HomeMy WebLinkAboutExhibit 4 SUBPROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A — SCOPE OF WORK
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
Consultant shall provide comprehensive professional Architectural and Engineering services as an Architect as the
prime professional, for the Project for which Consultant was selected in accordance with Section 287.055 Florida
Statutes, as amended, Consultants' Competitive Negotiations Act (CCNA).
A1.01 RANGE OF SERVICES
Consultant shall fumish, as Basic Services, comprehensive professional services for the Project including, but not
limited to planning, programming, feasibility studies, options evaluations, detailed facility assessments, cost
estimates, opinions of probable construction cost, complete design services, including preparation of bid and
construction documents, review of work prepared by Sub -consultants and other consultants, field investigations and
observations, construction engineering inspections, construction contract administration, and as -built documentation.
Professional services will be limited to providing architectural and engineering services for the design of the Orange
Bowl Stadium Redevelopment as further described in Attachment Al. The City, at its option, may request additional
services relative to further redevelopment on the Orange Bowl site amenities which may include surrounding out
parcels once that scope has been determined.
Consultant's design services shall also include food service/concession planning in consultation with the concession
manager as well as audio-visual, scoreboard and broadcast systems design, physical security, parking, turf and
irrigation systems design, stadium operations, in addition to the normal architectural, landscape, civil, structural,
mechanical, plumbing, and electrical engineering services as well as the other services listed in article A.2 below.
A1.02 NON-EXCLUSIVE RIGHT
It is understood that the Notice to Proceed will be issued under this Agreement at the sole discretion of City Manager
or Director and that Consultant has no expectation, entitlement, right to or privilege to receive a Notice to Proceed for
the Project. City reserves, at all times, the right to perform any and all Professional Services in-house, or with other
private professional architects or engineers as provided by Section 287.055, Florida Statutes, (Consultants'
Competitive Negotiation Act) or to discontinue or withdraw the Project or to exercise every other choice allowed by
law. This Agreement does not confer on Consultant any particular, exclusive or special rights to Work required by
City.
A1.03 PAYMENTS
City will pay Consultant the stipulated amount for the Work required, in accordance with provisions and limitations of
Attachment B. No payment will be made for Consultant's time or services in connection with the preparation of any
such proposal or for any Work done in the absence of an executed Work Order, Notice to Proceed or Purchase
Order.
ITHIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL B�•�: j^3F. ORIGINAL CAN BE
SEEN AT END OF THIS DOCUMENT
City Contract No. Page A-1
Consultant's Initials
D6-6l&?a— ,_11 1.)
Ukuo
THIS DOCUME.' 6-r SUBSTITUTION TO
ORIGINAL . ORIGINAL CAN BE
SEEN AT END OF THIS D I r N, A-sceTg WOP
ARTICLE A2 BASIC SERVICES
Consultant agrees to provide complete professional architectural and/or engineering services as set forth in the
Phases enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county
and City of Miami, Florida, Codes and Ordinances; including all civil engineering, structural engineering, architectural,
mechanical/plumbing engineering, electrical engineering and landscape design services normally required for a
project of an architectural nature. Consultant shall maintain an adequate staff of qualified personnel on the Work at all
times to ensure its performance as specified in the Agreement. These services, hereinafter referred to as "Basic
Services", shall include the following:
A2.01 PHASE I — DEVELOPMENT OF OBJECTIVES
Phase I services, as described herein, are part of the basic services that will be compensated in the manner set forth
in Attachment B, Article 61, and which, together with Phase II services, shall not exceed $1,850,000.
A2.01-1
Consultant shall confer with representatives of City, the Program Manager and other jursidictional agencies to
develop several approaches to redeveloping the Orange Bowl Stadium.
Needs Matrix - Consultant shall participate in creating a needs matrix that outlines a scope for the Project. This
needs matrix shall be the basis for developing a series of conceptual documents that illustrate alternative
soultions to addressing the needs listed in the matrix.
Preliminary Budget - Preliminary pricing shall be provided by Consultant and coordinated with Preconstruction
Manager.
A2.01-2
Presentations - Consultant shall prepare written descriptions of the various options and shall participate in
presentations to multiple groups explaining altemative options. Sufficient detail shall be provided within two (2)
months to support the presentation materials.
