t
o f
commens •
T a s k 3 . 2 B i d D o c u m e n t D e l i v e ry : C O N S U L T A N T
s h a ll p r o v i d e t h e
C I T Y a n d G C o r C M R w i t h r e p r o d u c i b l e , c a m e r a
r e a d y , s e t s o f c o n t r a c t d o c u m e n t s f o r e a c h b i d p a c k a g e . T h e C I T Y P r o c u r e m e n t D e p a r t m e n t s h a l l r e p r o d u c e d o c u m e n t s
a n d h a n d l e t h e a d v e r t i s i n g ,
d i s t r i b u t i o n , s a l e ,
m a i n t e n a n c e
o f
p l a n h o l d e r l i s t s a n d
o t h e r
a s p e c t s
o f b i d d o c u m e n t
d e l i v e r y
to
prospective bidders.
Task 3.3 -
P r e -
B i d
C o n f e r e n c e
a n d
B i d
O p e n i n g :
T h e C I T Y
a n d
t h e
G C o r
C M R
s h a l l c o n d u c t
o n e
o r
m o r e
p r e -b i d
conerences:
C O N S U L T A N T . s h a l l a t t e n d th e
p r e -b i d
c o n f e r e n c e a n d
b i d
o p e n i n g fo r
e a c h
p h a s e
o f
t h i s P r o je c t a n d •
review, and advise the CITY accordingly.
C O N S U L T A N T w i l l
p r e p a r e
m e e t i n g a g e n d a
a n d
d r a f t m e e t i n g
m i n u t e s . C O N S U L T A N T s h a l l
a t t e n d
a n d
p a r t i c i p a t e
i n a s
m a n y p re -b id c o nfe r e n c e s a n d b id o p e n i n g s a s m a y b e r e q u i r e d .
Task
3.
4 - Addenda Issuance:
C O N S U L T A N T s h a l l
p r o v i d e
t h e
C I T Y
t i m e l y r e s p o n s e s t o
a l l i n q u i r ie s
r e c e iv e d f r o m t h e C I T Y f r o m p r o s p e c t i v e b i d d e r s
b y p r e p a r i n g w r i t t e n a d d e n d a . F o r m a t
f o r
a d d e n d a s h a l l b e a s p r o v i d e d t o C O N S U L T A N T b y C I T Y . T h e s e q u e r i e s a n d
r e s p o n s e s s h a l l b e d o c u m e n t e d a n d a r e c o r d o f e a c h s h a l l b e t r a n s m i t t e d t o t h e C I T Y
w i t h i n
4 8 h o u r s . C O N S U L T A N T
s h a l l p r e p a r e a n d d i s t r i b u t e n e c e s s a r y a d d e n d a a s a p p r o v e d b y t h e C I T Y . T h e C I T Y
w i l l
c o n s o l i d a t e
r e s p o n s e s
a n d
prepare and distr ibute the addenda to all plan holders of record accordingly.
Task 3 .
5
Subcontract
Bid
Evaluation.
an d B id
Opening:
C O N S U L T A N T
s h a l l c o o r d i n a t e w i t h
t h e
G C o r
C M R t h e
p r o c e s s f o r e v a l u a t i o n ,
r e v i e w
a n d a c c e p t a n c e o f t h e
s u b c o n t r a c t b i d d i n g .
T h e
C O N S U L T A N T
s h a l l
b e p r e s e n t w i t h
t h e
C I T Y a n d G C
o r
C M R
w h e n
t h e b i d s a r e
o p e n e d a n d
s h a l l e v a l u a t e a n d m a k e r e c o m m e n d a t i o n s t o t h e C I T Y r e g a r d i n g t h e a c c e p t a n c e a n d a w a r d o f b i d s t o q u a li f i e d
responsive and responsible. subcontractors.
C O N S U L T A N T
s h a l l e v a l u a t e
t h e
b i d s fo r
c o m p l e t e n e s s ,
f u l l r e s p o n s i v e n e s s a n d
p r i c e ,
i n c l u d i n g
a l t e r n a t i v e
p r i c e s a n d
u n i t p r i c e s ,
a n d
s h a l l m a k e a f o r m a l r e c o m m e n d a t i o n t o C I T Y w i t h r e g a r d t o
t h e a w a r d
o f c o n t r a c t .
N o n -
e c h n i c a l
b i d
requirements
shall be evaluated
by
others.
T h i s s c o p e o f
s e r v i c e s i n c l u d e s
n o a d d i t i o n a l a l l o w a n c e
f o r C O N S U L T A N T '
S t i m e t o
a s s i s t t h e C I T Y i n
t h e
e v e n t
o f a b i d
p r o t e s t .
T o t h e
e x t e n t C O N S U L T A N T S s e r v ic e s a r e
r e q u i r e d
i n t h e e v e n t o f
a
b i d p r o t e s t ; C O N S U L T A N T s h a l l p a r t i c i p a t e
in
s u c h
a c t i v i t i e s , a s a
b a s i c s e r v ic e ,
a t n o
a d d i t i o n a l
c o s t to t h e
C I T Y .
T a s k 3 . 6 G u a r a n t e e d M a x i m u m P r ic e ( G M P ) C o n s t r u t i a f C o n t r a c t A w a r d o r H a r d B i d / I T B C o n s t r u c t i o n A w a r d :
Borrelli:
Schedule
A
11
11/
28/2011
6:
56
PM
c0
0
0
0. ,,,,
0 0
0
0000
0
0
0 0000
0
0000
0
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 88/152
CONSULTANT shall
provide
sets
of construction
contract
documents, inclusive of
addenda, for
execution
by
the CITY
and
the
GC or CM R
within
ten (
10) calendar
days of
request
by the CITY pursuant to Article Six (6) of this agreement.
Task 3. 7
As -
B id Contract
Documents:
After
the
contract award and prio r to the pre - onstruct ion conference, the
CONSULTANT sha ll p repare " As -Bid" construction cont ract documen ts which, at a min imum, shall i ncorpora te the
following items
into
the construction contract documents:
GC
or
CM R b id
submittals, including
but
not
limited to, b id proposal, insurance, licenses, etc.
Amend /
modify front -
en d
documents and /
or
technical specifications
to incorporate
changes made
via
contract
addenda
Revise construct ion
contract
drawings
to include
modi fications / rev is ions incorporated v ia contract addenda.
The
CONSULTANT shall prepare As -
Bid
construction
contract documents and
reproduce
se ts as req uested,
fo r
distribution to
the
CITY w ithi n
ten (
10) calendar
days
after CITY
Commission
approval.
The following apply
to
Task 3 . 1 through
3 .
7:
Deliverables:
1 . Attend and participate
in
pre -
bid
conferences
and bid
openings.
2 .
Respond
to
questions
from prospective bidders and prepare addenda fo r distribution
by
others on a same
day
basis
and no
later
than 48
hours
3. Prepare
recommendation
of award letter
4. Provide sets
o f
contract
documents forcontract execution
5. Prepare As -
Bid
contract documents reproduce sets an d fo rw a rd to th e CIT Y .
Schedule:
See
Schedule
E:
Project Schedule
TASK 4 CONSTRUCTION
ADMINISTRATIONSERVICES
The CONSULTANT shall perform the following tasks related to the construction
administration
of
the
Project. These tasks
sha ll b e
p er fo rm e d d u ri ng th e duration of
al l
construction.
CONSULTANT' s
compensation includes construction admin is trat ion for the
duration, .(hrough
completion
and
issuance
of
f i n a l c e r t i f i c a t i o n ) of t h e P r o j e c t. C O N S U L T A N T ' s c o n s t r u c t i o n administration s e r v i c e s tasks
s h a l l
b e r e q u i r e d
d u r i n g
t h e
duration of
all
construction (
through Project completion
and
final
certification)
at
the negotiated to ta l amount and rates. N o
over -ime
rates
will be considered.
The
use of
E -
Builder software will b e
implemented
during the construction phase of
this Project and
will b e u s e d by CITY
staff,
the Contractor, and the CONSU LT ANT fo r
Project
document management
and
tracking
purposes. CONSULTANT
will be
required
to electronically archive into E -
Builder scanned
copies of:
CONSULTANT
transmittals;
approved /
rejected
s u b m i t t a l s
a r i d s h o p
d r a w i n g s ; r e s p o n s e s to
r e q u e s t s
fo r i n f o r m a t io n , c o n t r a c t
d o c u m e n t
c l a r i f i c a t i o n s , r e q u e s t s
f o r
proposals; f ie ld orders ; f ie ld
measurement
form s and pay application review
comments;
notices of contractor non-
compiance
contractor
permts,
notices
to
proceed, inspect ion reports
an d photographs; daily work log and Daily
Construction Observation
Forms;. pre /post
construction ",
digital;
h
otooraphs :;
mat° rr3ls
sampling
an d test results and
reports;
certificates of
substantial
a nd f in al completion, ~
rid
aril/
ana' iI
correspondence,
reports, logs
and
documents
Borrelli: Schedule
A
12
11/28/2011 6:
56
PM
C
t
0 0
j
0
G
J
0 U J G 3
0
0
3 0
00 0U
0300..
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 89/152
associated with Pro ject management, construction administration, and Resident Project Representat ive activities
a s s o c i a t e d with t h e
c o n s t r u c t i o n a n d f i n a l
c e r t i f i c a t io n o f t h e Project. T h e E -
B u i l d e r
s o f t w a r e
l i c e n s e
e x p e n s e
w i l l
b e a
reimbursable
item
an d the requ ired tra in ing fo r this software will
be facil itated
by the CITY.
T a s k 4 . 1 a P r e -C o n s t r u c t i o n M e e t in g : T h e C O N S U L T A N T s h a l l a t t e n d
o n e (
1 )
p r e -
c o n s tr u ct io n m e e t in g w ith C I T Y
a n d
Contractor.
The
CONSULTANT
will
prepare and distribute
agenda
and
subsequent meeting minutes to
all
attendees
and
other appropriate parties.
Deliverables:
1 . .
Attend and participate
in
pre- construction meeting.
2.
Prepare agenda
and
meeting minutes.
Schedule: As scheduled by CITY
after issuance
of Task 4 No tice
to Proceed.
Task 4.
1
b: Not Used:
Task4.
2
Weekly Const ruc t ion.
Meetings:
The
C O N S U L T A N T
s h a l l
a t t e n d w e e k ly c o n s t r u c ti o n
m e e t i n g s with t h e
C o n t r a c t o r a n d
a p p l i c a b l e
C I T Y
s t a f f for the
duration of the Project. The purpose of these meetings shall be to review the status of construction progress, shop
d r a w i n g
s u b m i t t a l s ,
a n d
c o n t r a c t d o c u m e n t c l a r if ic a t io n s a n d i n t e r p r e t a t i o n s . T h e s e
m e e t i n g s
s h a l l
a l s o
s e r v e
a s
a
f o r u m
for
d i s c u s s i o n
of c o n s t r u c t io n is s u e s ,
p o t e n t i a l
c h a n g e s /
c o n f l i c t s
a n d a n y o th e r
applicable m a t t e r s . The m e e t i n g s
m a y
in c lu d e s it e v is it s t o v is u a l ly o b s e r v e / a d d r e s s c o n s tr u c tio n r e la t e d c o n c e r n s t h a t
m a y
r e s u l t f r o m d i s c u s s i o n
d u r i n g
t h e
c o n s tr u c t io n m e e t in g . T h e s e
s i t e
v is i t s s h a l l
b e
s e p a r a t e a n d d i s t i n c t f r o m t h e " S p e c i a l ty
S i t e
V i s i t s " u n d e r T a s k 4 .
6 . •
The
CONSULTANT w i l l p r e p a re m e e t in g
minutes
a n d
distribute t o a ll
a t t e n d e e s a n d other
appropriate
p a r t ie s . B a s e d
o n
field
observations a n d o t h e r c o n s t r u c t io n r e la t e d
a c t i v i t i e s ,
the
C O N S U L T A N T s h a ll
identify a n d
d o c u m e n t
a n y is s u e s ,
field conditions, Contractor performance related
i t e m s , a n d
other
r i s k s /
c o n c e r n s
that may impact the
c o s t
a n d
timely
d e l i v e r y
o f
t h e P r o je c t, a n d t h e e x p e c t a t i o n s o f th e C I T Y , a s w e l l a s t h e C o n t r a c t o r '
s
p l a n s
a n d r e c o ve ry
s c h e d u le t o
mitigate those risks and meet contractual obligations.
Deliverables:
1.
Attend
an d
participate
in
weekly
construction progress
meetings.
2.
P r e p a r e ' m e e t in g m i n u t e s a n d d i s tr i b u te s a m e w i t h i n
4 8 h o u r s of
c o n s t r u c t i o n m e e t i n g t o d o c u m e n t
constructionactivities
as
stated above
3.
Issue
non -
ompliance no ti ces to the Contractor , an d
log into the
E- Builder
software
program,
as
warranted.
4.
Archive
all relevant documents, transmittals
an d
correspondence
into
E- Builder,
as
previously
noted.
Schedule: Weekly throughout t he Pro jec t duration.
Task
4. 3 Contractor'
s Submittals
an d
Shop Drawings
The CONSULTANT w ill re ce iv e, log
an d
distribute, ,
Contractor
L m ittals an d s ho p draw in gs fo r review.
The
CONSULTANT
sha ll have ten (
10)
calendar
days from
tt a
time afsereipt
in its_office,Ao
review an d
return submittals
an d
Borrelli:
Schedule A
13
11 / 28/2011
6:
66PM
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 90/152
s h o p d r a w i n g s t o
t h e
C I T Y .
T h e C I T Y w i l l
h o l d th e C O N S U L T A N T
d i r e c t l y
r e s p o n s i b l e for a n y
im p a c t s r e su l t in g f ro m .
untimely
review of submittals..
4.
3 .
1 The CONSULTANT shall review and approve (
or
disapprove and require modifications
to).
the
Contractor'
s
document submittal schedule.
4. 3 . 2 The CONSULTANT shall review and evaluate product data and samples, schedules, shop drawings, and other
submissions fo r conformance with
the
design requirements of the
Project(
s),
applicable
codes and ordinances, Project
Specifications
and the Construction
Contract
Documents.
4. 3. 3 T he C ON S U L TA N T
shall
conduct reviews and evaluat ions
an d
respond appropriately
with
reasonable promptness.
in
order to cause n o
delay to the progress of
the
P r o j e c t (
s ) , a s
outlined
in
the Contractor's
approved
document submittal
s c h e d u l e , b u t in
any event,
CONSULTANT's a c tio n w i l l b e
taken
n o t
later than
ten ( 1 0 ) calendar days from
Contractor'
s
submittal. The CONSULTANT shall review
and
either
return
without exceptions, or with .noted comments, reject, o r ta ke
other
appropriate action upon
a Contractor'
s
submittal.. The CONSULTANT '
s action
shall
be
taken
with such
reasonable
promptness so as
to cause
n o
delay to
the
p r o g r e s s of
the Project(s), as called for in the
Contractor'
s
approved document.
submittal schedule, while allowing suff icient time in the CONSULTANT's professional judgment to perm it adequate
review. lithe CONSULTANT
rejects
a submittal,
the
CONSULTANT shal l
state,
in .writing, the
grounds
fo r
rejection.
4
3 :
4 . ;
If :
t h e ;
C O N S U L T A N T : s -
e q u i r e d t o ,r e v ie w
a =s u b m i t t a l m o r e
t h a n :
t w o
O
t i m e s due
t o
a n
i n c o m p l e t e
o r ` , :n c o r r e c t ,
s u b m i t t a l s '
b y
t h e , C o n t r a c t o r
a n
a p p r o p r ia t e +
C h a n g e '
O r d e r
m a y
b e s s u e d b y t h e C O N S U L T A N T „d e d u c t i n g a s e m i
r e a s o n a b l y
s u f f i c i e n t
t o
c o m p e n s a t e
t h e '
C O N S U L T A N T
f r o m
p a y m e n t s d u e o r
to
b e c o m e
d u e
t o
t h e
C o n t r a c t o r
a s ,
compensation
fo r the CONSULTANT '
s additional expense's and
semces made necessary
by
the Contractor'
s submission
of. incomplete or incorrect submittals; :
The
CONSULTANT shall notify
the
P M within five (
5 )
calendar'.
days., -
f asecond •
s .
0
k i l n
i t t a
1
r e d
e c t i o
n ;
4 . 3 . 5
The CONSULTANT
s h a l l
prepare,
in a t i m e l y
manner,
c h a n g e order
i te m s , including the proper documentation, for
t h e C i t y ' s a c t i o n
b u t
in a n y
e v e n t ,
C O N S U L T A N T s a c t io n w i ll
b e
t a k e n
n o t
l a t e r
t h a n t e n ( 1 0 ) calendar
d a y s
f r o m
Contractor's submittal.
4 .
3 .
6
The CONSULTANT. shall assemble,
fo r transmittal
to
the
CITY,
the
various documents required
by
contract from the
Contractor
including,
bu t not limited to, shop
drawings, guarantees, warranties,
operation and
maintenance manuals,
releases
of
claim
and
as -built
documents. .
Deliverables:.
1 .
Review and approve, require modifications, or reject,
submittals
and shop
drawings
and return them to the CITY
and /
or Contractor.
2. Archive all relevant documents, transmittals an d correspondence into E- Builder, as previously noted.
UUU
Schedule: Ongoing throughout Project durafior;.
Bonelli: Schedule A
14
11/28/2011
6:
56PM
uuuu
C.
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 91/152
Task4.4Substitutions
T he C ON S UL TA N T sh all re view and evaluate in a t ime ly ma n ne r, for the CITY's review and approval, substitutions
proposed
by
the
Contractor fo r
conformance
with the
Construction Documents
and shall
recommend substi tut ions
only
when it can be demonstrated
that
the
item
specified
or
it s successor is n o longer avai lable for
purchase
or that the
substitution provides
a
clear
benefit
to
the
CITY
in
performance
and /
or price.
The' "
O N S U L T A N T is
n o t r e q u i r e d t o
a c t
o n : :a n y
r e q u e s t
for' s u b s t i t u t i o .
n t h a t
i s . n o t
s u b m i tt e d w i th i n
forty -ive (
4 5 ) days.
o f -executiorrbflhe
C o n s t r u c t i o n
C o n t r a c t , ;e x c e p t for
good c a u s e
s h o w n
o r u n i e s s . .
r e q u e s t e d
b y
the C I T Y ; i f s o ; ;
t h e c o s t :
t h e r e o f ,
i n c l u d i n g c o m p e n s a t i o n ; ' fo r the C O N S U L T A N T `s ` a d d i t i o n a l s e r v i c e s a n d e x p e n s e s r n a d e n e c e s s a r y b y
s u c h
request for substitutions may
b e
deducted from any amountdue or to become d u e . to the;
Contractor..
rom the CITY.;
Task 4. 5
Quality
Control
Th e CONSULTANT shall make a
reasonable
effort to evaluate
materials
and /or workmanship fo r conformance
with
Construction Contract Documents , eva luate quality contro l testing reports , adv ise
the
Contractor
and
the CITY
i m m e d i a t e l y o f a n y u n a c c e p ta b le
m a t e r i a l s
a n d /o r
w o r k m a n s h ip t h e
C O N S U L T A N T
m a y d is co v e r
a n d e ns u re t h a t
t h e
Contractor take appropriate action
to
remedy unacceptable conditions
Task.4: 6' Requests for
Information/
Contract Document Clarification ( RFIs / CDCs):
The
CONSULTANT will receive,
lo g a n d
process
a ll
R F I s /
C D C s a n d
requests
for
proposal. (RFPs).
Whenever an
RFI
i nvo lves the interpretat ion of design is su es o r d es ig n in te nt,
the -
CONSULTANT shall prepare a wri tten response within
three (3) calendar days and
return
it to the
CITY. I n addition, should certain
items
within the
contract documents require
c l a r i f i c a t i o n , the CONSULTANT
m a y
b e
r e q u e s t e d b y
t h e
C I T Y
to p r e p a r e
a n d
forward
C D C s .
T h e C I T Y w i l l h o l d the
CONSULTAN T directly
responsible
fo r
any impacts
resulting
from untimely
responses.
Deliverables:
1 . Respond to
those
RFI' s
that invo lve design
interpretations an d
return
to
CITY.
2.
Issue
CDC
s
as required.
Respond /
process
RFPs as
required.
3.
Provide RFI, CDC, RF P an d
other
construct ion management Togs.
4.
Archive all
relevant documents, t ransmit ta ls and correspondence
into
E- Builder,
as
previously noted.
Schedule:
On -
going
throughout
Project construction duration
Task 4.7 Requests for Changes to
Construction
Cost and /orSchedule:
The
C O N S U L T A N T
w i l l
r e c e i v e , lo g
a n d
e v a lu a t e a l l r e q u e s ts
for
P r o j e c t
c o s t a n d /o r
s c h e d u l e
c h a n g e s
f r o m t h e
C M a n d
report
such
to
the :
CITY at
the
weekly progress
meetings at
a
minimum. The
CONSULTANT shall distribute
a n d
update
the
Change
Order l o g a t e a c h p r o g re s s . m e e t in g . Changes m a y b e the r e s u l t o f unforeseen conditions
or interferences
i d e n t i f i e d b y
t h e C o n t r a c to r d u r i n g
t h e r o u t in e
p r o g r e s s o f w o r k , in a d v e r t e n t o m is s io n s (
b e t te r m e n t ) i s s u e s
in
th e
c o n t r a c t
documents, or additional
improvements requested
b y
the
CITY o r CONSULTANT
after,
approval of the GM P
Amendment( s )
b y
t h e
C I T Y C o m m i s s io n .
R e g a r d l e s s
of t h e
s o u r c e ,
C O N S U L T A N T w i l l
evaluate
the m e r i t
o f t h e
c l a i m a s
w e l l
a s the
impact
of
t h e _
p o t e n tia l c h a n g e
in
Erns-
cf.
P r o j e e t ,
cost
a n d
the o c h e c ,
u l e .
CONSULTANT will
r e v i e w c la i m s a n d
or
change
order
requests with
CITY. No claims assistance' -
ervices are incli fdaJ under
this task.
Borrelli: Schedule A
15
11 / 28/2011 6: 56
PM
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 92/152
Deliverables:
1 . Perform independent
rev iew of request
fo r
cost
increase and /
or t ime
extension.
2 . Coordinate
a n d
participate
in
meetings,
a s required, with the CITY a n d Contractor
to resolve
and /or negotiate the
equitable resolution of request.
3.
Provide written opinion and / or
recommendation
upon request.
4. Prepare change
order documentat ion in
AIA
format with
supporting documentation.
5. Archive all
relevant
documents, transmittals
and correspondence into
E-
Builder,
as previously noted.
Schedule: Ongoing
t hroughout P ro jec t dura ti on
Task
4. 8 Mandatory
Specialty
SiteVisits
T h e C O N S U L T A N T s h a ll p r o v id e s p e c ia l t y s i t e v i s it s
b y
v a r io u s d e s ig n d i s c ip l in e s
o n
a n a s r e q u e s te d b a s is . F o r the
p u r p o s e s
o f t h is
s c o p e
o f
s e r v i c e s , it is a s s u m e d t h a t s p e c i a lt y s i t e v is i t s
a r e
i n c l u d e d
in
t h e S c o p e o r S e r v ic e s , a n d w i l l
b e p r o v i d e d b y
t h e C O N S U L T A N T
a s s t i p u l a t e d
a b o v e .
S p e c i a l t y
s i te v i s it s
a r e a s s u m e d to in c lu d e o n e
o r
m o r e
o f t h e
CONSULTANT'
s
T e a m a t t e n d a n c e , a s m a y b e r e q u e s t e d
b y
t h e C I T Y ,
t o
r e v i e w ,
discuss,
r e s o l v e f ie l d c o n d i ti o n s
a n d
issues at the
job
s i t e .
Attendance
shall b e as
requested,
although
a min imum of 24
hour notice w i l l b e provided
when
p o s s i b l e . In
c a s e s
where c o n d i t i o n s r e q u i r e i m m e d i a t e a c t i o n , the C O N S U L T A N T
s h a l l
make itself a v a i l a b l e
in
t h e f ie l d ,
as
soon
as
possible,
to review /
respond
to necessary
issues.