Conceptual documentation shall include:
i. Image/Massing diagrams
ii. Preliminary Site and Building Design drawings and Criteria including plans, sections and renderings
iii. Preliminary space planning
iv. Descriptions of the relationships between different elements
Costs of renderings required for Item ii above shall be included in the base fee.
A2.01-3
Stadium Tours — Consultant, at its own expense, shall participate in a tour of -existing stadiums and shall provide
a detailed report of these facilities. This report shall include a comparison of the physical characteristics of each
facility and a description of the facilities' positive and negative features. The report shall include a
recommendation relative to incorporating any of these features into the Orange Bowl Stadium Redevelopment.
As part of the report, Consultant shall provide a photographic record of each facility. This report shall be
completed within thirty (30) days following completion of the tours.
A2.01-4
Facility Assessment — A detailed assessment of the existing Orange Bowl facility with regard to each of the major
building systems will be completed within two (2) months of the contract award. The Design Team will produce a
comprehensive report that details deficiencies in the individual building systems. The minimum disciplines
included in this report are:
i. Site drainage and infrastructure
ii. Structural systems
iii. Mechanical
iv. Electrical
v. Plumbing
vi. Data and communications
vii. Sound and scoreboard
viii. Code Compliance
ix. ADA Compliance
City Contract No. Page A-2
Consultant's Initials
THIS DOCIRk, T : A SUBSTITUTION TO
ORIGINAL BACKUP. ORK3INAL B
PR FESSIONAL SERVIC GREEA f
SEEN AT END OF THIS DOG�U1dENT-PI:OI:VVOR`C
The information in this report will be incorporated into the needs matrix. Preliminary pricing shall be provided for
each of the items listed in the report. Pricing shall be coordinated with the Contractor.
A2.01-5
Stadium Survey — Consultant shall assemble all known construction documentation for the Orange Bowl Stadium
and shall use this documentation to provide a preliminary set of documents for use in Phases II and III by
performing a complete survey of the existing facility verifying the accuracy of the information provided and
updating information with existing conditions. A comprehensive set of drawings shall be completed in compliance
with the approved schedule. Phase I documents shall, at a minimum, include:
Structural
i. Location of all primary and secondary framings
ii. Location of all bracings
iii. Dimensions
iv. Elevations of all main structural elements
v. Main structural elements sized
Architectural
i. Exterior and elevations
ii. - Interior elevations of concourses
iii. Interior elevations to document ADA compliance in restrooms
iv. Sections: a) Typical building sections through major quadrants (minimum of 8)
b)3storyVIParea
c) Lower Press box
d) Athletic Club
e) 2 offices
f) Locker rooms (4 each)
Plumbing
Underground water and storm
ii. Location of risers
iii. Service entry points
Fire Risers
i. Location of all fire risers
HVAC
i. Location of wall units
ii. Location and size of package/split units, pipe and duct shafts
Electrical
i. Riser diagram
ii. Panel schedule
iii. Panel locations
Low Voltage
i. Service entry points
ii. Location of risers
iii. Location of punch -downs
iv. Location of speakers
Consultant shall hire a surveyor to provide a certified survey of the site. Such survey
all site structures including all utility structures.
Soil Testing - Consultant shall also engage a soil testing firm to perform soil borings
new construction work. The cost of the surveyor and soil engineering firm shall
expenses.
shall include the location of
and other tests required for
be billed as reimbursable
City Contract No.
Consultants Initials
Page A-3
THIS
ORIGINAL. • jai
SEEN AT END O
A2.01-6
VD
A SUBSTITUTION TO
OR I NAL CAN BE
R6E 1 4QOPE OF WORK
Scope of Work for Early Construction Items: During this Phase, Consultant shall work with City and
Program Manager to establish a scope of work for items that may be fast -tracked for commencment of
construction in 2007. Once the scope of work for the Early Construction Items is established the parties shall
prepare an exhibit to this Contract, to be signed by Constultant and the Director, and to be attached to this
Agreement as Attachment "A4"Consultant shall provide all required design for this accelerated work according to
Phase III design requirements. In establishing the items that will constitute the list of Early Construction Items,
the parties will consider the following:
• Mechanical, electrical and plumbing upgrades
• ADA upgrades as mandated by the Florida Building Code and the 2006 settlement between the
Department of Justice and the City of Miami.
• Structural repairs
• Florida Building Code compliance
Nothing contained above is intended to limit the items that will be consdiered for early construction.
A2.02 PHASE II — EVALUATION OF ALTERNATIVES
Phase II services, as described herein, are part of the basic services that will be compensated in the manner set forth
in Attachment B, Article B1, and which, together with Phase I services, shall not exceed $1,850,000.
A2.02-1
Phase II includes an in-depth analysis and evaluation of the alternatives detailed in Phase I. Consultant shall
support Program Manager and City in determining the best available options. Consultant shall provide
information relative to :
i. Zoning and Code Analysis
ii. ADA & Life Safety Compliance
iii. Exiting
iv. Luxury Product Analysis
v. Sight Lines
vi. Sponsorship Location Opportunities
vii. Systems Evaluations
viii. Pricing
ix. Technology
x. Facility Maintenance and repairs
xi. Flexibility in design for other events
xii. Energy Conservation/Sustainable Design
At the conclusion of Phase II, Consultant shall provide a detailed space program along with a series of *test fir
documents that diagramatically represent the options selected by City.
PHASE III — DESIGN
A2.03-1 Critical Early Components of Phase III
The Critical Early Components of Phase III consist of preparation and delivery of Design Documents for the
Early Construction Items described in A.2.02-6 and Schematic Design Studies and Project narrative for the rest
of the project, as described in A2.03-2. 1. and 2. below.
A2.03-2 Schematic Design
Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a
Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any
special requirement affecting the Project, Project Development Schedule and a Statement of Probable
Construction Cost, as defined below:
1. The Schematic Design Studies shall consist of site plan(s), floor plans, elevations, sections, and all other
elements required by City or Program Manager to show the scale and relationship of the components and
City Contract No. Page A-4
Consultant's Initials
TH/S
ORIGINAL
SEEN AT END
STITUT!ON TO
UUC3NAL CAN BE
wi r 1 �1,, iJ\ j A SCOPE AGREEMENT
WORK
design concepts of the whole. The floor plans may be single -line diagrams. A simple perspective rendering
or sketch, model or photograph thereof may be provided to further show the design concept.
2. A detailed Project narrative shall describe all building components intended for use in the stadium
redevelopment. Narratives shall provide information relative to products, standards and shal establsih the
level of quality of building systems for the Project. Narrative shall be in sufficient detail to allow the
Preconstruction Manager to provide a probable cost estimate for the facility.
3. Consultant shall identify and notify City of any building code issues or lack of compliance with current codes
which may affect the Scope of Work and/or the facility where the Work will be performed.
The Project Development Schedule shall show the proposed completion date of each Phase of the Project
through design, bidding, construction and the proposed date of occupancy by City.
5. Provide a Statement of Probable Construction Cost, including a summary of the estimated cost of the
building and/or other work, including fixed equipment, site improvements, professional fees, construction
contingency allowance, movable equipment {if any), utility services and funding allocation evaluation
comprising a brief description of the basis for estimated costs (similar projects) with square foot costs.
Costs shall be adjusted to the projected bid date and a preliminary evaluation of the program as it pertains to
the allocated construction funds. The probable cost summary shall be reviewed with the Preconstruction
Manager and a variance report shall be submitted listing the differences between Consultant's probable cost
and the Preconstruction Manager s probable cost.
6. If the statement of Probable Construction Costs exceeds allocated funds, Consultant shall prepare
recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated
funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced
scope.