After e a c h S it e
V i s i t ,
t h e
C O N S U L T A N T , a n d /o r t h e C O N S U L T A N T ' s
s u b -
C O N S U L T A N T S ,
s h a l l
c o m p l e t e a n d
s u b m i t
t o
the CITY, a report ( "Site Visit
Report") which shall,
at minimum, contain the
following
information:
a)
Site Vsit report number;
b)
CITY, Facility name, Project title,
Project
number and location;
c)
Name of contractor /subcontractor;
d)
Start
and finish
time
of Site
Visit
and
weather
conditions; Project
site
administrator
sign -
n
and sign-
out;
f)
Personnel
on -
site,
by
trade;
g)
Progress /quality ofwork by trade;
h)
Photographic
record with
captions (
digital format);
an d
i)
Remarks /Actions
O n t h e b a s is o f S it e Visit o b s e r v a t io n s ; t h e C O N S U L T A N T s h a ll in fo r m t h e C I T Y a n d t h e C o n t r a c t o r i m m e d i a t e l y , in
w r i t i n g ; o f
t h e p r o g r e s s (
o r la c k o f p r o g r e s s ) a n d
q u a l i t y
o f
t h e
W o r k a n d t h e C O N S U L T A N T s h a ll e n d e a v o r t o g u a r d t h e
C I T Y a g a in s t d e fe c t s a n d /o r
deficiencies
in
t h e Work.
T h e
CONSULTANT
s h a l l h a v e
access
to t h e
Work
a t all
t im e s ,
whether
it
is in
preparation or progress, in
order
to
meet
its responsibilit ies and
obligations
under
the
agreement.
Task
4.9 Certification for
Payments
A ll p a y m e n ts s h a ll
b e
p r o c e s s e d in a c c o r d a n c e w i t h t h e r e q u ir e m e n ts
of
t h e General C o n d i t i o n s
of
t h e C o n t r a c t
Documents
a n d
Florida' s Local Government Prompt
Payment
Act in effect
a t
the time the payments are
being
processed.
The CONSULTANT s h a l l
review
the
Contractor's n o t a r iz e d r e q u is it io n s
for payment,
the
schedule of values, a s - b u i lt s ,
s u b c o n t r a c t o r
p a r t i a l
r e le a s es a n d
t h e
P r o j e c t ,a c h d u l e ( s ) -e s r e q u ir e d b y .
tie:
G e n e ra l C o n d it io ns o f t h e . C o n t r a c t
fo r
U
V
V U
J
U
Construction.
Borrelli:
Schedule
A
16
11/28/
2011 6:
56 PM
J
P
0333•J 3
J
J
v
VVUV V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 93/152
The CONSULTANT shall determine
the amounts, which,
in the CONSULTANT'
s opinion,
should be paid to the Contrac to r
and sha ll recommend for
CITY'
s approval
certificates
for payments in
such
amounts. These certificates
wi ll consti tu te
a
representation
to the
CITY, based on -
site
observations
by all
appropriate Designated Specia lists for architectura l
and
e n g in e e r in g d i s c ip l i n e s a n d
o n
t h e
d a t a c o m p r i s i n g
t h e e
a p p l i c a t i o n f o r p a y m e n t
t h a t t h e
Work
h a s p r o g r e s s e d
to
t h e
p o i n t
indicated.
B y
r e c o m m e n d i n g
a
c e r t i f i c a t e
f o r p a y m e n t c o n s i s te n t
w i t h
t h e c o n t r a c t
d o c u m e n t s , t h e
C O N S U L T A N T s h a ll a ls o
represent
to the
CITY
that, to the best of the CONSULTANT's knowledge, information and professional judgment,
the
q u a l i t y o f work is in a c c o r d a n c e
w i t h
t h e C o n s tr u c t i o n C o n t r a c t D o c u m e n t s ,
u n l e s s
the C I T Y h a s b e e n n o t i f i e d t o t h e
contrary
in
writing.
P r i o r
t o i s s u i n g c e rt i f i c a t io n
for p a y m e n t ,
t h e CONSULTANT
s h a l l
r e v i e w
t h e
status
of
C o n t r a c t o r ' s
C o n s t r u c t i o n
Documents, As- Builts, a nd Pro je ct Schedules and
verify
that the Construction
Documents,
As- Builts, and Project
S c h e d u l e s a r e
u p -
t o -d a te a n d a c c u r a t e t o t h e e x te n t v is u a l o b s e r v a tio n o f c o n s t r u c t i o n
will
d i s c l o s e . T h e CONSULTANT
shall
also confirm that , .after the
first
application
for
payment,
each subsequent application sha ll be
accompanied
by
subcontractor
partial
lien
releases
fully
accounting for subcontractor payments
due
for the previous application.
If the Construction ..Do cuments, As-Builts, and/or Project Schedule(s ) are n o t up -to -date and /or accurate, the
CONSULTANT
shall
include in it s
certification
for payment
a
statement
that the Construction Documents, As-
Builts,
and /or
Project
Schedule( s) are no t
up -
to -
date.
In such event, the
C IT Y m a y:
Reject
the par tial or final
requisition fo r
payment due Contrac to r
until
C ON S ULT AN T v erifie s th at th e
Construction
Documents and /or
Project Schedule(
s)
are
up -
o -
date and accurate.
The CONSULTANT's certification is a representation by CONSULTANT
t o
the
C I T Y that a ll
required i tems noted herein
are
submitted an d proper an d serves as a recommendation
for
payment
only.
The
CONSULTANT shall make every
reasonable
effort t o
process the Contractor' s
requisitions
for payment
in
accordance
with the timeliness
established
in
t he Genera l Cond it ions
of the
Contract
for
Construct ion.
Task
4.10
Substantial
Completion •
The
CONSULTANT, upon
notification
b y
the Contractor that
the
Work is substantially
complete
a n d ready for
substantial
c o m p l e t io n , i n c l u d i n g , but n o t
l im i t e d
t o a l l " L i f e S a f e t y
Standards ",
s h a l l
p r o m p t l y
conduct in s p e c t io n s t o d e t e r m i n e the
date
or
dates of
substantial
completiori• fo r the Work. If the CONSULTANT determines that in the CONSULTANT's opinion
the
Work has
reached
substantial
completion and the
Work
is ready fo r
inspection,
th e C ON S U LT AN T
shall provide
written notice to the CITY and the Contractor. The CONSULTANT, including its engineers an d consultants, the
CITY
and
the
Contractor
shall participate in a
walk-
through to inspect
the
Work. At the conclusion of the Inspect ion, the Work will
be determined as follows:
0
v
O
U
oul.
0
U
0
0
C,;
0 0 0
0 0.U
0
Borrelli:
Schedule
A
17
11 /
28/2011
6:56 PM
U
U
O U J
U
O J
U 0 U
0
0
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 94/152
Finally Complete: If
it
is determined that the Work h a s
achieved
F i n a l
Completion, final payment
s h a l l
b e
made
in
accordance
with the
Contract Documents.
Substantially .
Complete: I f
it is determined that
the
Work h a s
achieved
Substantial Completion,
this is the date fo r
contract purposes tha t liqu idated damages
en d an d the
CONSULTANT
will
prepare .
a
consolidated
Substantial
Completion
Punchlist
which will incorporate
all
punchlists
prepared by
participants
in
the walk - hrough. The
Substantial Completion Punchlist will be p ro v id e d to the
Contractor wi thin
fifteen ( 15) days of
the
Inspection. Th e
Contractor
shall complete the
Substantial Completion
Punchlist
within
thirty (
30)
days
of
its
receipt
and
provide
written notice to the CONSULTANT
that
the
Work is ready for f inal inspection an d
acceptance inspect ion
an d
acceptance.
If
the Subs tan tial Comp le tion Punch li st
is
no t
completed and
the Project( s) accepted within
thirty (30)
days
of its receipt
from
the C O NS U LT A NT
without good
cause shown, damages
will
be
assessed
as described in
the Contract
Documents and
such
other consequences
as
a ll owed by c on tra ct a nd a t law shall
be
employed.
Not Substantially Complete: If the CON S ULTA N T
determines that
the Work
has not achieved Substantial
Completion, the
CONSULTANT
will noti fy the
Contractor
in writing
of the
deficiencies within
ten ( 10) days
of
the
Inspection.
Task
4.11 Final Completion and Final Payment
4.
1 1 .
1
Upon receipt of written notice that
the W o rk is
ready
fo r
Final Inspection
and
Acceptance an d u po n receipt of a
final
Requisition
for Payment
or
at completion
of
the
thirty (
30)
day punchlist period,
whichever
is earliest, the
CONSULTANT,
its engineers
and
other consu ltants, .the CITY and the
Contractor shall
participate in a
walk-
hrough
to inspect
the
Work.
At the conclusion
of
the inspection, the Work shall
be
determined
to
be
as
follows:
Finally
Complete:
I f it is determined that the Work h a s a c h ie v e d F i n a l Completion, final
payment
s h a l l b e
made
in
accordance
with the
Contract Documents.
N ot
Finally Complete:
I f it is determined that the Work has
not achieved Final
Completion, the CONSULTANT
shall prepare a Final Completion Punch -
list
an d F ina l Completion sha ll be
achieved in
accordance with the
Contract
Documents.
If
after the
preparation of an
in it ia l F ina l
Inspection Punch -
list.additional
leg i timate Punch -
list i tems are
identified, the CITY
may, at i ts option, address
the addit ional
Punch -list items as i tems under guarantee.
After
all Final Inspection Punch -list items
have
been completed, the
CONSULTANT
wil l recommend
to
CITY acceptance
of
the Project(
s ) a n d
m a k e recommendations r e g a r d i n g the C o n t r a c t o r '
s
f i n a l
p a y request.
Acceptance o c c u r s
o n
the date
t ha t the C IT Y ..determines the Pro jec t(s) is( are) complete, including the p ro pe r an d complete submittal of all warranties,
manuals, and other closeout
documents,
and no
work
remains
to
be performed.
Task
4.
12
Record Documents
After construction
is
completed, the CONSULTANT utilizing record data provided by
the Contrac to r
along with the
CONSULTANT ' s
ow n record
data, shall
re vis e a nd
update
th e o rig in al
construct ion contract documents
showing
all
changes
made b y
addenda, substitutions,
change orders
or
f i e l d instructions
during construction. After
the
original
construction
contract documents have
been
t pciated<
by the
CONSULTANT" tn`
conform
to
the record
data,
and the
CITY
0
Borrelli: Schedule
A
18
11/
28/2011
6:56PM
O
0
0
0 u
0
0
0000 O 0 0
0 00 30 0 0
Ouu0
0
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 95/152
has
reviewed
and approved
these
record
documents,
the CONSULTANT shall
verify
the following submittal requirements
and furnish to the CITY:
4.
1 2 .
1
One
electronic
copy and four (4 )
sets
of
full s ize blue line
drawings of
the updated record
drawings.
4.
1 2 . 2 T h e
Contractor'
s m a r k e d - u p
r e c o r d
f i e l d s e t of d r a w i n g s a n d a n e w ,
f i n a l
s u r v e y , if a p p l i c a b l e , o f the P r o j e c t ( s )
furnished
to
the
CONSULTANT
by
the Contractor.
4.
12.
3 Four (4) sets of the annotated ( updated) Project Specifications indicating
on
all
sections,
the requirements of which
h a v e b e e n
c h a n g e d
b y
a d d e n d a ,
b y s u b s t i t u t i o n s o r b y c h a n g e
o r d e r s , t h e a d d e n d u m item,
t h e
s u b s t it u ti o n o r
t h e c h a n g e
order
which
effec ted the change. Each Project
Specification
se t
shall include
copies
of all referenced
written
addenda,
substitutions,
change
orders or
other
documents that delineate
the change.
4.
12 . 4 Four (
4) copies
of al l
maintenance
an d
operations
manuals,
and
equipment
and product
warranties.
4.
12.
5 One ( 1 ) set of approved shop
drawings.
Task
4.13
Occupancy
D u r i n g t h e f i n a l c o m p l e t i o n p r o c e s s , t h e 'C O N S U L T A N T s h a ll n o t i f y t h e C I T Y w h e n , b a s e d u p o n t h e C O N S U L T A N T ' s
observation,
the
Project(
s )
is (
are)
sufficiently
complete
to allow occupancy
by
the
CITY.
Occupancy
b y
the
CITY
at
any
t i m e d u r i n g t h e c o rr e c tio n
o f
p u n c h -l i s t i t e m s s h a l l n o t a l t e r t h e s c h e d u le o r r e s p o n s i b i l i t i e s
o f
t h e C O N S U L T A N T
regarding completion:
Task
4.14
Project Closeout
At Substantial Completion, the CONSULTANT shall immediately commence closeout of the Project(s ) , finalizing all
aspects of
the construction phase, including; obtaining from the
Construction
Contractor
all required submittals, such as
m a r k e d -
u p
record documents, warranties, • o p e r a t i n g
a n d
maintenance manuals, releases of c la i m ; u p d a t in g
a n d
s u b m i tt in g r e c o rd d o c u m e n ts ; v e r if y in g t h e C o n t ra c t o r ' s c o m p l e t i o n o f
p u n c h - l is t
i t e m s ;
a s s i s t in g t h e C I T Y w i t h
r e s p e c t
t o
the
f i n a l
inspection
a n d
certificate
of
occupancy
b y
the
C I T Y '
s
Building Department,
F i r e ,
Planning,
P u b l i c
Works,
a n d
a n y o t h e r A g e n c y t h a t h a s J u r is d i c tio n o v e r th e p r o je c t in c lu d i n g s a t is fa c t o r i l y r e s p o n d in g t o a ll c o m m e n t s w h i c h a p p ly t o
the CO N SU L T A N T
an d
the C ON S U LT A N T ' s work.; completing the processing of any remain ing con tract change . o rders ;
e v a lu a tin g t h e •
a s s e s s m e n t
o f l iq u id a t e d d a m a g e s ,
if
a n y , a n d r e v ie w in g
a n d p r o c e s s i n g
f in a l p a y m e n ts t o
t h e
Contractor(
s).
The
CONSULTANT
s h a l l c e r t i f y t h a t , t o t h e best of t h e
CONSULTANT'
s k n o w l e d g e a n d b e l i e f , n o
a s b e s t o s - o n t a i n i n g b u i ld i n g m a t e ria l ( A C B M )
w a s
s p e c i f i e d
for, o r
w a s u s e d in t h e c o n s tr u c t io n o f t h e P r o j e c t ( s ) .
P r o j e c t ( s ) c l o s e o u t s h a l i : : b e : c o m p l e t e d
w i th i n : :sixfy(
6 0 ) `
calendardays
a f t e r a c c e p t a n c o f t h e c o m p l e t e d P r o j e c t(
s )
T h e
P r o j e c t (
s ) .
c l o s e o u t
a s
d e f i n e d b y .
a h i s s e '
c t i o n , , : i t h e r by :
h e , :c o m p l e t i o n ' .
ofthe d u t i e s r e q u i re d :h e r e i n or•.
h e .
s i x t y (
6 0 ) .
d a y
requirement identified:
h e r e i n , . s h a l l : be
t h e
d a t e o f: :he'
corripletion:.
of. t h i s AGREEMENT for :p u r p o s e s : of :p a y m e n t ,
a s s e s s m e n t of :. a m a g e s in c u r r e d
by .
h e :
C I T Y ; :
d e t e r r n i i n a t i o n o f : x t e n d e d c o n tr a c t administration:
i f . -
n y , o r : :any other
c l a i m s b y
the
A r c h i t e c t ; ' i n s u r a n c e , a n d .s u c h o t h e r ; e v e n t s ,o r a c t i v it ie s x w h i c h ; r e q u i r e a d a t e o f : : o n t r a c t : c o m p l e t io n to be
madeefective . •
Deliverables:
1 . Receive Contractor Substantial Completion notification.,
2. Coordinate and attend
field meetings
tc r s .vievr
Substantial
c,ompletion
Borrelli: Schedule A
19
11/28/
2011
6:
56
PM
u0
O o
u 0 u
O
0 p0 Uu V
00000
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 96/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 97/152
Task
5 . 6 Underground Utility Verification:
Th e CONSULTANT
shall
c on tra ct th e s erv ic es o f an underground ut il ity
location service to perform
additional
vacuum
extraction
excavations,
as needed, in an effort to better identify existing
underground conditions
where
work is to be performed.
Actual
locations shall be a s directed by the CONSULTANT,
subject to
CITY
review
and
acceptance.
Proposals
for
these services shall be submitted to the CITY for review
and
approval.
Task
5.7 Geotechnical
Th e
CONSULTANT shall
arrange
for an d
coordinate
the
efforts of a geotechnical
firm
to perform
boring /
test
excavations
a s
necessary to adequately define the s o i l characteristics for
the
purposes
of
design. Proposals for
these
services shall b e
submitted to the CITY
for review
and approval.
Task
5.8 Not
Used
TASK 6
ADDITIONAL
SERVICES
N o additional services are envisioned at this time. However, if such services are required
during
t he performance of the
Work, they shall b e requested b y CITY a n d negotiated
in
accordance with contract requirements pursuant to the hourly
rates
identified
in
Schedule "
C ".
Note that
a
separate
Notice
to Proceed is requ ired prior to performance
o f
an y Work
no t
expressly required
by
this Scope
of
Services.
If
CONSULTANT, proceeds with "out
of
scope" work,
without
proper authorization,
it
d oe s so at
its
own r isk.
TASK 7 —
REIMBURSABLES
Task 7. 1 :
Reproduction Services:
The CONSULTANT
shall
be
reimbursed at th e usual and customary rate fo r
reproduction
o f
reports,
contrac t documents
and
miscel laneous i tems,
as
ma y be
requested
by
the CITY. Unused
amounts
in this
allowance shall
be credited
back
to the
CITY.
at the completion of the Project.
Task 7.2: Travel and Subsistence:
Travel
an d
Subsistence
is included
a s p art
of the
basic
services of
this
lump
su m contract..
Th e CO N SU L T A N T shall
negotiate
a
fair
an d equitable
agreement
with each of the
Designated
Specialists
based
on
the
terms and conditions
of
th is A G RE EM E N T . Th e CONSULTANT ma y choose additional specialists, fo r which
prior
written
notice
to the CITY
shall
be
given,
bu t
shall no t
terminate or
replace
those or ig inally designated without the
prior wr it ten
approval of the
CITY
an d without a signed an d sealed
o r n o ta rize d re le a se fr om the D e si gn a te d S pe c ia li st
being
replaced
or justification acceptable
to
the CITYthat such
a
release is not obtainable.'
Th e CONSULTANT'
s
agreement( s) with its Designated
Specialists
shall specifically require the
Designated
Spec ia li sts to
visit the Pro ject(
s )
during construction,
as part
of their comprehensive services, in order to guard the CITY against
deviations
by
the
Contractor from requ irements of
the,
Constructioncontratocuments.
G
1.
Borrelli:
Schedule
A
21
11 /
28/
2011
6:
56
PM
u` i. •
J
J
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 98/152
Th e
CONS.ULTANT shall be responsible fo r all
the
work of th e C ON S ULT AN T '
s
organization and that
of
the
CONSULTANT' s
Designated Specialists.
In the
required effort
to
avoid errors and
omissions in the Construction
Documents, special attention shall
be given
by
Designated Special ists
to the coordination
o f
their work w ith th at o f
others.
However, the
final responsibility fo r such coordination rests with the
CONSULTANT.
Nothing contained •
in
this
AGREEMENT
shall create
any
contractual
relationship between
the
C IT Y a nd
any
of
the
Designated
Specialists
working
fo r the CONSULTANT. I t shall be understood tha t the
CONSULTANT
is in
no wa y
relieved of any
responsibility
under
the
terms
of this
AGREEMENT b y virtue of the perfo rmance or n o n -
performance
of required
services
by
any Designated
Specialist who may associate with the CONSULTANT in performing the work.
The CONSULTANT shall reta in all financial and design documentation related to the Pro ject for a minimum
of
four (4)
years after completion of
this
AGREEMENT, or for such longer period as may be
required
by law .
Minimum Drawing Requirements
The composite set
of.
drawings to
be
produced shall contain sufficient information
and detail
to c learly define all proposed
improvements
in
terms
of
quantity, quality
and
location.
The
CONSULTANT
shall
propose
a
drawing
li st to
be
reviewed
an d
approved by
the CITY.
This is a lump sum contract.
U
Burrell Schedule A
11/28/2011 6: 56 PM
U
22
J l
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 99/152
SCHEDULE B.
CONSULTANT COMPENSATION
Schedule
of
Payments
Design Services* $
76,618.00
Bidding
and
Award Services $
1,
360.
00
Construction
Administration
Services (through
Substantial
Completion) ** $
20,
290.00
Project Closeout $
1 , 260. 00
Other Services $
10,
850.
00
Reimbursable
Allowance * ** $
,060.00
Note *: T hes e s e rv ice s s ha ll be
paid based
on percentage comple te of
e ac h p ha se as
identified in t he i nd iv id u al t as k s an d
attached
Schedule
B, prepared
by
the CONSULTANT.
Note * *:
Construction Administration will
b e
paid based
o n
a monthly basis upon commencement of construction and for a
project duration of four ( 4) months ( through Substantial Completion).
The CONSULTANTs
m o nth ly fe e
during
this
construction phase will be $
5,
072.
5.
I n
the event
that, .through no fa ult o f the
CONSULTANT,
Construction
Administration
services are
required to
be
extended, which extension shall be subject to prior CITY approval, at
its s ole
discretion, the CONSULTANT agrees
to
extend
said services for $2,822
per
month for
the
duration required to complete
the
project.
Note ***:
The re imbursable al lowance
belongs
to th e CITY
an d
must
be
approved
in
advance,
by
the
Project Coordinator.
Unused
portions
will not be paid to the CONSULTANT.
O
Burrell Schedule A
11 / 28/2011
U
U
U
0
0 0
U
U 0
0
U
0
V
U
uU U
l:
U U
0
U U 01
0
0
0
0
000
U
2
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 100/152
EXHIBIT
VIII
GENERAL
CONDITIONS OF THE CONSTRUCTION CONTRACT
000
300
U,
00
U
U
U
V J
V
0 U U 0 U
V
V
V
V
J
U
U
0
v
U U
V V
0
0 U
J
V
V V
V V
0
U
U U
U
0
JJ
V
UJJ
0
v0v
V
J 0
0 J
J ,
i.
JJ
v
3 0
00
J .
JJJJ J ,.
J
36
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 101/152
00XXX. GENERAL CONDITIONS:
1 .
Proiect
Manual:
1 .
1.
The
Project M an ua l in clu des any g en eral o r special
Contract
c on ditio ns o r
specifications
attached
hereto.
1 . 2.
The Project Manual,
a l o n g
with
a ll
documents that make up
a n d
constitute the
Contract Documents,
shall be .
followed
in strict accordance as
to
work,
performance, material, '
an d
dimensions except.when
Consultant
m ay authorize,
in writing,
an exception.
1 . 3.
Dimensions
given
in
figures
are to
hold
preference over scaled
measurements
from the drawings; however,
all
discrepancies shall
be
resolved by Consultant.
Contractor shall not proceed when in doubt as to any dimension
or
measurement,
but
shall
seek
clarification from Consultant.
1.
4.
Contractor
shall
be
furnished
three (
3 )
copies , free o f
charge,
of
the
Project
Manual;
two
of w hic h sh all be
preserved
an d a lw ays k ept a cc essible to
Consultant an d Consultant'
s
authorized representatives.
Additional
c op ie s o f th e
Project
Manual
may be obtained from City at the cost of reproduction.
2.
Intention of
City:
It is the intent
of
City
to
describe in
the
Contract Documents
a
functionally complete
Project (
or part thereof) to be constructed in
accordance with
the Contract Documents
and in accordance with
all
codes and regulations goveming construction of the Project.
A n y w o r k , m a t e r i a l s
o r
e q u i p m e n t
t h a t
m a y
r e a s o n a b l y b e i n f e r r e d f r o m
t h e
C o n t r a c t
D o c u m e n t s a s b e in g r e q u i r e d
t o
p r o d u c e t h e in t e n d e d r e s u lt shall b e s u p p l i e d b y
Contractor whether
or
not specifically
called
for. When
words
which
have a well -known
technical or trade meaning are u se d to d es cribe work, materials or equipment, such
words
shall
be interpreted in accordance
with
that
meaning.