7. The Schematic Design shall include analysis and recommendations for the following building components:
7.1 General space requirements
7.2 Investigation of availability and suitability of alternative architectural materials, systems, and
equipment
7.3 Demolition plans
7.4 Landscaping
7.5 Paving, drives and walkways
7.6 On -site utility systems
7.7 Off -site utilities
7.8 Drainage systems
7.9 Public thoroughfares
7.10 Altemate structural systems
7.11 Acoustical systems
7.12 Identification of potential architectural materials, systems, equipment and their criteria and quality
standards consistent with the conceptual design
7.13 Furniture and equipment layouts including MEP and architectural requirements
7.14 Scoreboard systems
7.15 Coordination with Concessionaire
7.16 Conveying and/or vertical transportation systems
7.17 Heating and ventilating
7.18 Air conditioning
7.19 Plumbing
7.20 Fire protection
7.21 Fire protection feeders
7.22 Energy sources
7.23 Energy conservation
7.24 Power service and distribution
7.25 Lighting
7.26 Telecommunications
7.27 fire detection and alarms
7.28 Security systems
7.29 Electronic communications
7.30 Communications systems {IT & telephone)
7.31 Special electrical systems
City Contract No. Page A-5
Consultant's Initials
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A — SCOPE OF WORK
7.32 Audio Visual systems
7.33 Broadcast systems (TV, Radio & internet)
. During the Schematic Design Phase, Consultant shall coordinate all building systems with the
concessionaire and shall provide all information needed by the concessionaire to prepare the preliminary
concession equipment schedule and plan.
A2.03-1(a)
Consultant shall submit one (1) electronic set of all documents and twelve (12) copies of documents required
under this Phase, without additional charge, for review and approval by City. Consultant shall not proceed with
the next Phase of the Work until the documents have been approved, in writing, by City, and an Authorization to
Proceed with the next Phase has been issued by City.
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL BACKIP. ORIGINAL CAN BE
SEEN AT END OF THIS DOCUMENT
City Contract No.
Consultant's Initials
Page A-6
THIS DOCK A SUBSTITUTION TO
ORIGINAL E3ACKUP.ORIGINAL
CAN BE
SEEN AT END OF T-�� I �OGEWOK
A2.03-2 Design Development
A2.03-2(a)
From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at an oral
presentation, if requested, for approval by City, Design Development Documents, an updated Project
Development Schedule and an updated Statement of Probable Construction Costs as defined below:
1. The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, sections),
outline specifications, and other documents that delineate and describe the size and character of the entire
Project.
2. Design Development Phase consists of continued development and expansion of architectural Schematic
Design Documents to establish the final scope, relationships, forms, size, and appearance of the Project
through:
2.1 Plan sections and elevations
2.2 Typical construction details
2.3 Three-dimensional sketch(es)
2.4 Study model(s)
2.5 Final materials selection
2.6 Proposed concession equipment layouts coordinated with Concession Manager
2.7 Construction phasing plan
2.8 Risk assessment plan consistent with construction phasing plan
3. During the Design Development Phase the scope of services will consist of continued development and
expansion of all aspects of the Schematic Design Phase and development of outline specifications, details,
and/or materials lists to establish the following:
3.1 Demolition and Site Preparation
3.2 Basic structural system dimensions
3.3 Final structural design criteria
3.4 Foundation design criteria
3.5 Plumbing riser diagrams
3.6 Mechanical riser diagram
3.7 Mechanical main distribution duct runs sized
3.8 Electrical one -line drawings and riser diagrams
3.9 Electrical panel schedule
3.10 Preliminary sizing of major structural components
3.11 Critical coordination clearances
3.12 Outline Specifications or material lists for all CSI divisions
3.13 Existing building coordination
3.14 Approximate equipment sizes and capacities
3.15 Preliminary equipment layouts
3.16 Required space for equipment - equipment layouts
3.17 Acoustical and vibration control
3.18 Visual impacts, including sight line studies for all major locations including luxury suites, press
boxes, and at least 8 studies for general seating in the seating bowl.
3.19 Energy conservation measures
3.20 Criteria for lighting, electrical, and communications systems
3.21 Approximate sizes and capacities of major components
3.22 Landscaping
3.23 Required chases and clearances
3.24 Continued development and expansion of civil Schematic Design Documents
3.25 Continued development and expansion of landscape Schematic Design Documents
3.26 Interior construction of the Project
3.27 Special interior design features
3.28 Furniture, furnishings, and equipment selections
3.29 Materials, finishes, and colors for all FF&E and construction trades
3.30 Concession Equipment Placement Drawings
3.31 Phasing and Logistics Drawings
4. During the Design Development, the Consultant shall coordinate locations of concessions equipment with
the concessionaire. Equipment locations and infrastructure requirements shall be included in Consultants
documentation. Consultant shall incorporate all information provided by the concessionaire into the overall
City Contract No. Page A-7
Consultant's Initials
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL B C!-- ," . ORIGINAL CAN BE
SEEN AT END OF THIS CatitMEN"t"PEOFWORK
project documents such that there is a fully coordinated and complete submission at the end of Design
Development. Consultant shall continue to provide all information needed by the concessionaire in further
developing prepare the concession equipment schedule and plan.