Reference to
standard
specifications,
manuals, or
codes
of
an y
technical
society,
organization
or assoc iat ion , - or
t o t h e . l a w s o r
r e g u l a t i o n s
o f a n y g o v e r n m e n t a l a u t h o r it y , whether s u c h r e f e r e n c e b e
specif ic or by implication, shall mean
the .
latest standard
specification,
manual, code or
laws
or regulations
in
effect at the tim e o f
opening
of
bids
an d Contractor shall
comply
therewith.
City shall have
no
duties o ther than those duties and obligations expressly
set
forth
within
the Contract Documents.
3.
Preliminary Matters:
3. 1 .
Within
five ( 5 )
calendar days
prior to
the
pre - onstruction meeting described in
Section 3.2, Contractor
shall
submit
to
Consultant for Consultant'
s
review and
acceptance
3.
1 . 1
A
project "
Base Line" schedule, one ( 1 )
copy
on
a
CD and One ( 1 ) hard
copy (
activities
arranged
in "
waterfall "),
in
the
Indicated
form for
Fina l
revewandapprova:
Bar Chart
Modified
CPM
CPM
U
U
U
U
U
V
U
U
V
U
JJ
U
JJJv
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 102/152
X)
Computerized
CP M using the latest edition Primavera P3
software
CP M shall be interpreted to be g en era lly a s o utlin ed in the Asso c ia ti on o f
General
Contractors (
AGC)
pubicaion "
The Use
of
CPM
in
Construction. ")
CONTRACTOR shall
provide
a
preliminary m an
loaded,
lo g ic based "
Base
Line"
Project
schedule using " Early
Start"
and "
Early
Finish" dates fo r each
activity. The Contrac tor shall include, in add ition to normal work activity
input, input that
encompasses
all submittal
approvals,
delivery
durations
for important
materials and /
or
equipment, and
Logic
relationships of
activities including physical an d site
restraints.
This input shall be
precedence
based CP M scheduling using the
most
recent version of
Primavera P3 software.
CONTRACTOR
shall
provide
PROGRAM
MANAGER
with a copy
of
the software.
The
preliminary .
Base
Line
project schedule
when
submitted
shall have
attached a run of the programs generated error report that states no errors
and be
acceptable
to
CONSULTANT.
Monthly,
C ON T R A CT OR s ha ll submit w ith e ac h progress application an
update of the Project
Schedule with an
error repor t s tat ing no errors ( that
does
not revise the base line
schedule),
showing th e
progress
fo r
the.
month.
C ON T R CT OR S HA LL
SUBMIT
ON E HARD COPY
AN D
ON E
ELECTRONIC
COPY. •
In '
addtion
to
the
Progress
Schedule
CONTRACTOR
shall
include a narrative
report
of
the
months' progress,
an
explanation of
an y
delays and or additions /
deletions
to activities.
It is
strongly recommended that
CONTRACTOR
hire a seasoned
professional,
in
the use of Primavera
P3,
to develop and update the
Primavera
P3 proiect schedule.
CONTRACTOR agrees to -attend
weekly
progress
meetings
and provide
an updated (
3 ) w eek lo ok ahead
schedu le for review
an d
discussion and
monthly be
prepared to
discuss
any:
1 )
Proposed changes to.the Base Line
schedule
logic;
2) Explain an d provide a
narrative
for reasons why
logic
changes
should be
made;
3)
Update
to
individual
subcontractor
activities;
and
4)
Integration of changes into
the. schedule.
Th e
Project Schedule
shalt
be
the basis o f
th e CONTRACTOR' S
work
and shall
be complied
with
in all-
respects.
If CONTRACTOR'S Work becomes
more
than (
30)
days
behind schedule
CONTRACTOR shall be required
to submit
a "
Make -
Up" schedule to
PROGRAM M A N A G E R for
review
an d
acceptance
that
demonstrates
Catch
Up"
within thirty (
3)
days.
CONTRACTOR
shall
provide,
at
DATE: March 2011
CITYOF MIAMI3EACK
UU
0
0000
U
JU
UU U U
i
U
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 103/152
CONTRACTOR' S cost; the
necessary additional labor and
or
equipment
n e c e s s a r y t o m a k e -u p the l o s t
t im e .
F a i l u re t o p r o v i d e
a "
M a k e -U p " .
s c h e d u l e
o r vigorously
follow t h e " M a k e -
U p "
s c h e d u le s h a ll b e r e a s o n
to
default CONTRACTOR.
3.
1 . 2
After award
bu t prior to the su bm is sio n o f the
final progress schedule ,
CONSULTANT,
Contract Administrator and CONTRACTOR shall meet
with all
utility
owners and secure from
them a
schedule
of
utility
relocation, provided,
however, neither CONSULTANT nor
CITY shall be
responsible
for the nonperformance by the utility owners.
3. 1 . 3.
A p re liminary schedu le o f Shop Drawing submissions; and
3.
1 . 4.
I n
a l u m p s u m c o n t r a c t o r
in
a c o n t r a c t w h ic h in c lu d e s lu m p s u m b id i t e m s
of Work, a preliminary schedule of values for a ll of the Work which will
include quantities and prices of items aggregating the Contract
Price
an d
will subdivide the Work into component parts in sufficient
detail to serve
as the basis
for
progress payments dur ing construc tion.
Such
prices will
include
a n
appropriate amount of overhead a n d
profit
applicable
to each
item
of work which will be confirmed
in writing by Contractor
at
the
time of
submssion.
Su ch pric es
shall
be
broken
down to
show labor, equipment,
materials and overhead
and
profit.
3.
1 .
5.
After
award
bu t prior to . the submission of the progress schedu le ,
Consultant, Contract Administrator
an d
Contractor
shall
meet
with
all
utility owners and
secure from them a
schedule
o f
uti li ty relocation,
provided, however, neither Consultant nor
C i t y
shall be responsible for
the
nonperformance
by
the utility
owners.
3.2.
At
a
t im e s p e c i f i e d
b y
C o n s u l t a n t b u t b e f o r e C o n t r a c t o r
starts
t h e w o r k
at
t h e
Project
site, a conference attended by
Contractor, Consultant
an d o the rs as
d e e m e d
a p p r o p r i a t e
b y
C o n t r a c t A d m in is t r a t o r ,
w i l l
b e
h e l d t o . d i s c u s s t h e
schedules referred to in Section 3 . 1 , to d iscuss procedures for
handling
Shop
Drawings and other
submittals and
for processing
Applications
for Payment, and
t o e s ta b l is h
a
w o r k i n g u n d e r s t a n d i n g a m o n g t h e
p a r t i e s a s
t o
the
Work.
3.3.
W it h in t h ir ty - iv e ( 3 5 )
d a y s
f r o m t h e P r o j e c t I n i t i a t i o n D a t e
s e t
f o r t h
in
t h e N o t i c e
to P ro ce ed , a
conference attended
by
Contractor ,
Consultant and
others, as
appropriate,
will
be
held
to finalize
the schedules
submitted
in accordance with
S e c t i o n
3 . 1 . W it h in
f o r ty - i v e (
4 5 ) d a y s a f t e r
t h e
P r o j e c t I n i t i a t i o n D a t e s e t
f o r t h
in
the
Notice
to Proceed, the Con trac to r sha ll revise
the
or ig inal schedule
submittal
to
address
all
rev iew comments
from
the C PM re view conference
an d resubmit
for
Consultant
review.
The finalized progress schedule will
be
accepted
by
Consultant o n l y
a s
p r o v i d i n g
a n
orderly progression o f
the Work
to completion
within the Contract
T i m e , b u t
such acceptance s h a l l
n o t constitute acceptance b y
C i t y o r C o n s u l t a n t
o f
t h e m e a n s
o r
m e t h o d s o f
c o n s tr u c t io n o r
of t h e s e q u e n c in g
o r s c h e d u lin g o f
t h e
W o r k ,
a n d
s u c h
a c c e p t a n c e
w i l l n e i t h e r
i m p o s e
o n
C o n s u l t a n t
o r
C i t y r e s p o n s i b i l i t y for t h e p r o g re s s o r s c h e d u l i n g o f t h e W o r k n o r
DATE:
March
2011
CI7YOF MIAMI -BEACH
U0
0
U
U
O
0 u
J 0
J
J
U
J
0
JJJJ
0 0 0
J
J JJ
V
JJ_»
0'
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 104/152
relieve Contractor from full responsibility therefore.
The
finalized schedule of
Shop Drawing
submissions must
be acceptable to
Consultant a s providing
a
workable
arrangement
fo r
processing the
submissions. The
f inal ized schedule of
values pursuant t o Section 3 . 1 . 3 a b o v e must
b e
acceptable t o Consultant a s t o
form
and
substance.
Performance
Bond
and Payment Bond:
Within
fifteen (
1 5 ) calendar days of
being notified
of
the
a w a r d ,
Contractor shall
furnish a
Performance Bond and a Payment Bond containing a ll the provisions of .
the
Performance Bond
an d
Payment Bond attached hereto as forms
00710
and 00720.
4.
1 .
Each Bond'
shall
be in th e am ou n t o f o ne hu nd re d percent ( 100 %)
of the Contract
Price guaranteeing to
City the
completion
and
performance of the work covered
in such
Contract as
well
as
full
payment of •al l
suppliers,
laborers,
or .
subcontractors employed pursuant to this Project.
Each
Bond shall be with
a
surety
company which
is
qualified
pursuant t o
Article
5 .
4.2.
Each
Bond shall
continue in effect
fo r
one ye ar afte r F in al
Completion
an d
acceptance of the work with liability equal to one hundred
percent ( 100 %)
of the
Contract
sum , o r an
additional bond shall
be
condit ioned
that Contractor
will,
upon notification
by
City,
correct any
defective or faulty work or materials which*
app ear w ith in one
year
afte r F ina l Comp le ti on o f the Contract.
4.
3.
Pursuant
to the requirements
of Section 255 .
05 (
1 ) (
a),
Florida Statutes,
as may
be amended from time
to
time, Contractor
shall ensure that the bond( s)
referenced above shall be recorded in the public records
of
Miami -Dade County
an d
provide
City with
evidence of
such recording.
4.
4.
Alternate
Form
of
Security:
I n
lieu
of
a
Performance
Bond and
a
Payment Bond,
Contractor
may
furnish
alternate forms o f secu rity which m ay be
in
the form of cash, money order,
certified
check,
cashier'
s
check
or unconditional • etter of credit in the form
attached hereto as
Form
00735.
Such alternate
forms of security
shall
be
subject to
the prior approval of
City and for same purpose
and
shall be subject to
the same
conditions a s
those
applicable
above and shall
be held b y
City for
o n e
year after
completion an d
acceptance
of
the
Work.
5. •
Qualification
of Surety
5. 1 . .
Bid Bonds,
Performance
Bonds and Payment Bonds over Five Hundred
Thousand Dollars ($
500,000.00):
5 .
1 .
1 .
Each
bond must
be
executed
by
a
surety
company
of
recognized
standing,
authorized to d o
business in the
State
of F lorida as surety,
h a v i n g
a
r e s i d e n t a g e n t
in
t h e S t a t e o f F lo r id a a n d h a vin g b e e n i n
business
with a record of successful continuous operation for at least
five
5) years.
DATE: March 2011
J
u
U
t:
CITYOF:MIAMI BEACK
4
L
o
U co
C 3
3
V
U
J
J
JJJ
0
J
J
03 00 u
0 0 0 0 3
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 105/152
5. 1 . 2.
Th e surety company shall hold a current cert if icate of authority as
acceptable surety
o n
federa l bonds in
accordance
with
United
States
Department of Treasury Circular 570,
Current
Revisions.
If
the amoun t
of
the .
Bond exceeds
the underwri ting limitat ion set forth in
the circular,
in
order
to
qualify,
the
net
reten tion o f the surety company
sha ll not
exceed
the underwriting l im i ta t io n in the circular, a n d
the
excess risks must b e
protected by
coinsurance,
reinsurance, or other methods in accordance
with
Treasury Circular 2 9 7 ,
revised
September 1 ,
1978 (
3 1
DF R
Section
223.
10,
Section
223.
111). Fur ther , the surety company
shall
provide City
with evidence
satisfactory
to
City,
that such excess risk has been •
protected in an
acceptable
manner.
5. 1 . 3.
The
C i t y
will accept a surety b o n d from a company with a
r a t i n g
of B + or
better for
bonds
u p
to $ 2 million,
provided, however, that if
any
surety
company appears
o n the watch l i s t
that
is
published quarterly
by
Intercom
of
the Office
of
the Florida
Insurance
Commissioner,
the
City shall
review
and e ither accept or
reject
th e s ure ty c om pa ny based on the financia l
information available to the City . A sure ty company
that
is rejected by the
City
may
be substituted
by
the
Bidder
or proposer with
a surety company
acceptable
to
the
City, only
if
the
bid
a moun t d oe s
not increase.
The
following sets f o r t h , in general,
the acceptable
parameters
for
bonds:
Policy-
Financial
holder'
s
Size
Amount of Bond
Ratings
Category
5 .
00,
001 to 1, 000,000 :
B+
Class I •
1 , 000,
001 to
2,000,000 •
B+
Class II
2,000,
00 1
to 5 , 000,000
A
Class
III
5,000,00 1 to 10 , 000,000
A
Class IV
10,
000,001 to
25,
000,000
A
Class
V
25,
000,001
to 50,
000,000 .
A
Class VI
50,
000,
001
or more .
A Class
VII
5.2:
F or projects of $ 500, 000.
00
or less,
City
may
accept
a B id Bond, Performance
Bond
and
Payment Bond
from
a surety company which h as tw ic e th e minimum
surplus and capital r e q u ir e d b y the Florida insurance Code a t
the tim e
the
invitation to bid is issued,
if
the surety
company
is otherwise in compl iance with
the
provis ions of
the Florida
Insurance Code,
and
if
the surety company
holds
a
c u r r e n t ly v a l id
c e r t i f i c a t e o f a u t h o r i t y is s u e d b y the U n i t e d
S t a t e s
Department o f
t h e
T r e a s u r y
u n d e r S e c t i o n 9 3 0 4
t o
9 3 0 8 of T i t l e
3 1 o f
the U n i t e d S t a t e s C o d e ,
a s may b e
amended
f r o m t ime to
time. The
Certificate and
Affidavit
s o
certifying
Form
00722)
should be submitted with the Bid Bond and also with the
Performance Bond
and
Payment Bond.
5.
3.
More
stringent
requirements of
any grantor agency are
set
forth within the
Supplemental Conditions.
If
there are
no more
stringent
requirements, the
provisions of
this section shall apply.
CITYOF.
MIAMI BEACH
DATE:
March
2011
v
U U
1.
0 0
L L
U C )
0
l
0
0UJ L
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 106/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 107/152
X ]
7. 1 . 2.2. 1ndependent
Contractors.
X ]
7.
1 .
2.3.
Products and /or Completed Operations for contracts over
Fifty
Thousand
Do llars ($
50,
000.00)
Contractor
shal
maintain
in
force
until at least
three
years
after
completion
of
al l work
required
under the
Contract,
coverage
for
Products
an d Completed Operations, including
Broad
Form Property
Damage.
X ]
7.
1 . 2.4:
Explosion, Collapse
an d
Underground Coverages.
X ]
7. 1 . 2. 5 . Broad Form Property Damage.
X ]
7. 1 . 2.6.
Broad
Form Contractual Coverage
applicable to. this specific
Contract, including
any hold
harmless and /or indemnification
agreement.
7.
1 .
2.7.
Personal
Injury
Coverage
with Employee
and
Contractual
Exclusions removed, with
minimum
limits of coverage
equal
to
those
required fo r
Bodily
Injury
Liability
an d Property
Damage
Liability.
X ]
7 . 1 .
2.
8 .
City
is
to be
expressly
included
a s a n Additional Insured
with
respect to l iabil ity arising
out
of operations performed for City
by
or on
behalf
of
Contractor
or acts or
omissions of
Contractor in
connection with general
supervision
of such
operaion.
7.
1.
3.
Business
Automobile Liabili ty
with
minimum
limits
of
One Mill ion
Dollars
1 ,
000,
000. 00) pe r
occurrence,
c om b in e d s in g le
limit for
Bodily
Injury
Liability
and
Property
Damage
Liability. Coverage must be afforded o n a
form
no
more
r es tr ic ti ve than the la test edition
o f th e B u sin e ss
Automobile
Liability policy, without restrictive endorsements, a s
filed
b y the Insurance
Services Office,
and
must include:
7.
1 .
3. 1 .
Owned
Vehicles.
7. 1 .
3.
2.
Hired and Non -Owned Vehicles.
7. 1 . 3.3.
Employers'
N on -Ownership. ( N ot Applicable to this bid)
X ]
7. 1 . 4.
Builder'
s R is k in su ra nc e fo r
the construc ti on
of
and /
or
addition to
aboveground buildings
or structures
is /s
not
required.
The
coverage
shall be " All Risk"
coverage
for 10 0 percent
of
the
completed value,
covering City
a s
a
named insured, w i t h
a
deductible
of
not
more
than
F i v e
Thousand Dollars ($
5,000.00)
each claim.
7. 1 .
4.
1 .
Waiver of
Occupancy
Clause
or Warranty — o licy must be
specifically endorsed
to
eliminate any " Occupancy Clause"
o r sim ila r w arra nty
or
representation that
the
building( s ) ,
CITYOF MIAMI
BEACH
DATE: March 2011 „
7 -
L
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 108/152
addition(
s)
or structure(
s)
in the course of construction shall •
not be
occupied
without
specific endorsement of the policy.
The Policy
must be endorsed
to
prov ide that
the
Builder' s ,
Risk coverage
will
continue to apply until final acceptance of
the
building(
s),
addition(
s )
or
structure(
s)
by
City:
7.
1 .
4.2.
Flood Insurance- -When
the buildings
or
structures
are,
l ocated wi th in an identified special flood
hazard
area, flood
insurance
must be afforded for the lesser of the total
insurable value of
such
buildings or structures,
or, the
maximum amount of flood insurance coverage available
under the National Flood Prograrn.
7.
1 .
5.
Instal la tion F loater
fo r th e
instal la tion of
machinery
and /or equ ipment into
an
existing structure
is /is
not required.
The
coverage
s ha ll b e " All
Risk"
coverage including installation and
transit
fo r
100 percent
of the " installed
replacement cost
value,"
covering City as
a
named
insured,
with a
deductible of
not more than . Five.
Thousand
Dollars ($
5,000.00)
each
cam
7.
1 . 5. 1 .
C essa ti on o f
Insurance--
Coverage
is
not to cease and is to
remain
in
force ( s ubje ct to
cancellation
notice)
until
f inal
acceptance by City.
7. 1 . 52.
Flood
Insurance - -When the m ac hin ery o r eq uipm en t
is
located within an identi fied specia l
flood
hazard area, f lood
insurance must
be
afforded for the lesser of the total
insurable value
of
such
buildings
or structure,
or, the
maximum amount
of
flood insurance coverage available
under the National Flood Program.
7.
2.
if
the
initial
insurance
expires prior
to
th e
completion
of the
work,
renewal c opies
of '
policies
shall be furnished at
least thirty (
30)
days
prior to
the
date
of
their
expraion
7.3.
Not ice
of
Cancellation
and /
or Restriction - -The
policy(ies)
must be
endorsed to
prov ide City
w ith a t le ast
thirty (
30)
days notice o f
cancellation and /or restriction.
7.4.
Contractor shall
furnish
to the
City' s
Risk
Manager
Certificates o f In su ra nc e o r
endorsements evidencing the insurance
coverage
specified
above within f if teen
15) calendar d ays a fte r
notification
o f
award
of. the
Contract.
The
required
Certificates of Insurance shall
name
the types of
policies
provided,
reer
specifically
t o t h is C o n tr a c t , a n d s t a t e
that
s u c h insurance is
a s
r e q u i r e d
b y t h is
Contract. Th e Certificate
of
Insurance shall be in form similar to and
contain
the
information
set forth
in
Form 00708. •
7.5. The official title
of
the Owner is the City
of
Miami Beach, Florida. This official title
shall be
used
in all insurance
documentation.
ci" YO?.
MIAMI.B_ ACI-
DATE: March 2011
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 109/152
8.
Labor and
Materials:
8. 1 .
Unless otherwise
provided
herein, Contractor
shall provide an d
pa y for al l
materials, labor, water, tools,
equipment,
light, power, transportation
and
other
facilities and
services necessary
fo r the proper execution
and complet ion
of
the
Work,
whether
temporary or permanent and whether or no t incorporated or
to be
incorporated
in
the
Work.
8.
2:
Contractor sh all a t all
times enforce str ic t discipline and
g oo d o rder among its
employees and subcontractors
at the
Project
site an d shall
not employ
on
the
Project
any un fit
person or anyone no t skilled
in
the work to which they are
assigned
9.
Royalties and Patents:
All fees,
royalties,
and claims
fo r
an y invention, or pretended
inventions, or p aten t o f an y
article, material, arrangement, appliance,
or
method
that
may, be
used
upon or
in
any
manner
be
connected
with the construct ion of
the Work
or appurtenances, are
hereby
included
in
the prices st ipulated in this Contract for said
work.
10.
Weather: •
Extensions to
the Contract Time
fo r
delays caused
by
the effects
of
inclement weather
shall be submitted as a request for a
change
in the Contract T ime
pursuant
to Article 40.
These tim e extensions are justified only
when
rains or
other
inc lement weather
condit ions
or
re la ted adverse
soil
conditions prevent
Contractor
from produc ti ve ly
performing
controlling items
of
work identi fied on the accepted schedule o r u pdates
resulting
in:
1 )
Contractor
b e i n g
u n a b le t o work
a t
least fifty p e r c e n t ( 5 0 % )
of the normal
workday
on controlling
items of
work
identified
on the accepted
schedu le or
updates
due to adverse
weather conditions;
or
2)
Contractor m us t m ak e m ajo r repairs to th e W o rk d am ag ed b y weather. Providing
the
d am ag e w as
not
attributable
to
a
failure to per form or neglect
by
Contractor,
and providing
that Contractor
wa s unable to work at least
fifty
percent ( 50 %)
of
the normal workday
o n
controlling items
of
work
identified
on the accepted
schedule
or
updates. •
11.
Permits.
Licenses
and
Impact
Fees:
11 .
1 .
Except as otherwise provided
within the
Supplemental Condit ions, all permits
a nd lic en se s
required
by
federal, state
or local laws, rules an d regulations
necessary fo r
the prosecution
of
the
Work
undertaken b y Contractor
pursuant
t o
this Contract
shall
be' -
secured an d
paid
fo r
by
Contractor.
It
is
Contractor'
s
responsibility
t o have a n d
maintain
appropriate Certificate(
s )
of Competency,
valid
fo r
the Work to be performed and valid
fo r
the jurisdiction in which th e Work
is
to
be
performed fo r a ll persons working
on
the Project fo r
whom
a Certificate of
Competency
is
required.
CtTYCF
MIAMI
IEA( ri .
DATE:
March
2011
c
u
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 110/152
11. 2.
Impact fees levied
b y
the City a n d /o r M ia m i -D a d e County s h a l l
b e
p a i d b y
Contractor.
Contractor
shall be reimbursed only
fo r th e actual am ou nt o f
the
impact fee levied
by the municipal ity a s evidenced b y
an invoice
or other
acceptable
documentation issued
by
the municipality.
Reimbursement to
Contractor
in
no
event shall inc lude pro fi t
or
overhead
of Cont ractor.
12.
Resolution of Disputes:
12. 1
To prevent
all
disputes an d litigation, it
is
ag reed by th e pa rtie s h ereto th at
Consultant
shall decide
all questions, claims, difficulties an d
disputes
of
whatever
n a t u r e which may
arise
relative
t o the technical interpretation
o f
the
Contract
Documents and fulfillment of this Contract as to
the
character, quality, amount
a n d v a l u e
of any
work d o n e a n d m a t e r i a l s f u r n is h e d , or proposed
t o
b e d o n e
o r
furnished under
or,
by reason
of,
the Contract Documents and Consultant'
s
estimates and decisions upon
all
claims, questions, difficulties
an d disputes shall
be
final and binding to the extent provided in Section. 12.2.