5. Consultant will develop and provide City with a schedule detailing all long lead procurement items and
architecturally significant equipment that will need to be purchased prior to the completion of the
Construction Document Phase. In addition, the Design Development Package shall include the
specifications for all the long lead procurement items identified and architecturally significant equipment.
6. The updated Development Schedule shall show the proposed completion date of each Phase of the Project
through design, bidding, construction and proposed date of occupancy.
7. Provide an updated Statement of Probable Construction Cost including a summary of the estimated cost of
the building including fixed equipment, site improvements, professional fees, movable equipment (if any),
utility services extensions and funding allocation evaluation comprising a brief description of the basis for
estimated costs. Costs shall be adjusted to the projected bid date and an evaluation of the Project costs as
they pertain to the allocated construction of the Project. The probable cost summary shall be reviewed with
the Preconstruction Manager and a variance report shall be submitted listing the differences between
Consultant's probable cost and the Preconstruction Manager's probable cost.
8. If the statement of ,Probable Construction Costs exceeds allocated funds, Consultant shall prepare
recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated
funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced
scope.
A2.03-2(b)
Consultant shall retum to City, review (check) sets of documents from the Schematic Design Phase submission.
Consultant shall provide an appropriate written response to all review commentary noted on these previous
Phase documents.
A2.03-2(c)
Consultant shall submit one (1) electronic set of all documents and twelve (12) hard copies of documents
required under this Phase, without additional charge, for review and approval by City. Consultant shall not
proceed with the next Phase of the Work until the documents have been approved, in writing, by City, and an
Authorization to Proceed with the next Phase has been issued by City.
A2.03-2(d)
Consultant shall assist Contruction Manager in preparation of a construction phase and sequence report to
ensure continuity of services and traffic between construction phases. The report should also address staging,
storage, and debris management during construction.
A2.03-3 Construction Document Development
A2.03-3(a)
From the approved Design Development Documents, Consultant shall prepare for written approval by City, Final
Construction Documents setting forth, in detail, the requirements for the construction of the Project, including the
Bid Form and other necessary information for the bidders, Supplemental Terms and Conditions for the Contract,
complete fully permittable drawings and technical specifications (the Project Manual). Consultant is responsible
for complete coordination between the engineering and architectural disciplines and compliance of the design
and Construction Documents with all applicable codes.
A2.03-3(b)
Maximum Cost Limit: Prior to authorizing Consultant to proceed with preparation of Construction Document
Development, City may establish and communicate to Consultant a maximum sum for the cost of construction of
the Project ('Maximum Cost Limit"). If City has not advertised for bids within ninety (90) days after Consultant
submits the Final Design to City, the estimate of the cost of construction shall be adjusted by Consultant. City
shall require Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at
no additional cost or fee to City if all responsive and responsible bids received exceed the MaximumCost Limit.
A2.03-3(c)
40% Construction Documents Submittal: Consultant shall make a 40% Construction Documents submittal, for
review and approval by City, which shall include the following:
City Contract No. Page A-8
Consultant's Initials
THIS DO M r:: _ Y A SUBSTITUTION TO
ORIGINAL BAr.5.y
O Rsl NAL SECALUREI
SEEN AT ENDOF T IS,r cIN OPEOFWORK
1. Three (3) hard copy sets of all 40% construction drawings, including any minor revisions, a itions,
corrections and applifications indicated and/or "redlined" by City as part of the review of the Design
Development Documents. Consultant shall retum to City review (check) sets of documents from the Design
Development Phase submission. Consultant shall provide an appropriate response to all review commentary
noted on these previous Phase documents.
2. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included
in the 40% review shall be noted.
3. The updated Project Development Schedule to include an outline of major construction milestone activities
and the recommended construction duration period in calendar days.
4. An updated Statement of Probable Construction Cost in CSI format, to include a breakdown of the buildings
components, site improvements, fees, general conditions and construction contingency. The probable cost.
summary shall be reviewed with the Preconstruction Manager and a variance report shall be submitted
listing the differences between Consultant's probable cost and the Preconstruction Managers probable cost.
5. Consultant may also be authorized to include in the Construction Documents approved additive and/or
deductive altemate bid items, to permit City to award a Construction Contract within the limit of the budgeted
amount.
. A Project Specifications index and Project Manual with at least 50% of the Specifications completed.
Documents submittal shall include all sections of Divisions "0" and "1".
7. An updated drawing showing locations and services required for the concessions equipment as well as
updated concessions equipment schedules (prepared by the concessionaire) shall be included in the
consultants documentation.
8. Consultant shall include, and will be paid for, City -requested alternates outside of the established Project
scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with
altemates required by the failure of Consultant to design the Project within the Fixed Limit of Construction
Cost.
9. Consultant shall not proceed with further construction document development until approval of the 40%
documents is received in writing from City. Approval by City shall be for progress only and does not relieve
Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained
in this Agreement. Consultant shall resolve all questions indicated on the documents and make all changes
to the documents necessary in response to the review commentary. The 40% Documents review {check)
set shall be retumed to City upon submission of 75% complete Construction Documents and Consultant
shall provide an appropriate response to all review commentary noted on these previous Phase documents.
If the Project is designated to be fast -tracked and/or a Guaranteed Maximum Price .(GMP), the these
drawings may be used to obtain theGMP and for starting construction.
A2.03-3(d)
75% Construction Documents Submittal: Consultant shall make a 75% Construction Documents submittal, for
review and approval by City, which shall include the following:
1. Twelve (12) hard copy sets of all 75% -construction drawings. The Consultant shall additionally attach an
index of all anticipated drawing sheets necessary to fully define the construction and an estimate of the
current percent of completion of each of the drawings. Consultant shall retum to City review (check) sets of
documents from the Design Development Phase submission. Consultant shall provide an appropriate
response to all review commentary noted on these previous Phase documents.
2. Twelve (12) hard copy sets and two (2) electronic copies of the technical specifications. Consultant shall in
the preparation of the technical specifications, use CSI Standards, format, developed and recommended by
the Construction Specifications Institute (CSI). However, all non -technical terms and conditions shall be
submitted separately as supplemental conditions. The 75% Construction Documents submittal shall include
all applicable sections of CSI Divisions, which shall be at least 75% complete of the Specifications Sections
100% complete. These specifications shall be in final form, except as may be revised through the review
prooess.
City Contract No. Page A-9
Consultant's Initials
THIS DOCUNIE 3 A SUBSTITUTION TO
ORIGINAL 'LiRiGINAL CAN BE
SEEN AT END OF tHIS DOStom QPREEMENT
C)FWr1Rk
3. Consultant shall work closely with City in the preparation of the proposal or itemized bid form and shall
prepare the supplementary terms and conditions or similar document for those conditions unique to this
specific Project.
4. Color boards, which shall show complete color selections for all finished materials.
6. A Drawing Cover Sheet listing an index of ail anticipated drawings by each discipline at the 100% level.
6. An updated Statement of Probable Construction Cost broken down by specification sections. The Statement
shall include any adjustments necessary for projected award date, changes in requirements, or general
market conditions. Authorization to Proceed with the 100% Construction Documents will not be issued if the
latest Statement of Probable Construction Cost exceeds the Total Authorized Construction Budget, unless
City increases the Total Authorized Construction Budget or Consultant and City agree on methods of cost
reduction sufficient to enable construction within the funds available. Any increase or reduction in the
Construction Budget shall be agreed upon, in writing, by the duly authorized signatories of the respective
parties.
All such changes in the Contract Documents shall be made at no additional cost to City. The probable cost
summary shall be reviewed with the Preconstruction Manager and a variance report shall be submitted
listing the differences between Consultants probable cost and the Preconstruction Manager's probable cost.
7. An updated drawing showing locations and services required for the concessions equipment as well as
updated concessions equipment schedules (prepared by the concessionaire) shall be included in the
consultants documentation.