Any
claim, question,
d i f f i c u l t y
or dispute which
cannot
b e r e s o lv e d
b y
m u t u a l agreement of C i t y a n d
Contractor
shall
be submitted to
Consultant
in writing within twenty -one ( 21)
calendar
days.
Unless
a
different
period
of time
is set forth herein,
Consultant
s h a l l notify C i t y
a n d
Contractor in
writing
o f
Consultant's decision within twenty-
one (
21)
calendar
days
from the date of
the submission
of the
claim, question,
difficulty
or
dispute,
unless Consultant requires
additional
time to
gather
information or allow the parties to
provide
additional
information.
All
non -
technical
administrative disputes shall be determined
by the
Contract
Administrator pursuant
to
the time
periods
provided
herein.
During
the
pendency
o f a n y
d i s p u t e
a n d
a f t e r
a
d e t e r m in a t io n
t h e r e o f , Contractor,
C o n s u l t a n t
a n d C i t y
shall
ac t
in g o od fa ith to mitigate any potential damages including
utilization
of
construction schedule changes and
alternate
means of
construction.
12.2
I n t h e
e v e n t t h e d e t e r m in a t io n
of a d is p u te u n d e r
t h i s
Article
is
u n a c c e p t a b l e t o
either party hereto, the party objecting to
t h e
determination must notify the other
p a r t y in
writing
within ten (
1 0 )
days of
r e c e ip t o f
the
written
determination.
The
notice m ust state th e basis of the objection
and
must be accompanied by a
s t a t e m e n t
that
a n y Contract P r i c e a d j u s tm e n t c la i m e d is the entire adjustment t o
which
the
objecting party has reason t o believe it is entitled to
a s
a result
of
the
determination.
With in s ixty ( 60) days after Final
Completion
of
the Work , the
parties
sha ll partic ipate in mediation
to
address
all •
objections
to any
determinations hereunder and to attempt
to
prevent
litigation. The mediator shall
b e
m u tu a l l y a g r e e d u p o n b y the p a r t i e s .
S h o u l d
a n y
o b j e c t i o n n o t b e
r e s o l v e d in
mediation,
the parties
retain
all their legal
rights and
remedies provided under
State law. A party objecting to a determination
specifically waives a ll
of
it s
rights
provided
hereunder,
including
it s
rights
a n d
remedies under State law,
if
said
p a r t y
f a i l s
t o
c o m p l y in
s t r i c t
a c c o r d a n c e
w i t h
t h e
r e q u i r e m e n t s of
t h is A r t ic le .
13.
Inspection of
Work:
13.
1 .
Consultant and City shall at a ll times
h a v e
access to the Work, and Contractor
shall provide proper facilities for such .access
an d
for inspecting,
measuring
an d
testing.
DATE:
March
2011
uCITY'
JF
MIF.MCBEAeH
10
OVV(
i
V
V V V V
V
U
J ( J
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 111/152
1 3 . 1 . 1 . Should
the
Contract
Documents, Consultant's instructions, any laws,
ordinances,
or
any public authority require any of the Work t o b e specially
tested
or approved, Contrac to r sha ll g ive Consultant
timely
notice
of
readiness of the Work
for testing.
if
the
testing
or
approval
is
to be made
b y
a n
a u t h o r i t y
o t h e r t h a n C i t y , t im e l y n o tic e s h a ll
b e
g iv e n o f t h e d a te
fixed for such testing.
Testing
shall be made
promptly, and, where
practicable, at the source of supply. If a ny of the Work
should
be covered
u p w i t h o u t a p p r o v a l
o r
c o n s e n t o f C o n s u l t a n t , it m u s t , if r e q u i r e d b y
Consultant,
be uncovered
for examination
and
properly restored
at
Contractor's expense.
1 3 .
1 .
2 .
Reexamination of any o f the Work may be ordered by Consultant with
prior written approval b y
the Contract Administrator, and
if s o
ordered,
the
Work must be
uncovered by
Contractor.
If
such
Work
is
found to be in
a cc ord an ce w ith the C on tra ct
Documents,
City shall
pay .
the cost o f
reexamination and replacement
by
m ean s o f. a Change Order.
If such
Work is not
in
accordance with the Contrac t Documents ,
Contractor
shall
pay such
cost.
13.2.
Inspectors shall have n o authority to permit deviations from, or to relax any of the
provisions
of, the
Contract
Documents or
to
delay the Contract
by
failure
to
inspect
the materials and work
with reasonable
promptness
without
the written
permission or instruction of Consultant.
13.3.
T h e
p a y m e n t
o f a n y c o m p e n s a t io n ,
w h a t e v e r
m a y
b e it s c h a r a c t e r
o r f o r m ,
o r t h e
g i v i n g of a n y g r a t u i t y
o r t h e
g r a n t in g o f a n y f a v o r b y Contractor t o a n y i n s p e c t o r ,
d i r e c t l y o r i n d i r e c t l y , is s t r i c t l y p r o h i b i t e d , a n d a n y s u c h a c t o n
t h e .
p a r t o f
Contractor will constitute
a breach of
this
Contract.
14.
Superintendence
and Supervision:
14.
1 .
T h e o r d e r s o f
C i t y a re t o
b e g i v e n t h r o u g h
C o n s u l t a n t , w h i c h
i n s t r u c t i o n s
a r e t o
be
strictly an d promptly followed in
every
case.
Contractor
shall keep
on
the
Project
during
its
progress, a
full -ime
competent
English
speaking
superintendent and
any necessary
all
satisfactory to
Consultant.
Th e
superintendent
shall
not be
changed except with
the
written
consent of
Consultant,
unless
the
superintendent proves to
be unsatisfactory
to Contractor
a n d ceases t o b e in
it s
e m p l o y .
The superintendent
shall
represent
Contractor
and
a ll directions
g iven to
the superintendent
shall be
as
binding
as if
given to
Contractor and will be confirmed in writing by Consultant upon the wri tten request
of
Contractor.
Contractor
shall
g ive e ffi cien t superv is ion to the Work, using
its
best skill and attention.
14.2.
D a i l y , C o n t r a c t o r '
s
s u p e r i n t e n d e n f s h a l l r e c o r d , a t
a
m i n i m u m , t h e f o l l o w i n g
information
in a
bound
log:
the
day ; date;
weather conditions
a n d
how any
weather
condit ion
affected progress of the Work ; t ime of commencement of
work
fo r the day; the work being performed; materials, labor,
personnel, equipment
and
subcontractors
at the Pro ject site;
visitors
to the
Project
site, including
representatives of
Consultant;
regulatory representatives; any special
or
unusual
condi tions or
occurrences encountered; and the
time
of termination
of
work fo r
DATE:
March 2011
CITYDF MIAMIIBEA_
CH
1, 1c
V UJ
U
V l
V (
3
u U
0
0
U
3
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 112/152
the day.
All
information
sh all be
recorded in the daily log in ink.
The daily
lo g
shall
be
kept
on
the Project
site
and
s ha ll be avai lable at
all
times fo r inspection
an d
copying
by C ity and Consultant.
14.
3.
The Contract Administrator, Contractor
and
Consultant
shall
meet
at
least weekly
or
a s
determined b y the Contract Administrator, during the course of the Work to
review
and
agree upon
the
work perfo rmed
to date and
to
establish the
controlling items
of work for
the
next
two
weeks.
The Consultant shall publish,
keep,
and
distribute
minutes and any
comments
thereto of each such meeting.
14.
4.
If
Contractor, in
the
course
of
prosecuting the
Work,
finds
an y
discrepancy
between
the
Contract
Documents
an d
the physical condit ions
of
the loca li ty ,
or
any errors, omissions, or discrepancies in the Project
Manual,
it shall
be
Contractor'
s duty
t o immediately inform Consultant, in writing, and Consultant will
promptly review the same. Any work
done
after
such
discovery,
until
authorized,
will
be done at
Contractor'
s
sole risk.
14.
5.
Contractor
shall supervise
and
direct
the
Work competently
and
efficiently,
d e v o t i n g s u c h a t te n t io n t h e r e t o a n d a p p l y i n g s u c h s k i l l s a n d e x p e r t i s e a s m a y b e
necessary t o
p e r f o r m
the Work in accordance w i t h the Contract Documents.
Contractor
shall
be
solely
responsible
fo r
the means,
methods, techniques,
sequences and procedures of construction. • -
15.
City'
s
Right
to Terminate
Contract:
15. 1 .
If Contractor fails to beg in
the W o rk w ith in
fifteen (
15) calendar days a fte r th e
Project Initiation Date,
or
fails
to
perform the Work with
sufficient workers and
equipment or
with
sufficient materials
to insure
the prompt
completion
of the
Work, or shall per form
th e W o rk u nsu itably, or cause it to
be
rejected as .
defective
and unsuitable,
or
shall discontinue the prosecution
of
the Work
pursuant
to
the
accepted schedule
or
if Contractor shall fail to
perform an y
material term set forth
in
the Contract Documents
or
i f Contractor
shall
become
insolvent
o r be
declared bankrupt , or commit any ac t of
bankruptcy
or insolvency,
or shall make an assignment fo r the benefit of credi tors, or from an y other cause
whatsoever s h a l l n o t c a r r y o n
t h e
Work in a n
a c c e p ta b le m a n n e r ,
C o n t r a c t
Administrator may
g i v e
notice in writing to Contractor and it s Surety of
s u c h
delay, neglect or defau lt ,
spec ify ing the
same.
If Contractor , within a
period of
five (
5)
calendar days a fte r su ch n o tic e, sh all no t
proceed in
accordance
t h e r e w i t h ,
t h e n
C it y m a y u p o n w r it te n c e r t i f ic a t e f r o m C o n s u l t a n t o f
t h e
fact o f
such
delay,
neglect or default and
Contractor'
s failure to
comply
with such
notice,
terminate
the
services of Contractor ,
exclude
Contractor
from
the Project site
and take the prosecution of the W ork out of the hands
of
Contractor ,
and
appropriate
o r u s e a n y
o r a ll
materials and
equipment o n the Project
site a s m a y
be
suitable
and
acceptable.
I n such
case,
Contractor
shall not
be entitled
to
receive
any
further
payment
until
the Project
is
completed.
in
addition City
may
enter into
an
agreement fo r the comple tion of the Pro ject according to the terms
and
provisions of the Contract Documents, or use such other methods as in
C i t y ' s s o le o p in io n s h a ll b e r e q u i r e d
f o r
t h e c o m p l e t io n o f t h e P r o je c t a c c o r d i n g
t o
the terms a nd p ro visio ns o f
the
Contract Documents,
or
use such other
methods
a s
in
C i t y '
s
s o le o p in io n s h a l l b e
r e q u i r e d for t h e c o m p le t io n
of t h e
P r o j e c t in
a n
CITYO =
MIAMI PEACH
12 "
JJJ
DATE:
March 2011
U JU
U
3 3
0 v
J
J
J
6
J
J 0 0 J V J J
J
J
0)
J0
0
0
JJ
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 113/152
acceptab le manner. All damag es, co sts and charg es incu rred by City,
together
with the
costs
of
completing
the Project, shall
be deducted from any monies .
due
or
which
may
become due to
Contractor. In
case
the damages a n d expenses
so
i n c u r r e d
b y
C i t y
s h a l l
exceed the
u n p a i d
b a l a n c e ,
t h e n
Contractor s h a l l
b e l i a b le
an d shall pa y to City
the
amount
o f sa id
excess.
15.2. If
after
notice
of terminat ion of Contractor's
right
to proceed, i t is determined
for
a n y r e a s o n t h a t
C o n t r a c t o r
w a s n o t
in d e f a u l t ,
t h e r i g h t s a n d
o b l ig a t io n s o f
C i t y
an d Contractor
shall
be th e sa m e as if
the
notice of termination had
been
issued
pursuant
to the Terminat ion
fo r
Convenience
clause
as
set forth in Section 15. 3
below.
15.3.
This Contract may b e
terminated for convenience
in writing. b y
City
upon
ten (
1 0 )
days written notice to Contractor ( delivered
by
certified
mail,
return receipt
requested)
of
intent
to te rm in ate an d the date on which such termination •
becomes
effective.
In such
case,
Contractor shall be paid for all work
executed
a nd e xp en se s in c urre d p rio r to termination in addi tion to
terminat ion sett lement
c o s ts r e a s o n a b ly incurred b y Contractor r e l a t i n g
t o
commitments which
h a d
become firm prior to
the
termination.
Payment
shall include
reasonable
profit
for
work/services satisfactorily performed.
N o
payment shall
be
made
for
profit
for
work/services which have not been performed.
15.4.
Upon
receipt
of
Notice
of Termination
pursuant to
Sections 15. 1 or
15.
3 above,
Contractor
shall promptly discontinue all affected work
unless the
Notice of
Terminat ion d irec ts otherwise
and deliver
or otherwise
make available to City all
data,
drawings,
specifications,
reports, estimates,
summaries and
such other
information
as
m ay hav e been required by the Contract Documents whether
completed or
in
process..
16.
Contractor's Right to Stop Work or
Terminate Contract:
Should Consultant fai l
to
review
an d
approve or
state
in
writing reasons
fo r
nonapproval
o f
a n y A p p l ic a t io n f o r
P a y m e n t w i t h in
t w e n t y ( 2 0 ) d a y s a f t e r it
is
p r e s e n t e d , o r
if
C i t y f a i l s
e i t h e r t o p a y C o n t r a c t o r w i th in
t h i r ty (
3 0 ) d a y s
a f t e r
p r e s e n t a t i o n b y C o n s u lt a n t o f a n y
sum c e r t i f i e d b y Consultant, o r
t o
n o t i f y Contractor
a n d
Consultant in writing o f a n y
objection
to
the
Application fo r
Payment,
then
Contractor may,
give
written
notice
to City
and Consultant of such delay,
n eg le ct o r default,
specifying the same.
If City
or
Consultant (
where
applicable),
within
a period of ten ( 10) calendar days after such
notice
s h a l l
not
r e m e d y t h e d e l a y , n e g l e c t ,
o r
d e f a u l t u p o n
w h i c h
t h e
notice
is
b a s e d ; t h e n
C o n t r a c t o r
m a y s t o p
w o r k
o r t e r m i n a t e t h i s C o n t r a c t a n d r e c o v e r f r o m C i t y
p a y m e n t
f o r
all
work
execu ted an d rea so na ble expenses sustained therein plus
reasonable
termination expenses.
Any objection
made
b y City
to
a n Application for Payment
shall
be submitted to Consultant in accordance with the provisions of Article 1 2 hereof.
17.
Assignment:
N e i t h e r p a r t y h e r e to s h a ll a s s ig n t h e C o n t r a c t o r a n y s u b c o n t r a c t in whole o r
in
p a r t
without the wri tten consent of
the other, nor shall
Contractor
ass ign any monies
due
or to
become
due
to
it
hereunder, without
the
previous
written
consent o f the
Mayor
and City
Commission.
DATE: March 2011
J CITYOF MIAM BEACH
13"
J V C . 3
v
J
V 33
0
CU C V
JVDV V
V
V
V
3 V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 114/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 115/152
21.
Contractor to Check Plans, Specifications and Data:
Contractor shall
verify
a l l .
dimensions, quantities
and
deta ils shown
o n the
plans,
specif ications or
other data received
f rom Consultant,
an d shall
noti fy Consultant of all
errors,
omissions
and
discrepanc ies found therein
within
three (
3)
calendar days of
discovery.
Contractor
will
not
be
allowed
to take advantage of
any
error,
omission or
discrepancy, a s full instructions
w i l l b e
furnished b y
Consultant.
Contractor shall not
b e
liable fo r
damages
resulting
from
errors, omissions
or
discrepancies in the Con tract
Documents
u n le ss C o ntra cto r re co g niz ed such
error,
o missio n o r
discrepancy
an d
knowingly
failed
to report it to Consu ltant .
22.
Contractor's Responsibility for Damages and Accidents:
22. 1 .
Contractor
shall accept full
responsibility
fo r the
Work against a ll
loss or damage
of whatsoever
na tu re sus ta ined until f inal
acceptance
by City, an d shall
promptly
repa ir any damage d o n e from any cause whatsoever, except
a s
provided in
Article 29.
22.2.
Contractor shall be responsible for all
materials,
equipment and
supplies
pertaining to
th e Project.
In the even t an y such materials, equipment and
supplies are lost, stolen, dam ag ed o r destroyed prior
to
final acceptance
by City,
Contractor
shall
replace same
withou t cost to. City , except as p rov ided in Article
29.
23.
Warranty:'
Contractor
warrants
to
City that all materials
and
equipment
furnished under th is
Contract
will
be
new unless
otherwise specif ied and
that
all
of the Work will be of
good
q u a l i t y , free
f r o m
f a u l t s a n d d e f e c t s a n d
in
c o n f o r m a n c e w i t h t h e C o n t r a c t D o c u m e n t s .
All
work
not c o nfo rm in g to th es e re q uire m en ts , in c lu din g substitutions n ot p ro pe rly
approved and authorized, m a y
be
considered defective.
If
required
b y Consultant,
Contractor
shal l furnish
satisfactory evidence as
to. the
kind an d
quality
of
materials
an d
equipment. This
warranty
is
not
limited by
the provisions
of Article
25 herein.
24.
Supplementary Drawings:
24.
1.
When, in the opin ion o f Consultant,
it becomes
necessary
to
explain the Work to
be done
more
fully, or to i llustrate the Work
further,
or to
show
an y
changes
which
may
be
required,
supplementary drawings, with
specifications pertaining
thereto,
will be prepared by Consultant.
24.
2.
The
supplementary drawings shall be binding
upon
Contractor with the same
force as the Project
Manual.
Where such supplementary drawings
require
either
less o r more than
the
original quant it ies of work, appropriate adjustments shall be
made
by Change Order.
0
25.
Defective Work:
25. 1.
Consultant
shall
have the
authority to reject or disapprove
work
which Consultant
finds to
be defective.
If
required
by
Consultant,
Contractor shall
promptly
either
DATE: March 2011
tiTYGF.
MIAMI EACH
15
0
o
0
V
J
J 0
0 0
V
0 0 0
J
0 0
0
0
JJJJ 0 J 0
0
v
0
JO
03 0
JJJJ0
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 116/152
correct
all
defective
work or remove such
defective work and
replace it with
nondeectivework.
Contractor shall
bear
all
direct,
indirect and consequential
co sts o f
such
removal
or
corrections in clu din g c ost o f testing laborator ies and
personne.
25.
2.
Should Contractor fail or refuse to
remove
or correc t any defective
work
or to
m a k e a n y n e c e s s a r y r e p a i r s in a c c o r d a n c e
w i t h
t h e r e q u ir e m e n t s o f t h e C o n t r a c t
Documents
within the time
indicated
in
writing
by
Consultant,
City shall
have
the
authority to c au se the defective work , to be removed or corrected, or make such
r e p a i r s
a s
m a y b e n e c e s s a r y
a t
C o n t r a c t o r ' s e x p e n s e .
A n y , e x p e n s e
i n c u r r e d b y
C i t y in
m a k i n g
s u c h
r e m o v a l s ,
c o r r e c t i o n s
o r
r e p a i r s , s h a l l b e p a i d f o r
o u t o f
a n y
monies du e
or
which may become due to Con tractor ,
or
may be
charged against
the Performance Bond.
In
the event
of
failure o f Contractor to make al l
necessary
r e p a i r s p r o m p t l y
and
fully, C i t y
may
d e c l a r e Contractor
in
default.
25.
3.
I f , w i t h i n
o n e ( 1 ) .
year
after
the
date
of s u b s t a n t i a l
completion
o r s u c h
longer
period of
time
as
may
be prescribed
by
the
terms
of any
applicable special
w a r r a n t y
r e q u i r e d b y
t h e C o n t r a c t
D o c u m e n t s ,
o r b y a n y
s p e c i f i c
p r o v i s i o n
o f t h e
C o n t r a c t
D o c u m e n t s , a n y o f the Work
is
f o u n d t o
be
d e f e c t i v e
o r n o t in
accordance
with the Contract
Documents,
Contractor ,
after
receipt of written
n o t ic e f r o m
C i t y ,
s h a l l
promptly
correct s u c h d e fe c t iv e o r
nonconforming
Work
within the t ime specified by
City
without cost
to City, to do so. Nothing contained
herein
shall be construed
to
establish
a period of
limitat ion with respect
to
any
other obligation which Contractor m ig ht h ave under th e C on tra ct
Documents
including
but not
limited to , Article 23 hereof and
any
claim regarding latent
defects.
25.4.
F a i l u r e t o r e j e c t a n y d e f e c t i v e
w o r k
o r
m a t e r i a l
s h a l l
n o t
in a n y w a y p re v e n t l a t e r
rejection when such
defect
is
discovered,
or obligate City
to
final
acceptance.
26.
Taxes
C o n t r a c t o r s h a l l p a y a ll a p p l i c a b l e s a l e s ,
c o n s u m e r ,
u s e
a n d o t h e r t a x e s r e q u i r e d b y
l a w .
Contractor is responsible for
reviewing
the pertinent
state
statutes involving state
taxes
and complying with
all requirements.
27.
Subcontracts:
27. 1. Contractor shall
not
employ
any
subcontractor
against whom
City
or
Consultant
m ay
have
a
reasonable
objection. .
Contractor
shall
not be
required
to employ
any
subcontractor against whom
Contractor has a
reasonable objection.
27.
2.
C o n t r a c t o r s h a l l b e
fully r e s p o n s i b l e
for a ll
a c t s
a n d
o m is s io n s
o f it s
subcontractors
and
of
persons
directly
or
indirectly
empoyed
by its
subcontractors
and
of persons
for
whose
acts any
of them may
be
liab le to
the
same extent
that
Contractor is responsible for the
acts
and omissions of persons
directly employed
by
it.
Nothing in
the
Contract Documents shall create an y
contractual relationship between any subcontractor a n d City or
any
obligation
on
the
p a rt o f C i t y
to p a y
or t o
see
the p a y m e n t o f any m o n i e s due a n y
DATE: March 2011
C .: IT YO F M I AM I SEACH
16
l;3J 9
0
0
u 0
0
3
0 O
u
3
9 39 J O 3
p
0
5
05 ,.)
0 •
0339 0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 117/152
subcontrac tor. City or Consultant may furnish to any
subcontractor
evidence of
amounts paid
to
Contractor on account of
specific
work performed.
27.3. Contractor agrees to bind specifically every subcontractor
to
the applicable terms
an d
conditions
o f
the
Contract
Documents fo r the benefit o f
City.
27.4.
28.
Separate Contracts:
28.
1.
C i t y r e s e r v e s
t h e
r ig h t t o le t o t h e r c o n t r a c t s
in
c o n n e c t i o n w i t h t h is P r o je c t .
Contractor s ha ll a ffo rd o th er persons reasonable opportunity for the introduction
an d storage of their m a te ria ls a n d
the
e xe cu tio n o f
their
work a nd s ha ll properly
connect and coordinate this Work
with
theirs.
28.2.
I f
a n y
p a r t
o f
Contractor'
s Work
d e p e n d s f o r p r o p e r e x e c u t i o n or
r e s u l t s
u p o n t h e
w o r k
of
a n y
o t h e r p e r s o n s , C o n t r a c t o r
s h a l l
in s p e c t a n d p r o m p t l y r e p o r t
t o
Consultant
a n y defects in s u c h work that render
it
unsuitable
for
such .proper
execution
and resuts.
Contractor's failure
to
so inspect and
report shall
constitute an acceptance of the
other
person' s work as fit and proper fo r the
reception
of Contractor's.Work, except
as
to defects
which
may develop in
other
contractor' s work after the execution of Contractor's.
28. 3.
Contrac to r sha ll c on du ct
its
operations and take all reasonable steps to
coordinate
the prosecution
of
the
Work
so
as to
create
no interference or
impact (. •
on a ny o the r contractor on the s ite .