8. Consultant may also be authorized to include in the Construction Documents approved additive and/or
deductive alternate bid items, to permit City to award a Construction. Contract within the limit of the
budgeted amount. Consultant shall include, and will be paid for any City -requested altemates outside of the
established Project scope or that are not constructed due to a lack of funds. No fee will be paid by the City
in connection with alternates required by the failure of Consultant to design the Project within the Fixed
Limit of Construction Cost.
9. Consultant shall not proceed with further construction documents development until approval of the 75%
documents is received in writing from City. Approval by City shall be for progress only and does not relieve
Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained
in this Agreement. Consultant shall resolve all questions indicated on the documents and make all changes
to the documents necessary in response to the review commentary. The 75% documents review check) set
shall be returned to City upon submission of 100% complete Construction Documents and Consultant shall
provide an appropriate response to all review commentary noted on these previous Phase documents. If the
Project is designated to be fast -tracked and/or a Guaranteed Maximum Price (GMP), then these drawings
may be used to obtain the GMP and for starting construction.
A2.03-3(e)
100% Construction Documents Submittal: Consultant shall make a 100% Construction Documents submittal, for
final review, comments and approval by City. City shall review documents for program compliance only; it is
Consultant's responsibility to coordinate its Work as well as the Work generated by the various Sub -consultants
involved with the Work. The 100% submittal shall include the following.
1. Twelve (12) sets of all 100% constructions permitable and constructible drawings for review. Each Sub -
consultant shall provide its drawings to a 100% level of completion with this submittal. The Drawings
submitted at this Phase shall include all details, schedules, tables, and calculations for the Project to be
submitted for "Dry -Run` Permit.
2. One (1) electronic copy and one (1) set of all reports, programs, and similar documents necessary for the
issuance of documents for bidding and construction contract award.
3. An updated Project Development Schedule, to include an outline of major construction milestone activities
and the recommended construction duration period in calendar days.
4. Final Concessions .Equipment layouts and schedules, prepared by the concessionaire, shall be included in
the documentation. Infrastructure requirements for all concessions -equipment shall.
City Contract No. Page A-10
Consultant's Initials
PHIS .DOD SUBS :IUTION TOE
ORIGINAL ORIGINAL CAN BED
SEEN AT .END OF wi. H. S DOCUMMMEss=
5. An updated Statement of Probable Construction Costs (including construction contingency allowance and
similar allowances) broken down by specification CSI sections. The Statement shall include any
adjustments necessary for projected award date, changes in requirements, or general market conditions. If
the Statement of Probable Construction Cost exceeds the Total Authorized Construction Budget, the
Consultant shall review materials, equipment, component systems and types of construction included in the
Contract Documents and shall recommend changes in such items and/or reasonable adjustment in the
scope of the Project that will result in bids within the allocated funds. All such changes in the Contract
Documents shall be made at no additional cost to City. It is agreed that any "Statement of Probable
Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultants best
judgment as a professional familiar with the local construction industry. The probable cost summary shall be
reviewed with the Preconstruction Manager and a variance report shall be submitted listing the differences
between Consultant's probable cost and the Preconstruction Manager's probable cost.
6. Contractor payment schedule based upon pay for performance parameters. Consultant shall identify
construction milestones that are based upon a monthly payment schedule.
A2.03-3(f)
Permitting: Consultant shall file and follow-up for building permits at the earliest practicable time during the
performance of the Work, the necessary portions of the Contract Documents for approval by City, County, State
and/or Federal authorities having jurisdiction over the Project by law or contract with City, and shall assist in
obtaining any such applicable certifications of 'permit approvar by such authorities prior to approval by the
Department of the 100% complete Review Set and printing of the Contract Documents. Consultant shall
promptly, at any time during the performance of the Work hereunder, advise City of any substantial increases in
costs set forth in the Statement of Probable Construction Cost that in the opinion of Consultant is caused by the
requirement(s) of such permitting authorities. Consultant shall promptly, and in such a fashion that does not
cause a Project delay, make all required changes and resolve all questions presented or revisions required by
the permitting authorities on the documents at no additional cost to City. From the approved Permit drawings;
Consultant shall deliver to City twelve (12) sets of reconciled drawings, noting any and all revisions in
reporducible and CADD files to be used as the 'Bid Set° insuring there are no discrepancies from permitted
drawings. The 100% completed check set (s) shall be returned to City. Upon final approval by City, Consultant
shall fumish twelve (12) hard copy sets and two (2) electronic copies of all drawings and technical specifications
and supplemental conditions to City, without additional charge.