Should such interference or impact occur,
Contractor
shall be liable to
the
affected
contractor
for the cost of such
interference or impact.
28.
4.
To insure the proper execution
of
subsequent work, Contractor shall inspect the
work
already
in
place
a n d
shall
a t o n c e
report to
Consultant
a n y
discrepancy
between the executed work and the requirements of the
Contract
Documents.
29.
Use of Completed
Portions:
29. 1 .
City shall
have the
right at
it s
sole
option
to take
possession of and use any
completed
or partially
completed portions of
the
Project.
Such possession
and
use
shall
not
be
deemed a n acceptance of
any of
the
Work
not
completed
in
accordance
with the
Contract Documents.
If
such possession
and use
increases,
the c ost of
or
delays the Work, Contractor
shall
be entitled to
reasonable extra
compensation or reasonable extension
of
time
or both, as
recommended
by
Consultant and approved by City.
29.
2.
In
the event
City
takes possession
of
any
c om ple te d o r p artia lly c om ple te d
portions
of the Project, the following shall
occur:
29. 2. 1 .
C i t y s h a l l g iv e n o t ic e t o C o n t r a c t o r in writing a t least thirty (
30)
calendar days prior to
City'
s
intended occupancy of
a
designated
aea
DATE: March 2011
CITY.OF
MIAN11;
3EACH.
17'
0
C' 3
U
U
U
3 0
33
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 118/152
29.
2.2.
Contractor shall
complete
to
the
point
of
Substantial
Completion
the
designated
area and request inspection and issuance of a
Certificate
of
Substantial Completion in
the
form attached
hereto as
00925 from Consultant.
29.
2.3. Upon
Consultant's
issuance of
a
Certificate
of
Substantial
Completion, City will assu me fu ll
responsibility
fo r maintenance,
utilities, subsequent damages of
City an d public, adjustment of
insurance coverage'
s and
start of
warranty
for
the
occupied area.
29.2.4.
Contractor
shall
complete all items
noted
on the Certificate of
Substantial
C om ple tio n w ith in
the time specified by Consultant on
the
Certificate of Substantial Completion, as
soon
as possible and
request
f ina l inspec tion
an d final acceptance of the
portion
of the
Work
occupied.
Upon completion of
final inspection
and
receipt
of
an application
fo r
f inal
payment,
Consultant
sha ll is su e
a Final
Certificate
of Payment
relative to
the
occupied area.
29.2.
5.
If City
finds
it necessary
to occupy
or use a portion or portions of
the
Work
prior to
Substantial Completion thereof,
such
occupancy
or
use
sh all n ot c om m en ce p rio r to
a
time mutually agreed upon
by
City and
Contractor and to which the insurance company or companies
providing the property insurance have consented by endorsement t o
the policy or policies.
Insurance
on the unoccupied
or
unused
portion
or
portions
shall not be canceled
or
lapsed on account
of
such partial
occupancy
or use.
Consent of
Contractor
and of the
i nsu rance co mpany
or
companies to
such
occupancy or
u se s ha ll
not
be unreasonably withheld.
30.
Lands forWork:
30.
1 .
City shall
provide, a s m a y b e indicated
in the
Contract
Documents, the
l a n d s
upon which the Work is to be performed, rights -of -way and easements for access
thereto an d
such
other lands as
are designated by City or
the use
of Contractor.
30.2.
Contractor
shall provide, at
Contractor's
ow n
expense
and without liability to City ,
a n y
additional
la n d a n d
a c c e s s t h e r e t o
that
m a y
b e required for
t e m p o r a r y
construction facil it ies,
or
for storage of materials.
Contractor sha ll fu rn ish to City
co pies o f
written
permission obtained
by
Contractorr
from
the
o wners o f such
facilities.
31.
Legal
Restrictions and Traffic
Provisions:
Contractor
shall
conform
to 'and
obey
all
applicable
laws,
regulations,
or ordinances
with
regard to labor employed,
hours
of
work
and
Contractor's
general operations.
Contractor shall conduct its operations so as no t to close any thoroughfare, nor interfere
in any
way
with traffic
o n
railway, highways, or water, without the prior wri tten consent of
the proper authorities.
DATE: March 2011
CITYZ.
F
M1AMI3ER6H
18
0
U U
L
V
1c
U
J
1
J
L L
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 119/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 120/152
net dolla r
savings
shall be shared equally between Contractor and
City and
shall
be
processed as
a
d ed uc tiv e C ha n ge Order. City may require
Contractor
to furnish at
Contractor'
s
expense a
special
performance guarantee or
other surety
with
respect to
an y substitute approved after award of the Contract.
34.
Continuing
the Work:
Contractor shall carry
on
the Work and adhere to the progress schedule during a l l
disputes or d isagreements
with City,
including disputes or disagreements concerning
a
request fo r a Change Order , a request fo r a change in the Con trac t Price or Contract
Time. T he W o rk shall
not be
delayed or postponed
pending
resolut ion of any disputes
or disagreements.
35.
Changes in the Work or
Terms
of Contract
Documents:
35. 1 .
Without invalidating the
Contract
an d without notice to any s ure ty City reserves
a nd s ha ll have the right, from time to tim e to make
such
increases, decreases or
other changes
in
the. character or
q ua ntity o f the
Work
as may
be,
considered
necessary
or desirable to complete fully and
acceptably
th e proposed
construction in a satisfactory
manner.
Any
extra
or
addit ional
w o rk w ith in the
scope
o f this P ro ject
must be
accomplished by means of
appropriate Field
Orders an d Supplemental Instructions
or
Change Orders.
35.
2.
Any changes
to
the terms
of the Contract
Documents
must b e
contained in '
a
written
document,
executed
by the
parties
hereto, with
the same
formality and of
equal dign ity prior to the initiation of any work reflect ing
such
change. This
section
shall
not
prohibit
the issuance
of
Change Orders executed o nly by C ity
as
hereinafter provided.
36.
Field
Orders and Supplemental
Instructions:
36.
1 .
The
Contract
Administrator, through
Consultant,
shall
ha ve the rig ht
to
approve
and
is sue F ield
Orders setting forth wri tten interpretations of th e in te nt of the
Contrac t D oc uments
an d ordering .minor
changes
in Work execut ion,
providing
the
Field Order invo lves no change in the Contract Price or the Contract
Time.
36.2.
C o ns ulta nt s ha ll h av e
th e rig ht
to approve an d is su e Supplemental Inst ructions
setting forth written orders,
instructions,
or interpretations concerning the
Contract
Documents
or its
performance
provded
such
Supplemental
Instructions involve
no
change in the Contract Price
or
the Contract Time.
37.
Change Orders:
37.1 .
Changes in the quantity or character
of
the Work
within
the scope
of
the Project
which are not properly the
subject
c i f .
F i e l d Orders
o r
Supplemental Instructions,
including a ll changes resulting in changes in t h e Contract Price, or the Contract
Time, shall
be
autho rized o nly by Chang e
Orders approved
in advance and
issued
in accordance with
the
provisions of
the
City.
DATE: March 2011
C :
ITY,
OF- M p ,AMI:
BEACH ,;
u ,
20 0
0
0
0
0
0
U VU
V V
V
U
U
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 121/152
37.2.
All
changes
to
construction
contracts
must
be approved
in advance in
accordance
with the value of the Chan ge Order o r the
ca lcu la ted value
of the
time
extension.
All
Change
Orders with
a value
of $
25 , 00 0 or m ore shall
be
approved in advance by the Mayor an d City Commission.
All
Change Orders
with
a
value
of
less than $
25 , 00 0
shall
be
approved
in
advance
by
the
City
Manager orhis designee.
37.
3.
I n
th e e ve nt
satisfactory adjustment
cannot
be
reached fo r an y
item requiring
a .
change in the Contract Price or Contract T ime, and a Change Order has not
been issued,
City reserves
the
right at it s sole
option
to either
terminate
the
Contract as it applies to the
items in '
question and make such
arrangements
as
may b e deemed
necessary to complete the disputed
work;
or submit the
matter
in
dispute to
Consultant as
se t forth in Article 12 hereof. During the p en d en c y o f
the dispute, and u po n
receipt
of
a
Change
Order
approved
by
City, Contractor
shall promptly
proceed w i t h
the
change
in the Work involved a n d
advise
the
Consultant
an d
Contract Administrator
in writing
within seven (
7)
calendar days
of
Contractor'
s
agreement
or disagreement with
the
method, if
any,
provided in
the
Change
Order
fo r
determining
the
proposed adjustment
in
the
Contract
Price
or Contract Time.
37.4.
O n approval
of
any Contract change increasing the Contract Price, Contractor •
shall
ensure that th e performance
bo nd a nd
payment
bond
are increased so
that
each reflects
the
total Contract Price as increased...
37.5.
Under .circumstances
determined necessary
by
City, Change Orders
may be
issued
unilaterally
by City. .
38.
Value
of
Change
Order Work:
38. 1 .
The value of a n y
work
c o v e r e d b y a C h a n g e Order. o r of a n y c la im for a n
increase
or
decrease
in
the Contrac t P ri ce shall be
determined
in one of the
following ways:
38.
1 . 1 .
W here the work
involved
is
c ov ere d by
unit prices
contained
in
the
Contract Documents, by application of
un it pri ces
to the quantities of
items
involved, subject
to the
provisions
of Section
38 . 7.
38.
1 . 2.
B y mutual a c c e p t a n c e of a lu m p s u m which Contractor a n d C it y
acknowledge
contains a
component
for
overhead and
profit.
38.
1 .
3.
On the b as is o f the "cost of work," determined as provided
in
Sections
38. 2 an d 38.
3 ,
plus a Contractor'
s
fee fo r
overhead
and
profit
which is
determined as.
provided in Section
38.4.
38.
2.
The
term " cost
of
work"
means the
sum of
all
direct costs
necessarily incurred
a n d
paid
b y
Contractor
in
the
proper performance
of the Work described
in
the
Change Order.
Except a s
otherwise may be
agreed to
in
writing
by City,
such
costs
shall be in amounts no higher than those prevailing in the lo ca lity o f the
Project, shall include only
the fol lowing
items and shall
no t include
any of the
costs itemized in Section 38.3.
DATE: March
2011
C(TYQF M 4MI .
2`;
o u
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 122/152
38.2. 1 .
Payroll costs
for
employees in
the
direct
employ
of
Contractor
in
the
performance
of the
work
described
in
the Change
Order under
schedules
o f jo b
classifications
agreed upon
by City
an d
Contractor.
Payroll costs
for employees
not employed
full time
on
the work
c o v e r e d
b y t h e
C h a n g e
O r d e r
s h a l l
b e
a p p o r t i o n e d
o n
t h e b a s i s
o f
their
time spent
on
the
work.
Payroll costs shall
include, but not
be
limited to, salaries and wages
plus
the
cost of fringe benefits which
shall include
social
security contributions, unemployment, excise
and
payroll
taxes,
workers'
or workmen'
s compensation,
health
and
retirement benefits,
bonuses, sick
leave,
vacation
and holiday pay
application Thereto.
Such employees
shall
include superintendents
and foremen
at
the
site.
The expenses of
performing
the work after
regular work ing hours, on Sunday or legal holidays,
shall
be
included
in
the above to the
extent
authorized by City.
38. 2.2. .
Cost of
al l
materials and equipment furnished and incorporated
in
the
work,
in clu din g c os ts
of
transportation
an d
storage thereof,
and
manufacturers' field services required in connection
therewith.
All
cash discounts
shall
accrue to
Contractor
unless City deposits funds
with Contractor with
which
to make payments,
in which
case the cash
discounts shall accrue to City.
All trade discounts, rebates
and
refunds,
and
all returns from sale of surplus materials
and
equipment
shall accrue
to City
and
Contractor
shall
make
provisions
so
that
they
m ay
be obtained.
Rentals of
all
construction
equipment and
machinery
and
the parts
thereof
whether rented from Contractor
or
others in accordance with rental agreements approved by City with
the
advice
of Consultant an d the costs
of
transportation, loading,
unloading,
installation,
dismantling an d
removal
thereof,
all
in
accordance with the
terms
of
said
agreements.
The rental of any
such equipment, machinery o r pa rts sh all c ea se when th e u se th ere o f
is
no
longer necessary
for
the
work.
38.2.3..
Payments made by Contractor to Subcontractors
fo r
work per formed
by Subcontractors.
If required
by
City,
Contractor shall obtain
competitive bids from
Subcontractors
acceptable to Contractor an d
shall deliver such
bids
to City wh o will then determine, with the
advice
of Consultant, which bids will be accepted.
If the Subcontract
provides that the
Subcontractor
is to be paid on the basis
of
cost of
the
work
plus a fee, the Subcontractor's cost of the work shall be
determined in the same manner as Contractor ' S
cost
of
the
work. All
Subcontractors shall
be subject to the
other
provisions o f the
Contract
Documents insofar as applicable.
38.
2.
4.
Cost o f special
consultants, including,
but.
not limited to, engineers,
architects,
testing laboratories, an d
surveyors
employed fo r
services
specifically
related
to the performance of the
work
described in the
Change Order.
38.2.5.
Supplemental costs including the following:
DATE: March
2011
COYOF MIAMI
E1EACH-
22 V . ,
JW
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 123/152
38.2.5. 1 .
The . proportion of necessary
transportation,
travel an d
subsistence expenses
of Contractor'
s employees incurred
in discharge of
duties
connected with the w ork e xc ep t
fo r
local
travel to
and
from
the site
of the
work.
38.2.5. 2.
Cost, including transportation and maintenance, of al l
materials, supplies, equipment, machinery, appliances,
office
an d temporary
facilities
at the
site
and
hand tools
no t
owned
by the workmen, which are consumed
in
the
performance of the work, and cost less market value of
such
items
used but not
consumed which remains
the
property
of Contractor .
38. 2.5. 3.
Sales, use, o r s im ila r ta xe s re la te d to the
work,
an d
for
which
Contractor is liable, imposed by
any governmental
authority.
38.2.5.4.
Deposits lost
for .
causes
other than
Contractor's
negligence;
royalty
payments and fees
fo r permits
and
licenses.
38.2.5.5.
The cost
of utilities, fuel
an d sanitary
facilities at the site.
382.
5.6.
Receipted
minor expenses such as telegrams,
long
dis tance telephone
calls,
telephone
service at the
site,
expressage
an d
similar petty
cash
items
in connection
with
thework.
38.2.5.7.
Cost
of
premiums for addit ional
bonds an d
insurance
required because of changes in
the
work.
38. 3. The
term "
cost of thework" shall
not
include any
of
the
following:
38.3. 1 .
Payroll costs
and
other compensation of Contractor'
s
officers,
executives,
princpas (
of partnership and
sole proprietorships),
genera
managers,
engneers,
achtects,
estimaors,
lawyers,
auditors,
accountants, purchasing and
contracting
agents,
expediters,
timekeepers, clerks
and
other
personnel employed
by Contractor
whether at the
site
or in its principal or
a branch office
for
general
administration of the work an d no t specifically included
in the
agreed-
upon
schedule of jo b
classifications
referred to
in Section 38 . 2. 1 . ,
all
of
which are
to
be c on sid ere d
administrat ive
c os ts c ov ere d by
Contractor' s fee.
38. 3.
2.
Expenses of
Contractor' s
principal an d branch offices other than
Contractor'
s
office
at the site.
DATE:
March
2011
V JJ
0
000
J
000
CiTY0F`MIAMI`aEACh _.
0
00o0J
J
J v
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 124/152
38. 3.3.
Any . part of Contractor' s
capital
expenses,
including interest on
Contractor'
s
capital employed for the work and charges against
Contractor fordelinquent
payments.
38.
3.
4.
Cost of premiums
for
all
Bonds and
for
all
insurance whether or
not
Contractor is required by
the
Contract
Documents
to
purchase
an d
maintain the
same,
except for additional bonds
and
insurance
required because of changes
in
the
work.
38.
3.5.
Costs due to the negligence or neglect of Contractor,
any
Subcontractors, o r a nyo ne d ire ctly o r ind irect ly employed by any of
them
or
for whose
acts
an y o f them .may be liable , inc lud ing bu t no t
limited to,
the
correction of defective work, disposal of materials or
equipment wrongly su pplied a nd
making
good an y damage to
property.
38. 3. 6.
Other overhead
or general
expense costs of any
kind
and the cost of
an y item not specifically
and
expressly
included
in
Section. 38.
2.
38. 4.
Contractor'
s fee allowed to
Contractor
for
overhead
and
profit shall
be
determined
as
follows:
38.4.
1 . A
mutually acceptable fixed fee or if
none ca n
be agreed upon,
38.4. 2. A
fee
based
on
th e fo llo win g p erc en ta ge s o f
the
various portions o f the
cost of
the work:
38.4.2.
1 .
For costs incurred under Sections
38.
2. 1 and
38.
2. 2,
Contractor' s fee shall not exceed ten percent (10 %).
38.4.2.2.
For costs incurred
under
Section 38. 2. 3, Contractor's
fee
shall not
exceed
seven
and
one
half
percent
7.
5 %);
and if
a
subcontract is on the
basis
of
cost
of
the work
plus a
fee, the maximum allowable to the
Subcontractor as a fee for
overhead
and profit shall not
exceed ten
percent (
10 %);
and •
38. 4.2.3.
N o fee shall be payable on the basis of
costs itemized
under
Sections
38.
2.
4
and 38.
2.5, (
except Section
38. 2.5.3),
and
Section
38.
3.
38.
5.
The am ou nt of
credit to
be
a llo wed by
Contractor to City
for
an y such
change
which
results
in a
net
decrease
in
cost,
will
be the amount of the actual net
decrease.
When
both
additions
a n d credits
are
involved in any one,change, the
combined
o ve rh ea d a nd
profit
s ha ll be
figured
on
the basis
of
the
net` ncrease,
if
any, however,
Contractor s ha ll n ot be
entitled
to claim
lost profits for
an y Work
not
performed
DATE: March 2011
UJJ
3
L uU
V J U
G
TYOF fv l IAM1. 6EAGH`
J J
J J
L
Ju0
J
J
j v J
J ,
30
J_i_J
J
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 125/152
38. 6.
Whenever the cost
of
any
work
is
to
be
determined
pursuant
to Sec tions
38.2
and 38.
3, Contractor will submit
in
a form acceptable
to
Consultant
an
itemized
cost breakdown together with the supporting data.
38.
7.
Where . the quanti ty of
any item
of
the W ork
that
is
covered
by
a
unit price
is
increased or decreased by m o re th an
twenty
percent ( 20 %)
from
the quantity
of
such
work indicated
in
the Contract Documents, an appropriate Change Order
shall
be
issued to adjust the unit price,
if
warranted:
38.
8.
Whenever a change
in
the Work is
to.
be
based
on
mutual
acceptance of a lump
sum,
whether the amount is an addition,
credit
or no
change -
n -cost, Contractor
shall submit an in itia l cost
estimate
acceptable to Consultant an d
Contract
Administrator.
38. 8. 1.
Breakdown shall
list
the
quantities
and unit prices for materials, labor,
equipment and other items
of
cost.
38.
8.2.
Whenever .
a change involves
Contractor and
one or
more
Subcontractors and the
change is an
increase
in
the Contract Price,
overhead
and
profit
percentage for
Contractor
and each
Subcontractor shall
be
itemized separately. .
38.9.
Each
Change
Order must
state
within the body of th e C ha ng e
Order
whether it
is
based upon un it p ri ce , neg o ti ated lum p sum, or "
cost
of the
work."
39.
Notification
and Claim for
Change of Contract
Time
or Contract
Price:
39.
1.
Any
claim
for
a
change
in
the
Contract
Time or
Contract
Price shall
b e
made b y
written notice by Contractor
to
th e C on tra ct
Administrator
and to Consultant
within f ive ( 5) calendar days of the
commencement
o f th e event giving rise to th e
claim
an d
stating the general nature
an d
cause of the c la im .
Thereafter, within
twenty ( 20) calendar days
of
the termination
of
the
event
giving
rise to
the claim,
written
notice
of
the extent of
the
claim
with
supporting
information
an d
documentation shall be provided unless Consultant
allows
an additional
period of
time to ascertain more accurate data in support of the claim and such notice shall
be accompanied
by
Contractor's wri tten notar ized statement
that
the adjus tment
claimed
is
th e
entire
adjustment
to which
the
Contractor has
reason
to
believe
it
is
entitled
as
a re su lt o f
the
o cc u rre n ce o f said
event.
All claims for changes
in
the Contract Time or
Contract
Price
shall
be determined by Consultant in .
accordance
with Article 12
hereof, if
City and Contractor
cannot
otherwise agree.
IT IS EXPRESSLY
AN D
SPECIFICALLY AGREED THAT ANY AND ALL
CLAIMS FOR CHANGES
TO
THE CONTRACT TIME OR CONTRACT PRICE
SHALL
B E
WAIVED IF
N OT
SUBMITTED
IN
STRICT
ACCORDANCE
WITH
THE
REQUIREMENTS OF THIS SECTION.
39.
2.
The.
Contract
Time
will
be
extended
in
an
amount equal
to
time
lost
on
critical
Work
items
due to delays beyond the
control
of an d through no fault or
negligence of
Contractor if
a claim is
made therefore as provided
in
Section
39 . 1 .
Such delays
shall
include, but not be
limited
to, acts or neglect by
any
separate
contractor employed by City, fires, floods, labor disputes, epidemics, abnormal
weather conditions or acts of God.
DATE:
March
2011
C,TYOF
llllMMl aEACFi
25
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 126/152
40.
No
Damages for Delay:
N o
claim fo r damages
or
any cla im,
other
than
for an
extension of
t ime, shall
be made
or
asserted against
City
by
reason of an y delays except
as
provided
herein.
Contractor
shall not be entitled
to an
increase
in
the
Contract Price or
payment
or
compensation
of
an y
kind from City
fo r
direct,
indirect, consequential, impact or other costs, expenses
or
damages,
in clu din g bu t not lim ited to costs of a cc ele ra tio n o r
inefficiency,
arising
because of
delay,
disruption, interference or
hindrance
from
an y cau se
whatsoever,
whether such
delay,
disruption,
interference
or
hindrance
be
reasonabe or
unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided,
however, that this
provision shall not
preclude
recovery
o f
damages
by Contractor for
actual delays due sole ly
to fraud, bad faith or act ive
interference on the
part
of
City
or its
Consultant.
Otherwise, Contractor
shall
be entitled o nly to
extensions of the
Contract
Time
as the s ole a nd
exclusive
remedy
fo r
such resu lt ing
delay, in
accordance with an d
to
the
extent
specifically
provided
above..
41.
Excusable Delay; Compensable;
Non -
Compensable:
41.
1
Excusable Delay. Delay which extends the completion of
the
Work
and
which is
caused by
circumstances beyond the control of Contractor or
its
subcontractors,
suppliers or vendors is Excusable Delay.
Contractor
is entitled to a time extension
of the Contract
Time for each day the
Work
is
delayed
due to
Excusable Delay. Contractor shall
document its claim
fo r
any t ime ex tens ion as provided in Article 39 hereof.
Failure
of
Contractor to
comply
with Article 39
hereof as to
any particular
event
of
delay
shall
be
deemed conclus ive ly to
constitute
a
waiver, abandonment or
relinquishment of
an y
a nd a ll
claims resulting
from that particular event of
delay.
Excusable Delay may be
compensable or
non-
compensable:.
a)
Compensable
Excusable
Delay.
Excusable Delay is compensable when (
1 )
the de lay
e xte nd s the C on tra ct T im e, (
ii) is caused by circumstances
beyond the control
of the Contractor or its subcontractors, suppliers or
vendors, and ( iii) is caused solely
by
fraud, bad faith or active interference
on
the
part of City
or
its
agents.
In no event shall Contractor be
compensated for interim delays which
do
not
extend
the Contract
Time.
Contractor
shall be
entitled
to
direct
and
indirect
costs for Compensable
Excusable Delay. Direct costs recoverable by
Contractor
shall
be
limited
to
the
actual
additional costs allowed
pursuant
to Article
38
hereof.
City
and
Contractor recognize
an d
agree that th e a m ou nt
of
Contractor'
s
precise
actual
indirect costs
fo r delay
in
the performance and completion of the Work is
impossible
to
determine as of
the
date
of
execution of
the Contract Documents,
and that proof of the precise amount will
be
difficult.
Therefore,
indirect
costs
recoverable by the Cont ractor shall be liquidated
on
a daily basis fo r
each
day
the Contract Time
is
delayed due to a Compensable Excusable Delay.
These
cITYOF
M :AK BEAC :i .
DATE:
March 2011
L 0
0
0
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 127/152
l iquidated
indirect
costs
shall
be
paid to compensate
Contractor
for al l
indirect
costs
caused
by a
Compensable
Excusable
Delay and shall include, but not
be
limited to, all profit on indirect costs, home off ice overhead, acceleration, lo ss o f
earnings, loss of
productivity,
loss of bonding capacity, loss of opportunity
and
all
other
indirect costs
incurred
by
Contractor.
The
amount
of liquidated
indirect
costs recoverable shall be one
thousand four
hundred dollars ($
1,
400) per
day
for
each .
calendar
day the Contract
is
delayed due to a Compensable
Excusable Delay.
b) Non- Compensable Excusable Delay. When Excusab le De lay is (
i)
caused
by circumstances beyo nd the control
of Contractor, its
subcontractors,
suppliers
an d
vendors,
an d
is also caused
by circumstances
be yo nd th e
control
of
the City or Consultant, or ( i i ) is caused jointly or
concurrently
by
Contractor or its
subcontractors, suppliers or vendors
and by
the City
or
Consultant, then Contractor shall be entitled
only to a
time extension and
no
further
compensation
for
the
delay.
42.
Substantial Completion:
When
Contractor considers that th e W o rk , or a portion thereof designated
by City
p u r s u a n t
to
A r t i c l e
2 9
hereof, h a s r e a c h e d S u b s ta n t ia l C o m p le t io n ,
C o n t r a c t o r s h a l l
s o •
n o t i f y
C i t y a n d Consultant
in writing.
Consultant a n d City shall then promptly inspect
the
Work. When Consultant, on the basis o f
such
an inspection, determines
that
the
Work
or designated
portion
thereof is substantially complete, it will then prepare a Certificate
o f Subs tan tial
Completion
in
the
form
attached hereto
as
F orm 00925 .which shall
establish the Date of Substantial Completion;
shall
state the responsibilities of City and
Contractor for security, maintenance, heat,
utilities,
damage to the
Work, and
insurance;
and shall list all Work ye t to be completed to sat is fy the requirements of the Contract .
Documents fo r Final Completion. The fa ilu re to in clu de a ny
items
of
corrective
work
on
such list does no t alter the
responsibility of
Contractor
to
complete all of the W o rk in
accordance
with
the Contract Documents.
Warranties required by the Contract
Documents
shall
commence
on
the
date
of
Substantial Completion of
the Work
or
designated
portion thereof unless
otherwise
provided
in
the Certi fi ca te o f Subs tan tial
Completion.
The
Certificate
of Substantial Complet ion shall be
submitted
to
City
through
th e
Contract Administrator an d Contractor
for t
heir written
acceptance
of the
responsibilities assigned to them
in
such Certificate.
43.
No
Interest:
A n y m o n ie s n o t p a i d b y C it y w h e n c l a i m e d
t o b e
d u e
t o
Contractor u n d e r
t h i s
Agreement, including, but no t limited to, any a n d
a ll
claims fo r
contract
damages of
any
type,
shall
no t be
sub jebt to in te rest
including, but
no t limited to prejudgment interest.
However,
the provisions of City's
prompt
payment ordinance,
as such
relates to
timeliness
of payment, and
the provis ions
of
Section
218.74(4),
Florida
Statutes (
1989)
as
such relates to
the payment
of interest,
shall
apply to valid and
proper invoices.
44.
Shop
Drawings:
44.
1.
Contractor sha ll, submit Shop Drawings as required by the Technical
Specifications.
The
pu rp ose o f
the
Shop Drawings
is
to show
the suitabi li ty ,
DATE:
March 2011
C.TYOF 4 J I I , M I I EA( H'
27
u
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 128/152
efficiency,
technique of
manufacture, installation
requirements,
details
of the
item
and evidence of its compliance or noncompliance with the Contract
Documents.
44.
2.
Within thirty (
30)
calendar days
after the
Project
Ini tiat ion Date
specified
in
the
Notice to Proceed, Contractor
shall
submit to Consultant
a
complete
list of
preliminary
data
o n items for
which Shop
Drawings
are
to
be submitted and
shall ident ify
the critical items. Approval of this
list by .Consultant
shall
in
no wa y
relieve Contractor from submitting complete Shop Drawings an d providing •
materials, equipment,
etc.,
fully in accordance with the Contract Documents.
This procedure
is
required
in
order
to
expedite final approval
of Shop
Drawings.
44.3.
After
the
approval of the list of items required in Section
44.
2 above, Contractor
shall
promptly
request
Shop Drawings from the various manufacturers,
fabricators,
an d suppliers.
Contractor
shall include
al l
shop drawings
and other
submittals
in
its
certification.
44.4.
Contractor
shall thoroughly rev iew
an d
check the
Shop
Drawings
a nd e ac h
and
every
copy
shall show this approva l thereon.
44.5.
If the
Shop
Drawings show •
or indicate departures from the .
Contract
requirements, Contractor shall make
specific
mention
thereof in , its
letter of
transmittal.
Failure to point out
such
departures shall not relieve Contractor
from
its
responsibility to
comply with
the
Contract
Documents.
44.
6.
Consultant
shall review and appro ve
Shop
D ra win g s w ith in fourteen (
14)
calendar days from the date rec ei ved , unless said Drawings are rejected
by
Consultant for
material reasons. Consultant '
s
a pp ro v al o f S ho p Drawings wi ll be
general an d shall not
relieve Contractor .
of responsibility for
the
accuracy of
such
Drawings,
no r fo r the proper fi tting and construction of the work , nor
fo r
the
furnishing
o f materials or
work
re qu ire d by
th e Con tract
Documents and no t
indicated
on
the
Drawings.
N o
work
called
for
by S ho p D ra win gs
sha ll be
performed
unti l
the said
Drawings have
been approved
by
Consultant.
Approval
shall not
relieve Contractor f rom
responsibility for errors or omissions of
an y
sort
on the Shop Drawings.
44.
7.
N o a pp ro v al will be
g iv en to
partial
submittals of Shop Drawings fo r
i tems which
interconnect
and /or ar e interdependent where necessary to properly evaluate
the
design.
I t is
Contractor'
s
responsibil ity to assemble the
Shop
Drawings fo r
all
such interconnecting
and /
or interdependent items, check them
and
then
make one
submittal
to
Consul tant
along
with
its
comments as
to
compl iance,
noncompliance,
orfeatures
requiring
special attention.
44.
8.
I f catalog sheets
or
prints
of manufacturers'
standard
drawings
are
submitted
as
Shop Drawings,
any
additional
information or changes
on
such drawings
shall
be
typewritten or
lettered in
ink..
44.9.
Contractor
shall su bm it
the
number
of
copies required
by Consultant.
Resubmissions
of Shop
Drawings sha ll be made
in
th e s am e quantity
until
final
approval
is obtained.
DATE: March 2011
CITYQ`
r
M I A O V I I BEACF± ,,
2&, " '
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 129/152
44.10.
Contractor shall keep one set of Shop Drawings marked with Consultant 's
approval
at the
job site
at all
times.
45.
Field
Layout of the Work
and
Record Drawings:
45. 1 .
The entire
responsibility
for establishing and
maintaining
l ine an d grade in
the
field lies
with
Contractor.
Contractor shall maintain
an
accurate and precise
record of the location and elevation of all
pipe
lines, conduits, structures,
maintenance access structures, handholes, fittings and the
like
and shall
prepae record or "
as-built"
drawings of the
same
which
are sealed by
a
Professional Surveyor.
Contractor shall deliver these records in good order to
Consultant
as the
Work
is completed.
The cost
of all such
field layout and .
recording work
is included in the prices bid for the
appropriate
items.
Al l
record
drawings
shall be
made
on
reproducible paper
an d shall be
delivered to
Consultant
prior to, and as
a
condition
of, final
payment.
45.
2.
Contractor
shall maintain in a safe place at the
Project
site
one record copy of
all
Drawings,
Plans, Specifications,
Addenda,
written amendments,
Change
Orders,
Field Orders and written interpretations and clarifications in
good
order
and annotated
to show
al l
changes made
during
construction.
These record
documents together
with all
approved samples
and
a.
counterpart of all approved
Shop Drawings shall
be
available
at
all
times to Consultant
fo r reference. Upon
Final
Completion of the Project and
prior
to Final
Payment, these
record
documents, sam ples and Shop D rawin gs
shall be
delivered to the Contract
Administrator.
45. 3. Prior to,
and
as a condition precedent to
Final Payment, Contractor
shall
s u b m i t t o
C i t y ,
C o n t r a c t o r ' s
r e c o rd d r a w i n g s o r
a s -
b u i l t
d r a w i n g s
a c c e p t a b l e
t o
Consultant.
46. -
Safety
and Protection:
46. 1 .
Contractor
shall
be
so le ly responsib le
fo r
initiating,
maintaining
an d supervising
all safety precautions an d programs
in
connection with the Project.
Contractor
shall
take all necessary
precautions
for .he safety of, and
sha ll pro vid e the
necessary protection to prevent damage, in jury
o r loss
to:
46. 1 . 1 .
All employees
on the work
site
an d
other persons who may be
affected thereby;
46.
1 . 2.
All the work and all materials or equipment
to
be incorporated therein,
whether in storage
on or off the Project
site;
and
46.
1 .
3.
Other
property
at
the P ro je ct s ite o r adjacent
thereto,
including
trees,
shrubs, lawns, walks, pavements, roadways, structures and utilities
not
designated for removal, relocation
or
replacement in the course of
construction
DATE:
March
2011
CITYQ ?.MIAUll
BEACH
2e-
L.
1
u u
U
u
u
a
uJc
k
J.
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 130/152
46.2.
Contractor
shall
comply with
al l
applicable laws,
ordinances, rules,
regulations
and orders o f any public body
having
jurisdiction fo r th e s afe ty o f pe rs on s or
property
or
to pro te ct them from damage, injury
or loss ; and
shall erect
and .
maintain all
necessary sa feguards fo r such safety
and
protection.
Contractor
shall n otify o wn ers o f
adjacent
property and utilities
when pro secu tio n o f the
work may affect them. All
damage, injury
or
loss to any
property referred
to
in
Sections 46 . 1 . 2 and 46. 1 . 3
above,
caused
directly
or indirectly,
in
whole or in
part, by Contractor , any
Subcontractor or anyone
directly
or
indirectly
employed
by
any of them o r .
anyone fo r whose acts any
of them may
be
liable,
shall be
remedied by Contractor .
Contractor's
duties
and responsibilities
for
the
safety
and protection
of
the
work
shall
continue until
such
time
as
all the Work is
completed an d
Consultant
has issued
a
n otice to City an d
Contractor
that the
Work is acceptable except as otherwise provided in Article 29
hereof.
46.
3.
Contractor shall
designate
a responsible
member
of its organization
at
the Work
site
whose
duty shall be the prevention of
accidents.
This person
shall
be
Contractor'
s
superintendent uness otherwse
designated
in
writing by
Contractor to City.
47.
Final
Bill
of Materials:
Contractor shall
be
required
to
submit to C ity
an d
Consultant
a final bill of
materials with
of all materials with a unit
cost
for each material and
thc
total
shall
agree with unit costs
established for ach Contract item. A Fina l
Certificate
for Payment cannot be
iacucd
by
accuracy
of thc
units
of
Work.
48. Payment by
City
for Tests:
Except when
otherwise spec if ied
in
the Contract
Documents, the expense of al l
tests
requested by
Consultant
shall
be
borne
by City
and
performed by
a
testing
firm chosen
b y Consultant. F o r r o a d construction projects
the
procedure
for making tests
required b y
Consu ltant wi ll
be in con fo rmance w ith the m ost
recent
edition
of
the
State
o f Florida,
Depar tmen t o f
Transportation
Standard
Specifications for Road
and
Bridge
Construction.
The
cost
o f any
required
test
which
Contractor
fails shall
be
paid
fo r
by
Contractor.
49.
Project
Sign:
Any requirements for
a
project
s i g n shall
b e
p a i d b y
the Contractor
a s
specified b y
C i t y
Guidelines'.
r
50.
Hurricane
Precautions:
50. 1 .
During such periods o f
time
as
are
designated
by
the
United
States
Weather
Bureau as
being
a
hurricane warning or alert,
the
Contractor,
at
no cost
to
the
C i t y , s h a l l t a k e a ll p r e c a u t i o n s n e c e s s a r y t o s e c u r e t h e P r o j e c t s i t e in r e s p o n s e
to
all
threatened storm
events,
regardless of whether the C ity o r C o ns ulta n t
has
gven
notice
of
same
DATE: March 2011
CITYO-
MIAMI BEACF
30:,
U
V
u
0
V
V
V
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 131/152
50.2.
Comp liance w ith any specific hurricane warning o r a le rt precautions will not
constituteaddtionawork.
50.
3.
Conditions.
50.4. Suspension of the Work caused by a threatened or actual storm event,
regardless
of
whether
the
City has directed such suspension, will
entitle
the
Contractor to
additional Contract
Time as noncompensable,
excusable delay,
and shall not give
rise
to a claim for compensable delay.
51. Cleaning
Up; City's Right to Cean
Up:
Contractor
shall
at all t imes keep the
premises
free from accumula tion of waste
materials or rubbish caused
by its
operations.
At
the completion of the
Project,
Contractor shall remove
al l
its waste materials an d rubbish from
and
about the
Project
as
well as
its
tools,
construction equipment,
machinery
and
surplus
materials..
If
Contractor fails
to clean
up
during
the
prosecution of the.
Work or at
the
completion
of
the Work , City may do so and the cost
thereof
shall be
charged to Contractor.
If a
dispute
arises between Contrac tor
and
separate
contractors as
to their responsibility fo r
cleaning
up,
City may clean up
and
charge the cost
thereof to
the con tractors
responsible therefore as Consultant
shall
determine
to
be just.
52.
Removal of Equipment:
I n
c a s e o f t e r m in a t io n
o f t h is C o n t r a c t
b e f o r e
c o m p l e t io n
f o r any
c a u s e
w h a t e v e r ,
Contractor, if
notified
to do so by City, shall
promptly
remove any part
or
al l
of
Contractor' s equipment and supplies from the proper ty of
City,
failing which City shall
have
the
r igh t to
remove such
equipment an d supplies
at
the expense of
Contractor.
53.
Nondiscrimination, .
Equal Employment Opportunity, and
Americans
with Disabilities
Act:
Contractor shal l no t unlawfully discriminate against any pe rso n
in its
operations
and
activities or
in
its use o r expen ditu re o f funds
in
fulfilling its obligations u n de r th is
Agreement.
Contractor shall aff irmat ive ly comply wi th all applicable prov is ions o f
the
Americans with Disabilities Act (ADA) in the
course
of
providing
an y services funded b y
C i t y , i n c l u d i n g
Titles
1 a n d 1 1 of the ADA ( r e g a r d i n g nondiscrimination
o n
the b a s is o f
disability),
and
all applicable
regulations,
guidelines, and standards.
In
addition,
Contractor
sha ll ta ke affirm ative steps to ensure nondiscrimination in employment
against disabled persons.
Contractor' s
decisions
regarding the delivery
of
services under this
Agreement
shall
be
made
without regard to
or
consideration of
race,
age;
religion,
color, gender,
sexual
orientation, nat ional or ig in,
marital
status,
physical
or
mental '
disability,
political
affiliation,
or
a n y
other factor
which cannot
b e
l a w f u l l y
u s e d
a s
a basis for service
delivery.
Contractor shall no t
engage in
or commit any discriminatory
practice
in v io lation of
City
of Miami Beach Ordinance N o 92. 2824 in performing an y services pursuant to this
Agreement.
DATE:
March
2011
CITYOF
MIAMI E 3 E 'AP'
rl
3.
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 132/152
54.
Project Records:
C i t y s h a l l have the r i g h t
t o
inspect a n d copy,
a t
C i t y ' s expense, the b o o k s a n d r e c o rd s
and accounts of Contractor which relate in any way to the Project, and to any claim fo r
addit ional compensation made
by
Contractor,
and
to
conduct
an
audit
of
the
financial
a n d a c c o u n t i n g r e c o rd s o f
C o n t r a c t o r
w h i c h r e la t e t o t h e P r o j e c t
a n d
t o
a n y
c l a i m f o r
additional compensation made by Contractor.
Contractor shall
retain and
make
available to City a ll
such books
and records and accounts, financial or otherwise,
which
relate
to
the
Project
and
to
any claim for a period of .three ( 3 ) years following Final
Completion of the Project.
During the Pro ject and the three ( 3 )
year
period following
Final
Completion of
the
Project, Contractor shall provide
City
access to its
books and
records upon
seventy -wo (
72)
hours
writ ten not ice.
DATE:
March
2011
U U V
L
0
L
0 U U
CITYCGF MIi
M L
RES.kC1
l:
l
32-
U U L
0
0
U
U
U
G
U
0)
UV U V+
U
L. 1.
0,
U
0.
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 133/152
EXHIBIT IX
RISK
ASSESSMENT
PLAN
The Construction Manager agrees to abide by the
attached
Risk Assessment Plan
dated August 10,
2011, pursuant to the
CM
s proposal submitted
in
response to RFQ #42- 10/11.
U
V
U
V(.
0
000
0
0
0
V
0 0
0
0
UU
0 0
U
0 0
0 0
0 0
0
0
U
U
0
V
U
U
U
U
LJ
V
37
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 134/152
B MINIMUM REQUIREMENTS
5
R I S K
ASSESSMENT PLAN (
RA
Tent'
s
prolect sco
an d
Shell
Renovation),'
Possibili
l
S
rolectacop
earl. requiremen
and requirements
are
not c
esignand budget notcomp
an to
Minimize Risk
Our' °t a f f will
e s t a b l is h . 4:,„
lear
c o n c i s e
a n d t ;
c o n s t a n t `
l i n e o
c o m m u n i c a t i o n
w i t h a ll k e y
t e a m
m e m b e r s
f o r
th e p r o j e c t : ,d u r i n g t h e d e s i g n p h a s e , e n s u r i n g
that
t h e client' s
project
s c o p e
and
requirements are clearly defined and
understood ,
During t
design
p h a s e ,
early,
i n v o l v e m e n t of
t h e D S C s
s t a f f
is e s s e n t i a l . T h e T r o v e s and Steveand
other
assigned,;staff
will
attend
w:
1 :
7 , : . :
e e k l y designf' m e e t m g s ;
to a s s i s t
m
identifying
critical i s s u e s early
in
i
x
' Ix sr Y i [i 1 4 e a r 7 -r*.
t V , , -
m. , N
k f,
the
p r o c e s s
to,
help ebmmae, C a a changes to t h e project s c o p e and requirements Our team will
provide
p
o '
r e s s
e s t im a te s n d 'construe #abiht ' r e °
S o r t ,
;:',
+
teach
desi
n
milestones to guarantee
P
pg, ,,
F
Yap
9
9
T a t the
i n te n d e d d e s ig n and budget „are m s y n c h
witl th e Gty
of
Miami'
s p r o je c t s c o p e ;
and'
l& '.
tr %
uirements
Risk
2
B E A .
A r c h i t e c t s
A
Plan' to
Minimize
Risk
7
h e
init ial project s c h e d " le will
be submitted'
t o
City, of
Miami
Beach, BEA Architects,
an d
Consultants fo r
and approval , it
will
identify
critical
activities
d a t e s a s s o c i a t e d w i t h d e l iv e r a b l e s t h a t
a r e
p a r t o f
t h e
C i t y
o f
M i a m i a n d , B E A A r c h i t e c t s ,
a n d
Consultants
approval process
D S C
will identify
a
t im e
frame associated with t h e
approval"
p r o c u r e m e n t p r o c e s s a n d `
i n s t a l l a t i o n
o f
Landscape
M aterials ( visit nursery t o identify
acceptable plant
materials
to be installed on the
prolect),
identify time frame '.
or
the proper approval,
procurement
an d installation of walkway
a nd tre e
pit
finishes
provide
mock -
up
samples o f walkway an d
tree pi t finishes
for
approval);
Identify
time
frames
associated
with
the
approval,
procurement and installation of unique seating
tables, speciality lighting
and
marquee signage;
r
The
prolect schedule °
w i l l
b e
r e v i e w e d d a i l y ,
w e e k l y , ' b i - w e e k l y , m o n t h l y
o r
a s
n e e d e d
t o ' k e e p
a ll
k e y
s t a k e h o l d e r s
i n f o r m e d
o f
t h e c u r r e n t s t a t u s o f
a l l s c h e d u le .
procuremenicritical
m i l e s t o n e s
d a t e s yIf a `
project
delay o c c u r s , all
team
members
are informed
immediately, t h e n
a recovery
s c h e d u l e
with the input
of all`k e y t e a m m e m b e r s is
produced
without
delay.
Risk 3:
Environmental Issues -
Detrimental Atmospheric affect of adjacent seawater body
corrosive
effect
to
construction
materials used in
the
systems components)
Plan to Minimize
Risk T h e
t e a m
will collaborate with
t h e
B E A Architects
and subcontractors
t o
recommend const ruc tion mater ia ls
that
are resistant to corrosive
adjacent
saltwater .
atmosphere
Risk
4:
U n c e r t a i n
P e r m i t t i n g
D u r a t i o n s ,
g o v e r n m e n t a l :
a g e n c ie s a c t io n s
d e la y o r
t a k e l o n g
longer t h a n anticipated; regulations change,
new
information needed" for p e r m i t s
Pan to Minimize Risk -
T h e
p r o j e c t t e a m will s c h e d u le m e e t i n g s w i t h
k e y
d e c is io n m a k e r s
o f
all
applicable permitting agencies t o d is c u s s t h e
project
specifics,
project
schedule, current
p e r m i tt in g
p r o c e s s e s ( s u b m i s s i o n , ' r e v i e w ,
a p p r o v a l , a n . t es),
current regulations, and the
expediting process.
The project ,tea
in will o f o'_include
an exper ienced
permit expediter .
The
following
agencies wil l
be
contacted
WASAD,
C ) E R M ` Landscaping,
FDOT,
D E P , Army Co rp o f
Engineers,
and City of Miami Beach - Zoning and Public Works.
D. STEPHENSON
c o„
s t r„ c
c,
00
nc
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 135/152
2.B. MINIMUM REQUIREMENTS -
5.
RISK-
ASSESSMENT, PLAN ( RAP),.
Risk 5:
Price Escalation of Material .Costs
Plan to Minimize
Risk -
During t h e
bidding phase
all qualified
subcontractors, vendors,
a
suppliers, will
be instructed to lock in material c o s t s for the duration
of
the
project..
Risk
6:
I n c o r r e c t
a s -
b u i l t in fo rm a t io n a n d
s u r v e y s ,
u n i d e n t i f i e d a n d id e n t i f ie d
e x i s t i n g
s i t e
u t i l i t i e s and e x i s t i n g e a s e m e n t s that interface with t h e n e w s it e improvements, n e w easements '
n e e d t o
b e recorded and e x i s t i n g s i t e utility s y s t e m s
n e e d s
t o
occurin a
t im e l y
f c i s h i o n ' ` .
t o
not delay t h e
project.
Pan to Minimize Risk
E a r l y
in
t h e
d e s i g n p r o c e s s
t h e
D S C . will v e r i f y a s - b u i l t , s u r v e y ,
a n d
e a s e m e n t
information
that
is '
a c c e s s i b l e
and can
b e actually
verified.
Pan
to:Minimize
Risk
T h e
protect schedule
z n l l b e
developed
from receiving
input from'
a l
parties that are responsible for theprotect
completion date
Included i n t o t h e project', chedule:'
a r e
th e
d e s i g n p r o c e s s a c t i v it ie s , •c o n s t r u c t io n a c t iv i tie s , p e r m l t tr n g % in s p e c t io n s , '
and
F F E
p r o c e s s .
W e
l in k a ll
t h e p r o p e r r e l a t i o n s h i p s a c r o s s
a ll
a c t i v i t i e s s u c h t h a t ' ' t h e s c l e d u l ' ; lo g ic in d ic a t e s a
r e a l i s t i c
c o m p l e t i o n .
T h i s in f o r m a t i o n
W i ll . b e c o n v e y e d e a r l y
t o
t h e
C i t y
o f I v l i a n i B e a c h
S t a f f .
Risk 8:
Minimize
disruption
t o
P a r k
Operations
a n d
E x i s t i n g
Adjacent Community during
renovation of Band Shell -
potential problems
minimizing impact
t o
vehicular and pedestrian
traffic
during construction.
Pan to Minimize Risk -
S c h e d u l e and a t t e n d m e e t in g s
w i t h
t h e
community
l e a d e r s , park
supervisors, and
the appropriate
government agencies to
discuss alternate
pedestrian and
vehicular routes tha t allow for safe entrance and
exit
into park that does no t disrupt the adjacent
community lifestyle. Permanent construction
signage
and experienced
traffic
monitors" "will
be
provided
in
strategic locations (
Collins
Avenue,
72nd
an d
73rd
street) to
direct traffic;
a
comprehensive
M OT
P L A N will b e ,
prepared and
implemented.
R i s k 9 : L o c a l c o m m u n it y s u p p o r t' o f p r o j e c t
Plan'
to Minimize
Risk -
At
project
inception,
there will
b e
a joint
collaboration with the City
of
Miami Beach an d o ur
project staff,
coordinating
community
outreach events
that
inform the
community
of
t h e
project
details, and establish job opportunities through community workshops.
T o createanvolvement and a w a r e n e s s ,
ou r
T e a m will b e utilizing social media-outletsincluding
Twitter,'`Facebook
an d Linkedin
to '
share information with
all interested
parties Designated
a c c o u n t s w i l l
b e
s e t -u p
o n
a ll
3 o u tle ts
b y
a c o o r d i n a t o r
w h o '
w i l l
b e u p l o a d i n g
s t a t u s `
u p d a t e s ,
e v e n t s , a l o n g w i t h p r o g re s s p h o to s
o f
t h e
p r o j e c t .
T h r o u g h .
a h e s e
o u t l e t s a ll i n t e r e s t e d . p a r t i e s will
be
able
to either
follow
the
project
from
start
f i n i s h .
Additionally,
p r o j e c t
p h o t o s '
a n d u p d a t e s
w i l l
b e s h a r e d o n the D . S t e p h e n s o n
W e b s i t e s
for
further e x p o s u r e
for
t h e C i t y of Miami
B e a c h .
Value
Added Options
or
Alternates
Warranty
Period -
D .
Stephenson
Construction
offers ` fwo
jeer- warranty
ins tead of typical one
y e a r , v i d e o t a p e
training
s e s s i o n W i t h
m c i .
t e n c n c e p , sonrel o n a l l
building
s y s t e m s , a l s o
a t
3 month intervals
we
schedule
warranty inspections
with client' s maintenance
staff. There
is no
additional cost
for
this
service.
J
J
JJJ
D.
STEPHENSON
Con
t•ucon
nc
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 136/152
EXHIBIT
X
PROPOSAL
DOCUMENTS
PURSUANT
TO RFQ #
42 -10/11
C.
U
0
O
C (
2
0
0 0
U U 0
U
0
U U
U
U
0
U
U(
1 '_ ( 2
L
0
V
O
0
Ul-
U l
U
0 l;
U( 0
0
0
U
0
00
0
U
U J 0
0
lJ
J
000
U U
J
J
J
00
J :
J
J0
0 0
U
0
38
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 137/152
2. B . MINIMUM
REQUIREMENTS -
1 .
PROPOSER' S EXPERIENCE
a Years of Experience:
D .
Stephenson Construction,
Inc. h a s
19 years of experience
providing
CM @ R i s k and Design
B u i l d
services for
projects of the same
size
and complexity a s required by t h i s
R F Q .
D .
Stephenson
Construction,
I n c .
is
a
Florida
Corporation
established
in
January
30, 1992
by Dwight and Dinah Stephenson,
who instilled
their own values of
honesty
and integrity
in
establishing a
company
dedicated
to
building
long last ing
client
relationships by providing
unequaled
service.
Since
inception,
D. Stephenson Construction, Inc. has provided CM@Risk,
Design Build, Construction
Management
and General
Contracting
services td public and
private sector clients, throughout
Miami -
Dade, Broward,
and
Palm Beach
Counties and
ha s
earned a reputation
fo r
delivering complex projects on time an d within budget.
Ou r team
of dedicated
professionals, known
fo r
being t h e best in
their specialties,
was carefully
assembled from across the
construction
and
administration disciplines to provide first class
construction services fo r each project.
I n
ou r constant pursuit of
providing quality
service, we
offer c l ie n t s t h e
s e r v i c e s
of
m o r e
than
30 e m p l o y e e s from our
offices in F t .
Lauderdale,
Delray
B e a c h , P a l m Beach
County
and
L a k e
Mary
in
Seminole
County.
Ou r
valued
clients
include,
municipal,
park
and recreation agencies, library, higher
and
K -12
educational,
aviation
and
healthcare.
Understanding our
clients' goals
and
seamlessly
integrating t h e m into operations
h a s been
the
k e y to ou r
consistent
growth.
As
our company
expands,
o ur prim ary
commitment
remains
unchanged:
our clients
are
our first priority. W e are proud that m u c h of our
work is a
r e s u l t of repeat clients,
confirming that
our "
client first"
philosophy is more
than
j u s t a
phrase —
t ' s ou r
way
of
doing
business. D. Stephenson Construction, Inc.
ha s become one of the most
renowned providers
of Construction
Services
in South
Florida.
We are driven
to
be the best
at
what we do for
you. Our team ha s
extensive
experience
and
a
great
track record with
similar
projects in the
municipal sector
with similar
components. D. Stephenson Construction Inc. ha s the
resources
to
provide complete and comprehensive CM
@Risk
services.
Other,
esources
include:
Construction Management
Project Management
Construction Management at Risk
Contract Administration
Quality Control
Value Engineer ing
General Construction
Scheduling
Estimating
Subcontractor
Coordination
000 000
0 0
0 . :
0000
i
U
o
0
0000
0
0
0000
Design -Build
P r e - Construction Consulting
Design
Acquisition &
Management
Design Budget Monitor ing
Exterior & Interior Finish Division
Drywall
Stucco
Acoustical
Ceilings
Paint
00oa
U U U
00
0
U
0
L
0 0
U
U
0
O 0 0
U
00 Oo 0 0
0
0
000
0 0
0
DSTEPHENSON
C
on t
rU
C
t
o n
1n-
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 138/152
2.
B.
MINIMUM
REQUIREMENTS -
1 .
PROPOSER'
S EXPERIENCE
b.
Multi -disciplinary Services:
P r e - construction Services is the beginning of
the
project
team'
s joint collaboration in managing
the design
intent
and the
project
requirements
of
the
owner.
Ou r staff
is
thoroughly
familiar
with an d understands
the pre-
construction
process
which
includes but
it
no t
limited to:
Evaluate materials,
systems, &
methods
costs
Prepare progress estimates at design milestones
Coordinate and
review document
progress
Define Scopes of Work
Subcontractor Selection
Material Procurement
As
we move forward in
the project,
D.
Stephenson
Construction develops a plan
specifically
tailored
for your project.
Options analysis
Our staff
has
developed
a
checklist used
to
investigate and analyze all feasible alternate design
optionsand
phases.
Our
staff
will work
with
the
architect
an d
the
City
of
Miami
Beach
to
generate ideas for implementing different
types
of
construction
s y s t e m s . T h e similar
ideas
will
be
grouped
s o
that
a
comparative
analysis
of c o s t s ,
aesthetics, _
availability, durability,
and
p e r f o rm a n c e o f e a c h s y s t e m
during
t h e d e s i g n
d e v e l o p m e n t
s t a g e c a n b e d o n e . -
FACILITY
ASSESSMENT
D. Stephenson
Construction
has
experienced construction professionals
that
have
the
expertise
in
p r o v i d i n g
m u l ti -
disciplinary m a n a g e m e n t
in
t h e
a r e a s
o f
f a c i l i t y a s s e s s m e n t . W h e n t h e
p r o j e c t
s c o p e o f s e r v i c e s r e q u i r e a facility a s s e s s m e n t r e p o r t ; w e
m a n a g e
t h e p r o c e s s
during
t h e
p l a n n i n g
s t a g e
t h r o u g h a c o l la b o r a t iv e e f fo r t
i n c l u s i v e
o f
t h e
c l i e n t '
s f a c i l i t y s t a f f ,
A/ E F i r m s ,
Construction Management
Staff,
and
Selected
Trade
Subcontractors,.Th e project team will
coordinate
meetings
with
al l
appropriate
team
members to
visit,
discuss,
review,
and evalua te
t h e
e x is t in g p h y s ic a l
c o n d i t i o n o f
th e
f a c i l i t y ,
e x p l o r i n g
t h e b e st
s o l u t i o n s
a v a i l a b l e
b a s e d o n
th e
cientsprogramrequirements.
SCOPE DEFINITION/ VALIDATION
AND
BUILDING REVIEW /
INSPECTION
T h e
p r o j e c t s c o p e i s d e f i n e d
a n d
v a l i d a t e d d u r i n g t h e p r e -
c o n s t r u c t io n p h a s e .
Our m a i n f o c u s
is
to establish a clear and
concise
understanding of the client' s program requirements,
as
t h i s
is paramount
in
managing
t h e
d e s i g n
i n t e n t . T h e
p r o j e c t t e a m will
s c h e d u l e
a n d
h o l d w e e k l y
design
coordination /
p r o g r e s s m e e t i n g s ;
all k e y
d e c is io n m a k e r s will
b e in attendance
t o
discuss
MEP /
Structural Systems,
Interior
Finish-
Material
Selections, Job Phasing, Project
S c h e d u l i n g ,
P e r m i t t in g R e q u i r e m e n t s ,
and
Material
P r o c u r e m e n t .
T h e
p r o je c t t e a m will coordinate,
monitor and rev iew
the
design
documents
at
each design milestone
t o
ensure
t h e
design intent
is
achieved.
D S C
prepares progress estimates, and
constructability
reports at each design
milestone
to maintain an d control the project d esig n a nd budget, an d we also verify that
the
d e s i g n is in
c o m p l ia n c e w i th a ll
a p p l i c a b l e
building c o d e r e q u ir e m e n ts .
W e
v e r i f y
t h e b u i l d i n g
codes requirements through the checklist that is
created
at the
design
phase.
UUV
0 ( '
0
000
li 0
U
0
0
U
0 ci
0
0
0
0
0
U(:
00
0
0
0
U V
00
0
0
0
U
U
0
00C
0
VUU:
0
0
J
v U
V 0 0
U
U U
0
3300
V 0 3
U
U U3 UU
3233 ..
3 .
i
D. STEPHENSO
C o
n s
tr
u c
tl o
I
n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 139/152
2. B. MINIMUM
REQUIREMENTS - 1 .
PROPOSER'
S
EXPERIENCE
PLANNING
P l a n n i n g management
p h a s e
begins with
t h e
d e v e lo p m e n t o f b id p a c k a g e s which i n c lu d e lo n g -
le ad tim e
pro cu rem en t packag es
and
subcontractor prequalification.
Th e bid
packages are
customized toward the
capacity and
experience of the local subcontractors. P r e -bid conferences
will
be
held
with
al l
interested
subcontractors
to
discuss
in
detail
site
investigation information,
drawings, project
schedule,
an d the project teams expected standards fo r success. After
receipt
of b id s , e a c h b id
is
analyzed by
t h e
t e a m
t o
verify t h a t it
is 100%
compete
P r e -
Construction begins immediately
after
selection
of h e
firm,
D . S t e p h e n s o n
Construction will
m e e t t h e e a r l ie s t c o n v e n i e n t day with t h e C i t y ' s s t a f f , building
department
s t a f f , appropriate
governmental
a g e n c ie s s ta f f , design professionals, a n d m o s t importantly
t h e
community t o
ensure s u c c e s s f u l coordination beginning with pre- construction, construction, and through p o s t -
construction
PUBLIC ENGAGEMENT
D .
S t e p h e n s o n Construction
is
very
committed
t o
t h e
surrounding
communities
including
t h e
very vocal community surrounding
the
City o f Miami B e a c h an d the
existing
park. D C S would
orchestrate Community
Outreach
to adjacent
neighborhoods and
b u s i n e s s e s by hosting a town
hall
meeting with
residents
and
business
owners to
d i s c u s s
the project. Information
on t h e
projects,
upcoming operations,
the
construction
schedule an d logistics would be
discussed.
Additionally,
any
questions that
may arise
would be
addressed at that
time.
we
are a strong advocate
fo r
local hiring
an d
our
commitment
to the support
of S BE &
L o c a l subcontractors surpasses meeting the u s u a l mandated
minority
goals. During
t h e town
h a l l
m e e t i n g t h e
l o c a l subcontractor c o m m u n i t y
i s invited t o
a t t e n d a n d
we e s t a b l i s h
open lines
o f c o m mu n ic atio n a n d
discuss-
potential
opportunit ies for the
project.
Our process
for
maximizing
t h e
of u s e of
minority b u s i n e s s e s
and
th e
u s e
of
l o c a l
workforce
in c lu d e s e v e r a l
methods.
W e w ill p rio ritiz e o u r
solicitations
to target
the
local fi rms
as
preferred
vendors.
Our
team will
address
participation
strategies at
each
preconstruction
meeting to ensure goals
are
met.
Approach items
include:
Identifying and recruiting
pre-
approved firms
utilizing
City of Miami B e a c h , s t a t e and local
government directories
Match firms
to
specific
opportunities available
Publish legal advert isements in
local
papers,
trade
journals, jobsite123.
co m
and websites
Distribute
early b id
announcements and provide continual
follow -u p
Coordinate pre -bid workshops to e ns ure b id re q uire m en ts
are met
P r o v i d e
mentoring assistance
during
bid phase; o
e n s u r e accuracy
Conduct training workshops
on
technical
i t e m s
and
system
during
construction
B e in g a M B E firm, we fully understand t h e importance o f providing opportunities
within
t h e
community,
as the
opportunit ies were given to us.
I n
addit ion
to
our thorough
S B E
solicitation
process, we .actively participate in various local outreach programs and continue to mentor
firms
and build new relationships
D
STEPHENSON
C
ons ract f o n I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 140/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 141/152
2. B. MINIMUM REQUIREMENTS -
1 . PROPOSER' S EXPERIENCE
conditions and owner requirements s u c h a s
t h e Owner
requirements fo r separating
t h e
construction work areas from
the
visitors, and s ta ff popula tion and Vehicle access an d parking
fo r
construction personnel,
staff, an d
visitors, staging an d
storage areas,
M OT
plans, emergency
procedures (
personal accidents,
environmental
accidents,
utility
service
disruptions,
and
inclement weather).
We
a s s i s t
our subcontractors in
developing
a
s i t e
specific safety program
that
takes into
accoun t the ir
scope
of
work,
unique
jobsite
condit ions,
and
the
owner
safety
requirements.
The communication of al l safety
requirements
to every employee is paramount.
COST
ESTIMATING
C o s t
estimating
is a p r o c e s s
that we
manage during t h e pre-
construction phase.
During each
of the design
review phases
we
create progress estimates that
increase in detail.
As
the design
documents
progress
there
is
a decrease in contingencies, assumptions, and qualifications.
We
h a v e lo g s t h a t clearly identify what
changed
and why
it changed
from previous e s t i m a t e s .
We provide a detailed variance report that indicates and ident ifies c lear ly
the
changes to the
estimates.
B e g i n n i n g
w i t h t h e
initial
c o s t e s t i m a t e
t h e
t o t a l anticipated c o n s t r u c t i o n
c o s t s
will
b e
indicated.
It i s
o u r r e s p o n s ib i l i t y
t o i n p u t
information
b a s e d o n
e x p e r i e n c e , knowledge, a n d h is to r ic a l
data, t o eliminate any potential i n c r e a s e in t h e budget a s
t h e
d e s i g n
is finalized.
We
h a v e
a
large h i s t o r i c a l database o f c o s t h i s t o r y , w e h a v e l o c a l marketplace knowledge, a n d w e h a v e a
pool of exp er ience and c ompeten t subc on trac to rs tha t a lways p rov ide fair and
comple te b ids .
Value Engineering
1 .
Material Recommendation -
W e will
provide alternatives fo r improving cost, constructability
and
serviceability.
Based
on this market analysis and our analyses of the overall project
r e q u i r e m e n t s ,
we
will
develop
a p l a n
that
will b e c o n s i s t e n t
with
t h e capabilities
of t h e
l o c a l trade
contractors. W e will consider the availability of skilled trade contractors who are qualified to
provide
services
fo r
the
project,
availability
of specialized
craftsmen, the
most
advantageous
breakdown o f the
project
into
trades,
projections of
futureconstruction workloads,
and
materials
availability.
We will
also
take
into
consideration the cos t systems
that
provides the most value
l o n g t e r m
without
compromising
a e s t h e t i c , f o r m
and f u n c t i o n
r e q u i re m e n t .
2.
Construction
Techniques -
During the
GMP Development
process, DSC chooses potential
bidders
from a
pool
of pre-qualified subcontractors and
suppliers
ba se d o n
past
performance
o f c o s t
c o n t r o l a n d
quality.
We a l s o r e l y
o n
r e c o m m e n d a t i o n s f r o m t h e City of Miami B e a c h
of subcontractors who
have
performed at a high
level
on other projects.
Our
project
team
will manage
the
subcontractors fo r cost control,
quality,
and schedule. Quality
control is
i m p l e m e n t e d c o n t i n u o u s l y
e n s u r i n g prompt c o r r e c t io n o f d e f e c t s
a n d
eliminating p u n c h l i s t s .
Similarly the
project
cost
is tracked an d
reviewed
as
often as necessary
to
prevent cost surprises
and
to
make adjustments
while
still
able.
T h i s
prompt action
reduces
delays and
directly
controls cost.
Continuously detailed
accounting
of
the project
throughout construction results in
a n u p -to -
date
financial s t a t u s included in t h e
monthly
report and e n s u r e s the containment of
constructioncosts.
T h e V a l u e
E n g i n e e r i n g
P h a s e i s c r i t i c a l t o th e s u c c e s s o f
t h e
p r o j e c t , d u r i n g t h i s p h a s e
a l te r n a t iv e c o n s t ru c t io n - y s e m s t ; ia; c o u ld b
i i n p l e i n e n t e d
in t h e p r o je c t a r e a n a l y z e d s u c h
a s ,
concrete
and
ma orry ccnstructior masonry a m d '
wood construction, precast
concrete
and
metal construction, an d tilt wall construction.
The
components included in each of the systems
are investigated to compare costs -and determine which alternative provides
the
best value pe r
JJU u
u
0
v U 0)
u
DSTEPHENSO
C
o
I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 142/152
a AO
2.
B. MINIMUM REQUIREMENTS -
1 .
PROPOSER' S EXPERIENCE
dollar spent. During
t h e
Value Engineering P h a s e , f e a t u r e s of e a c h s y s t e m components are
analyzed to determine
benefits
and costs effectiveness. The evaluation happens through a
series
questions, such as:
1 .
What
are
th e b en efi ts o f
each alternative
as it relates to
design,
cost,
construction
and
ease
of
mantenance?
2.
Are there varying designs
that
can
b e
analyzed for each alternate
s y s t e m ?
3.
Availability of qualified sub
contractors
that can per form the work.
Life
cycle
cost analysis
D S C fully
understands that
thorough init ial c o s t is of high
importance
to all
projects.
We
also
know
that
municipal
and
park facilities will
be
operated and maintained for periods often in
e x c e s s of twenty years.
We
recognize that l ife
cycle
c o s t s a s
well
a s e a s e of maintenance are
ultimately
j u s t a s important as .the initial cost. D S C
along
with our consultants will
consider
all
possible
fac to rs to determine the
best
of both worlds.
The DSC
team will evaluate critical
s y s t e m s and
products based on :both
initial and
long -
e r m ,
cost; factors include
first
cost,
energy
consumption, maintenance
c o s t ,
u s e f u l lifespan and replacement
c o s t .
K e y
s y s te m s s u c h
a s
roofs,
HVAC Plumbing equipment and electrical equipment
will
be closely
evaluated
to ensure
t h e
b e s t possible value
for
t h e
City
of
Miami B e a c h .
COST
CONTROL
HISTORY
OF MEETING
BUDGETS
20
10
0
Savings to
Owner
shown in red
OrginalContract amoun
oi
Final contractAnnurd
234,
818
273,016
1 , 641
I I I .
l,.ii
559,
543
11 , 017
Trmpnl 13
Stepfen FereatPart FS
Coal Padc
FS
Hewlett.,
iauderdsle
RadaliooHS
Uuderdak
Tytme
Bryant
FmterES
Toarrhomes QyHaI
v a t s
t a u t
r l '
Ijb (n
M i ll io n s )
Ou r
prime
responsibility
will be to minimize the exposure
t o
risk for City of
Miami
Beach. T h e
l a r g e s t e le m e n t of
t h i s is implementing
e f f e c t i v e
c o s t
c o n t r o l .
Our
unders tanding of relevant
projects
and our
proven
cost
control
systems
will
ensure effective
cost control
with
no
surprises.
Exposure
to
unforeseen e v e n t s will b e
minimized
by our
understanding
of insurance and
bonding
requirements
Jid ,
by
t h e ,
p r e g iIifica ±o n of subcontractors
and
s u p p l i e r s .
Finally,
ou r
value engineering abilit'; and
ijproachtccost`
benefits studies
will
ensure that changes
in
the work can be
accoinrt)
od; ed w itlao ut, eost cwerruns.
o030J
J J
J J 0 0 J
J
u000 0
3
JJJJ J J
003,. 0
O
a
D
STEPHENSON
C
on atructo n I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 143/152
a1
2.
B.
MINIMUM
REQUIREMENTS -
1 .
PROPOSER' S EXPERIENCE
T o maintain
t h e
budget, we utilize Prolog software
t o
provide careful c o s t management
monito ring and con tro l
to ensure
costs remain comfortably
within
the budget. As construction
begins, our cost control efforts
will
focus o n the efficient coordination of f ie ld ac ti v it ies , and
strict adherence of
trade
contractors
to
contractual requirements.
Our approach
utilized
to ensure
that your project
stays
on
target
includes:
Clear project objectives
Coordination
procedures
and
requirements
Carefully defined roles and responsibilities
Frequent
communications with all participating team
members
Implementing a p r o c e s s for making timely
and
appropriate decisions
T h e s e
e l e m e n t s , when
combined, and
tailored t o your project
b e c o m e
part
of
our
strategy
for
maintaining
c ost o n
this project.
Cost /Document Control -
Prolog®
Manager
T h e
T e a m
realizes
t h e
importance of keeping
t h e
owner informed and updated
on
a ll
i s s u e s
related
to cost
control.
By using
Prolog®
Manager we can track all
areas
of the project on a
daily
b a s i s .
Prolog®
enables us to create cost reports, track
changes,
and
expedite
material,
a s
well
as
manage all subcontracts and drawing revisions.
Prolog Managers provide complete project
control
by automating all aspects
of
t h e construction
lifecycle —
from project design to
close
out.
U s e d
by global and national enterprises, and
large regional -
b a s e d
organizations,
P r o l o g
Manager h a s become t h e AEC industry
standard
for construction companies.
Prolog
delivers
in -
depth
project management features a c r o s s
projects and programs in
the
areas of:
collaboration, purchasing management,
scheduling,
cost
control, document management and
field administration.
Change
Order
Negotiation
Change orders are
a
critical
part
of every project and the effective handling of t h e changes
determine
the final
cost of
the project.
D S C
is familiar
with the CM . @ R i s k project delivery
m e t h o d , and
we will
u s e
our combined
purchasing power
when negotiating
change orders
with
subcontractors.
All
subcontracts are
written with
a
complete
scope
of work, there
will
be no change orders. Unit prices for
additional
work are
negotiated and
locked in for the
duration of t h e project during the
bid
and award phase.
I f
there are
changes that
n e e d
to
b e
priced,
quantity take -
offs and uniform
pricing analysis
are to be done.
A
reasonable price
is
negotiated
with
the
subcontractor
before the suggested cost change is presented to the project
team,
this clearly
helps
in
early elimination of construction claims.
Security Systems
D S C
h a s
a s u c c e s s f u l h i s t o r y
of completing public
p r o j e c t s
ranging
f r o m
public
w o r k s
facilities,
city
halls,
libraries, parks, police
stations,
fire
stations,
office buildings, educational faci li ties and
renovat ions o f facilities
on
occupied
sites.
Our team
understands
security s y s t e m s ,
and
have
t h e
experience
and know
how when
it
comes
t o working with the program
management
staff,
vdeosurvellanceandcard access control suppliers.
W e c oo rd in ate a nd verify al l rough -in
requirements with
the
v
ndcr
and cll other effected trades at pre- construct ion ensuring correct
and
complete installation. -
V
J
U 0 3
J
0
D
STEPHENSON
Conatr ct o n
I
n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 144/152
2. B . MINIMUM REQUIREMENTS -
1 .
PROPOSER' S
EXPERIENCE
SCHEDULING
All
DSC projects
are
completed
on time
and within budget.
DSC
uses th e la test in
software
an d
technology to deliver projects on time and on
budget.
Below we
describe
the s y s t e m s
and procedures in
place
t o
i n s u r e that
w e
will m e e t t h e .City of
Miami
B e a c h s c h e d u l e for
t h e
Bandshell
P a r k
Facility
R e n o v a t io n P r o je c t .
HISTORY
OF MEETING
SCHEDULES
u Contract Schedule •
Final
Schedule
120
100
80
60
40
20
Meadowbrrok
AC Perry
E5 Eagle
Point E5
auderhill Coral
Park
ES
R o ve rl an d T ar av el la
H S
Stoneman
Broward
Stephen
Tropical E5
Lbrary
Lbrary ,
Douglas County Main Foster E S
Lbrary
D . S t e p h e n s o n
C o n s t r u c t i o n
m a i n t a i n s i n - h o u s e
s c h e d u l i n g
c a p a b i l i t i e s
u t i l i z i n g
P r i m a v e r a
S u re Tra k P ro je ct Manger.
Daily,
weekly,
and
monthly
schedules
can
be
produced,
also
critical
path identification and analysis c a n
b e
accomplished with
t h i s
scheduling software.
C o n s t r u c t i n g p r o j e c t s in a t im e l y a n d e ff ic ie n t m a n n e r r e q u ir e s
a n a l y z i n g
m a n p o w e r a n d
material requirements.
The
material
has to
be fabricated, shipped and delivered,
but
before
t h i s happens, approvals
m u s t b e obtained
o n
t h e
proposed products that
m e e t t h e
project
specifications prior t o being released. T h e manpower resource is tracked with each
construction
activity.
Our
schedulers
prepare
a comprehensive
project
schedule
suited
to the specific project. A 60
da y startup schedule is
developed
with t h e end
in
mind and includes the incorporation
of
the
r e q u i r e d
d e s i g n
r e v i e w
p r o c e s s ,
p r o g r a m m i n g a n d p e r m i t t in g r e v ie w ,
s u b m i t t a l s
a n d p r o je c t
mlestones.
The
information
generation from
our
master project schedule
is
packaged a nd re vie we d w ith
t h e
owner' s representative o n
a
monthly b a s i s . During t h e final 90
d a y s of
t h e project
s c h e d u l e
w e b e g i n
t h e p r o c e s s
o f m a n a g in g a ll
c l o s e -
o u t a c t i v i t i e s n e e d e d t o e n d
th e
p r o j e c t s u c c e s s f u l l y .
T h e
p r o j e c t
s c h e d u l e is u n i q u e
a n d
t h e l e v e l o f
d e t a i l
n e e d e d will
v a s t l y
differ
f r o m
p r o j e c t
t o
p r o j e c t , a l s o t h e l e v e l `o f d - d e t a i l
r e c , u i ,
e d `
b y
t h e owrer :
p l a y s
a r o l e in p r e p a r i n g t h e s c h e d u l e .
C i t y o f M i a m i
B e a c h oay w o n t
a n -
o v e r v i e w s ' nedjle o f 1 0 0 a c tiv it ie s
for
m o n th ly u p d a t in g .
T h e
architect c o u l d require
a lever
of detai l
for scheduling h is approval p r o c e s s that
would
possibly consist of 500 activities.
D. STEPHENSON
Con
s tr
u
cti o n. I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 145/152
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 146/152
2. B. MINIMUM REQUIREMENTS -
1 .
PROPOSER'
S
EXPERIENCE
QUALITY CONTROL &
ASSURANCE
PLAN
During the pre - onstruction phase, Quality Control is maintained primarily by keeping t h e
d e s i r e d
materials, equipment and s y s t e m s without sacrificing
quality in t h e
d e s i g n
p h a s e and
the cont inuous value
engineering
process. T h i s
is accomplished
through very frequent
and
extensive
meetings
of
all
members of
the team.
During
the
meetings,
we
provide
timely
pricing
of changes, methods and systems
in
order to
provide
the Owner
with
proper
information
for
decision making
at e a c h
s t a g e
of
t h e
project.
T h e personnel
r e s p o n s i b l e
for designing and
estimating the project are integral to the preconsfruction team an d share the responsibility
of
constructability
review, coordination, and
true Value
Engineering input
to
the
Owner
and
project
team. In th e c ou rs e
of
the design p ha se th e
project
manager
will review
the
design
submittals
for
errors,
discrepancies, conflicts
and
any
potential change
order
i s s u e s .
Quality
Control
is also
maintained
at
t h i s
stage
by t h e
pre -qualifying
of
subcontractors
and
suppliers prior
to
bidding to, ensure
that
only
qualified, experienced
and
financially
sound
f ir m s
with excellent reputation are permitted
t o s u b m i t
bids. During t h i s p h a s e we a l s o
verify
constructability
techniques, check dimensions
t o guarantee
a true
fit and verify compatibil ity
and
availability
of
materials and
systems.
D .
Stephenson Construction
u s e s
Prolog to track all areas
of
the
project
on a
daily
basis, we
can track design submittals, shop drawings, create reports, and
management
documents.
At
weekly project meetings
that
are held
with
the Owner, Contractor, Subcontractor, and Design
representatives, critical issues are discussed,
and
d es ig n d o cu m e nts
are reviewed,
as
well
a s
t h e design schedule s o
that everyone
is made
aware
of what t h e y h a v e t o do t o eliminate
problems and maintain the project
schedule.
During t h e construction p h a s e , quality control begins with the
checking of
shop drawings
t o
e n s u r e
f u l l compliance with t h e plans and specifications.
Quality
Control procedures are
reviewed
and emphasized at
every
weekly project meeting
that includes
all
key stakeholders.
T h e
project
superintendents
will
be
in
the
field continually,
ensuring
the
work
is
built
in
accordance
with
specifications. I n
addition,
projec t managers
will visit the
project daily to
review progress and observe t h e quality of work. T h e Vice
President
of
Operations
will also
b e
involved on a daily b a s i s t o review progress
and
quality.
T h e
k e y
to good quality
control is
t o employ
only
quali fied and l i c e n s e d subcontractors: t o
follow t h e requirements o f t h e contract documents, t o ensure
t h e
timely submittal of shop
drawings
and
data
on
all
materials
and equipment, to ensure that all
materials and
equipment
delivered
to
t h e
job
s i t e are in
fact
approved by t h e
Architect /
Engineer, to
thoroughly
inspect
the installation
of
all materials and equipment fo r strict quality control, to
ensure
that
the
quality
control t e s t i n g a s required
by t h e Contract is performed
in
a proper
and
timely fashion, and
to have excellent field supervision which ensures adherence to dimensions, schedules, quality
of
materials and workmansh ip .
I n
addition,
inspection
an d
approval
of
mock -
ups
and /
or
sample installations prior to the full scale installation of a
product,
material, fixture or system,
will contribute greatly to high quality i n t h e finished
product.
Quality Control also involves a
clean and safe project s i t e ,
as
part of our Safety Program we maintain a Drug and Alcohol F r e e
Work P l a c e .
B y diligently pursuing quality control on
a daily b a s i s from day
1 , we
can a s s u r e
t h e meeting or exceeding
of
all
querty ccrtrol desired ,outcomes.
Upon award
of a
project, we
develop a customized QC prograr
tailored
to" t h ;a
specifics
otth.e ; project.
VU
V V V
U
U U
l;
1. U U :)
v
V
li
J V V U
U
J vV
D
STEPHENSO
C
o
natru
ct
i o n .
I
n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 147/152
0
2. B. MINIMUM
REQUIREMENTS - 1 .
PROPOSER'
S
EXPERIENCE
During t h e
construction process,
t h e D S C
team
will provide you with
assurances that
t h e building
under
construction will
continue
to
perform
in accordance
with your goal.
Going
beyond t h e
traditional
punch list
procedure,
when relevant our team
will work with
your staff to evaluate
the performance
o f HVA C, plumbing, electrical, and
controls
systems,
to be sure
that funct ional
criteria are
met,
that al l
systems
are
operating
properly, a nd th at operational efficiency
goals
are
met.
We will provide support
to
personnel
in
all
aspects
of operations and maintenance,
s o that t h e s t a f f
u n d e r s t a n d s
t h e facility thoroughly and is capable
o f
sustaining t h e building' s
performance throughout its life.
DESIGN
T h e
staff will
b e
involved i n t h e
project
a s the
design develops at
k e y milestones,
reviewing
the
design
and
suggesting
materials, s y s t e m s , and methods that
are
c o s t efficient.
Our
staff
will thoroughly analyze t h e d e s i g n i n t e n t impact o n constructability, p h a s i n g , subcontractor
coordinat ion,
vehicular and pedest rian traffic, site
access,
and existing site utilities.
During the design review the document
development
stages are
a s
follows:
Planning /
Programming
Phase -
Identification of
Function -
the
owner
lists
all needs
and
spaces
for t h e building. Input from our
pre- construction
staff s t a r t s at
this
point.
Conceptual
Phase -
t h e
design
intent is clarified and t h e
framework
of t h e building is
suggested which
includes
the number of floors,
total
square footage, and site location, at
this
phase is when we
start to
evaluate
systems &
methods.
Schematic
Phase - rudimentary scaled drawings with descriptions
of
typical floor layouts,
major
structural,
M E P
and
envelope
s y s t e m s of t h e building have been produced. During
t h i s period we create square
foot
est imates by relying on our experience, knowledge,
and stored
project historical
data, this
allows u s
to quickly
develop
required alternate
suggestions and solutions t o help maintain
a
c o s t efficient project.
At this time we
also
begin to formulate fast track possibilities.
Design
Development Phase -
t h e design
of
the project at this phase is essentially complete,
the
plans
for
all disciplines
such as
civil, architectural, Structural, and
M EP systems
have
be solidified.
We
will
introduce our subcontractors and vendors
during
t h i s
phase for
assistance in providing budgetary estimates fo r t h e project.
U00UU
U VJ0
U J
U
U
U
U
V
U 0 0
6
U .,
4)
1. 0 J J .. 0
1.
U
0
V
03.
DSTEPHENSON
C
o
ns tru
c
t
o
n .
I
n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 148/152
2.
B.
MINIMUM REQUIREMENTS -
1 .
PROPOSER' S EXPERIENCE
CONSTRUCTION CLOSEOUT
The Project Closeout phase is just as _
mportant
as the
preconstruction and construction
phase.
D.
Stephenson
Construction
will prepare
and submit
to the
C ity o f
Miami Beach
in a timely
manner
all close -
out
documentation as required;
As -built drawings,
Warranties,
Operation
Maintenance Manuals and
Inspection Reports.
Quality
of
workmanship
and c on tract
document compliance
i s s u e s
are t o
be
resolved during the construction
stage. When
we
schedule the Architect /
Owner walk -thru there will b e n o workmanship
deficiencies
or
any
contract document compliance issues.
D . S t e p h e n s o n C o n s t r u c ti o n
will
give t o
t h e
City of
Miami B e a c h
any
contractual
attic
s t o c k
or
extra
materials a s required at the end
of
t h e project.
We
will
also
provide
on -
s i t e training for
t h e City of Miami B e a c h Staff
on
the
operation
and maintenance of t h e building M E P
S y s t e m s .
Instructional videos and ormanualswill
b e
provided for
t h e
City
of
Miami
B e a c h
maintenance
staff for future reference.
Prior to
expiration of t h e
warranty,
a
walk
through will b e performed
at t h e first s ix month interval following substantial completion
with
t h e City of Miami B e a c h
designated
personnel to review
and
address any concerns the staff and facilities managers
may have.
At
t h i s
time we
will
ensure that
t h e s e
concerns
are addressed
prior
to
expiration
of
t h e warranty. T h is e n s u re s complete compliance but more importantly complete satisfaction of
t h e facilities and
City
of Miami B e a c h staff.
As we move
forward
in
t h e project,
D .
Stephenson Construction develops a plan specifically
tailored to the specificproject.
CLAIMS
MANAGEMENT
Claims management is important
to
prepare for
the
uncertain nature o f co nstruc tio n p ro jec t risks.
The
identification of major project risks .occurs
in
the very early stages of the
project,
which
helps reduce
the number and
severity
of
claims. I n our
construction
contracts
with t h e owner,
subcontractors, and vendors, we
address
ho w to handle issues associated
with evaluating an d
assessing
major
project
risks
that
could become
potential construction
claims.
Major Project
Risks -
changes in
project scope, Negligence
in
design
and construction,
Material
an d Labor
cost
escalat ions, unforeseen jobsi te conditions ( usual ly geotechnical),
time delays,
andweahercondtions.
Contracts provide a n opportunity t o craft contractual
language
that provide r e s o l u t i o n s
for
potent ia l p rob lems associated
with major project risks
that could become c la ims, or
lessen the
effect on the project
if they
become claims.
The
type of
contract is an item
that
is important when
resolving claims.
The thorough an d
clear
communication involving t h e
scope of
work for t h e contractor, subcontractor,
and vendors
is
paramount
in
diminishing
misunderstandings.
T h e
selection
of
qualified
and
competent
subcontractor and vendors diminishes
the
risk of unacceptable work, job related
accidents,
uncompleted
work, time delays, and &
unexpected
changeorders.
WARRANTY
SERVICES
D . S t e p h e n s o n Construction offers a , two year warranty instead of typical one year and video
tape
training sessior:
with main
erance
personnel cn all building
systems. At
3 month
intervals
we s c h e d u l e warranty in s e c t i o r i s t w l r t h - c l i e n ' s maintenance staff. T h e r e is n o additional
c o s t for
this service.
W e would also oversee
any
necessary warranty repairs.
DSTEPHENSO
Coat
r
ctRn I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 149/152
2.
B.
MINIMUM
REQUIREMENTS -
1 .
PROPOSER' S EXPERIENCE
e
Contact Person Managing Project
Timothy
Talbert,
Chief
Operating
Officer
Eric
Cyrus,
Vice
President of Operations
f.
Legal Claims -
List
and describe
all
legal claims against any member
of
the
team
alleging
errors and /or omissions, or
any
breach of professional ethics,
including those settled out
of
court, during in the past five (5) years.
Not Applicable.
UUU UUU
0
UUU U U
U u U U
U U U U
0
U-
U U,
U
U
U
U
U
U 0
UU
0
U
0
0 0
000
0
U
0
U U
U 0
O
0 UUO U
VUUU U U U
J 0 U U
U
0
V
JU0J U J
JJ
U
J
JU 0
DSTEPHENSON
C
o
nst
-
u
c
to . I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 150/152
f.
2. B. MINIMUM REQUIREMENTS -
2.PM
EXPERIENCE
2.
Provide
a
comprehensive summary of the experience and
qualification
of
the
individual(
s)
who will be
selected to
serve as
the Project Manager.
TRAVES KNOWLES, PROJECT
MANAGER
EDUCATION:
MS
in
Construction
Management
B S in
Electrical Engineering
PROFESSIONAL AFFILIATIONS:
Nat ional Society of
Black
Engineers
Institute
of
Electrical
and
Electronic Engineers
American Society
of
Mechanical Engineers
LICENSES: LEED AP
PROFILE:
One of the
most
dynamic members of D. Stephenson
Construction
team, Troves has worked
in
a
broad range of capacit ies in t h e construction industry
for
t h e la s t eight years. T r o v e s
ha s
managed projects
of various sizes and complexities for
Educational, Municipal, Aviation,
Development
and Conventional construction
projects.
H is
wide
ranging experience brings added value to the
Owner and
to
D .
Stephenson Construction
projects. As
Project Manager,
Troves
is responsible for managing office
duties
and supervising
fieldwork,
including
Subcontractors•
and other Field Staff.
His
other responsibilities include
developing s c o p e s
of
work for bidding, the bidding process, contract negotiations, submittal
and
shop
drawing
review, pay requisit ions
and
change
order
request processing, meeting
minutes
documentation, schedule
analysis, R F I
processing,
and
budget control.
T r o v e s
h a s
a reputation
o f maintaining excellent
client relationships,
while preserving policy
and
procedural implementation.
T ro ve s po sse ss extensive knowledge in the management of construction
projects,
value
engineering,
working in a team environment,
an d is well
versed in project
schedules
an d
budgeting.
He h a s worked with projects similar
in
size
and complexity and
h a s completed
severa
renovaionproects.
H e
will
be
another incredible
a s s e t for
your
Bandshell
P a r k
Facility
Renovation project.
UJU
uuU
a
uu
U U
0
U
0 0 U
0 0
0
U
0 0 .
li U
0
L)
U o
l:
u
U
U
U
0
0
0 0
U
0
0
UJ
0 0
U0 U V J J
0O
00 J J
J J
0
000JJ J
J
0
D.
STEPHENSO
C
ons
tru
c
t
o
n . I n
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 151/152
2.
B . MINIMUM REQUIREMENTS -
3. PREVIOUS SIMILAR PROJECTS
3.
Previous
Similar
Projects
D . Stephenson
Construction
brings one of the area' s
strongest
teams
in
the
public sector.
As
mentioned
in the
introductory Letter,
DCS has
completed number of projects
fo r
public entities,
many o f
which
a r e
similar t o
t h e B a n d s h e l l R e n o v a t i o n project. Additionally, o v e r t h e p a s t 1 0
y e a r s ,
D S C h a s
c o m p l e t e d m a n y
p r o j e c t s
in th e
l o c a l
p u b l i c
s e c t o r
i n c l u d i n g :
C i t y
of Hollywood Carver R a n c h e s . Library Renovat ion
B r o w a r d
C o u n t y M i d R i s e Office B u i l d i n g
Renovation
Broward Sheriff'
s
Office -
various
renovations
Broward County Courthouse Renovation
Broward College
P u b l i c S a f e t y
Building
Renovation, L E E D
Silver
Fort
Lauderdale
International Airport - Various Renovations
Broward County Library
Bond Program -
Var ious Renovations
N F L Yet Center
Youth Center -
P h a s e 1 ,
Occupied
Recreational F a c i l i t y Renovation
N F L
Y e t C e n t e r
Y o u t h
C e n t e r - A d d i t i o n , O c c u p i e d
R e c r e a t i o n a l
F a c i l i t y Renovation
S c h o o l Board
of Broward
County -
Hurricane
Wlma Renovations. (over 50
projects)
Plantat ion High
School Roof
Replacement /
Renovation
S t o n e m a n Douglas
E l e m e n t a r y
S c h o o l
Renovation
Davie Elementary School
Renovation
C i t y
of
D e e r f i e l d B e a c h P e r c y White
B r a n c h
L i b r a r y
Renovation
City of
Miramar
Multi- Service
Complex and
F i r e Station
City
of
Miramar
Ansin
Sports Complex
City o f Lauderhill Hall, L E E D Sliver.
C i t y o f
F o r t _
L a u d e r d a l e T y ro n e B r y a n t B r a n c h
Library
City of Dania
Beach Nanofiltration
Water Treatment
Plant,
L E E D God
C i t y o f
D a n i a
B e a c h
P a u l
D e
Maio
L i b r a r y , .
L E E D
G o l d
C i t y o f L a u d e r d a l e L a k e s
Library &
Community
Center,
L E E D Com > >rnerts
City of
Lauderhill Library
City
of Lauderhil l
Police
Station
City of Lauderhill P e r f o r m i n g
Arts
C e n t e r &
Library, L E E D
Gold
City o f Deerfield B e a c h Library
City of Cooper City Library
C i t y o f
F o r t
L a u d e r d a l e Imperial
P o i n t
Library
C i t y
o f Hallandale B e a c h
L i b r a r y
City of R i v e r s i d e Library
City of Lauderhill Golf Clubhouse
City of
Lauderhill Fire
Station
C i t y o f
R i v e r l a n d
B r a n c h
Library
C i t y o f
H o l l y w o o d S t i r l i n g
R o a d B r a n c h
L i b r a r y
C i t y o f
P o m p a n o J a n M o r a n C o l l ie r L i b r a r y
C i t y
o f P l a n t a t i o n W e s t R e g i o n a l
L i b r a r y
C i t y of S u n r i s e D a n P e a r l L i b r a r y
U r b a n
L e a g u e
of B r o w a r d
County
Broward County Main Library
S t e p h e n F o s t e r Elementary School
H a v i n g
w o r k e d w i th n u m e r o u s
m u n i c i p a l
c l i e n t s c n d r e s p e c t iv e "
A u t h o r i t i e s H a v in g J u r is d i c tio n "
h a s
a f f o r d e d
u s a g r e u t u w
i J e r s t a n J i r e
o f
th e
e x t e n s ; v e d e t a i l
r e q u i r e d
for
t h e s e t y p e s o f
p r o j e c t s .
W e
f e e l
t h a t
w e a r e v e r y
k n o w l e d g e a b l e
o f t h e C i t y ' s n e e d s , p e r m i t t i n g p r o c e s s e s , a n d t h e
l o c a l
s u b c o n t r a c t o r
m a r k e t .
P l e a s e
r e f e r t o
t h e f o l l o w i n g
p a g e s
f o r p r e v i o u s s i m i l a r p r o j e c t s .
gD
TEPHENSON
8/15/2019 D. Stephenson Construction, Inc. Agreement
http://slidepdf.com/reader/full/d-stephenson-construction-inc-agreement 152/152
2. B. MINIMUM
REQUIREMENTS -
3.
PREVIOUS
SIMILAR
PROJECTS
3.
Previous
Similar
Projects
D.
Stephenson
Construction brings one of
the
area'
s
strongest
teams in
the public sector. As
mentioned in the Introductory Letter, DCS
has
completed
number
of
projects fo r public
entities,
many o f
which
are similar
to
the Bandshell Renovation project. Additionally, over the past 10
y e a r s ,
D S C
h a s
completed many
p r o j e c t s in t h e lo c a l
public
sector
including:
C i t y
of
Hollywood
Carver
R a n c h e s . Library
Renovation
Broward
County
MidRise
Office Building Renovation
Broward Sheriff' s
Office -
various renovations
Broward
County
Courthouse Renovation
Broward College Public Safety Building Renovation, LEED Silver
Fort Lauderdale
International
Airport - Various Renovations
Broward County
Library
Bond Program -
Various Renovations
N F L
Y e t
Center
Y o u t h
Center -
P h a s e 1 , Occupied
Recreational Facility
Renovation
N F L Y e t Center Y o u t h
C e n t e r -
Addition, Occupied Recreational Facility Renovat ion
School
Board of Broward County - Hurricane Wilma Renovations (over 50 projects)
Plantation
High
School
Roof
Replacement /
Renovation
Stoneman
Douglas Elementary
School
Renovation
Davie Elementary School
Renovation
City
of
Deerfield B e a c h
P e r c y
White
Branch Library Renovation
City of Miramar Multi-
Service
Complex and Fire Station
City
of Miramar Ansin
Sports Complex
City of
Lauderhill
Hall,
L E E D Silver
City of Fort ,Lauderdale Tyrone Bryant Branch Library
City o f D an ia
Beach N anofiltration
Water Treatment
Plant, L E E D Gold