A2.03-3(g)
City reserves the right to conduct a Peer Review of the project documents at any design stage. Cost of such a
Peer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by
Consultant, and if requested by City, would be incorporated into the design documents, at no additional cost to
City and no extension of time to the schedule.
A2.04-1 Bidding and Award of Contract
Bid Documents Approvals and Printing: Upon obtaining all necessary approvals of the Construction Documents,
from authorities having jurisdiction, acceptance by City of the 100% Construction Documents and latest
Statement of Probable Construction Cost, Consultant shall assist City in obtaining either competitive bids or
negotiated proposals and shall assist City in awarding and preparing contracts for construction as well as
purchase orders for Concession Equipment purchase, installation and/or relocation and all other items listed as
City furnished in the equipment schedule in accordance with the policies and procedures of City. City, for bidding
purposes, will have the bid documents printed, or, at its own discretion, may authorize such printing as a
reimbursable service to Consultant.
A2.04-2
Issuance of Bid Documents. Addenda and Bid Opening
Competitive Bidding:
1. City shall issue the Bid Documents to prospective bidders and keep a complete list of Bidders.
2. Consultant shall assist City prepare a response to questions, if any are required, during the bidding period.
All addenda, clarifications or responses shall be prepared byConsultant and issued by City.
3. Consultant shall consider requests for substitutions, if permitted by the Bidding Documents.
City Contract No. Page A-11
Consultant's Initials
y ..a
THIS DO 5 $$1]TUTION TO
ORIGINAL [,sJ fl _A , ORIGINAL CAN BE
SEEN AT END OF * T IS DOZVAMMER0EFE
WORK
4 Consultant shall prepare revised plans, if any are required, for City to issue to all prospective bidders.
5 City will schedule "Pre -Bid° meetings on an as needed basis, for the Project. Consultant shall attend all
pre -bid meeting and require attendance of Sub -consultants at such meetings. Consultant shall prepare and
distribute all meeting minutes and prepare responses. Consultant shall obtain City's approval and
distribute minutes and answers to questions to all attendees.
6. Consultant will be present at the bid opening, if requested by City.
Negotiated Proposals:
Consultant shall provide the services listed under competitive bidding and shall also:
1. Organize and participate in selection interviews with prospective consultants, vendors and contractors.
2. Assist City during negotiations with prospective consultants, vendors and contractors. The Consultant
shall subsequently prepare a summary report of the negotiation results, as directed by City
A2,04-3
Bid Evaluation and Award: Consultant shall assist City in evaluation of bids, determining the responsiveness of
bids and the preparation of documents for Award of a Contract. If the lowest responsive Base Bid received
exceeds the Total Allocated Funds for Construction, City may:
1. Approve an increase in the Project cost and award a Contract.
2. Reject all bids and re -bid the Project within a reasonable time with no change in the Project, or additional
compensation to Consultant.
3. Direct Consultant to revise the scope and/or quality of construction, and rebid the Project. The Consultant
shall, without additional compensation, modify the Construction Documents as necessary to bring the
Probable Construction Cost based upon such revisions within the Total Authorized Construction Budget. _.
City may recognize exceptional construction market cost fluctuations before exercising this option.
4. Suspend, cancel or abandon the Project.
NOTE: Under item 3 above, Consultant shall, without additional compensation, modify the Construction
Documents as necessary to bring the Probable Construction Cost within the budgeted amount. City may
recognize exceptional construction market cost fluctuations before exercising option 3 above.
A2.04-4
Furniture Fixture and Equipment Procurement
1. The consultant shall assist City in obtaining competitive bids or negotiated proposals for bidding and
awarding all furniture, fixtures and equipment identified in the Interiors Documents. These services will
include assistance in preparing bid documents for the respective scopes of work.
2. The Consultant shall assist the City in preparing a potential bidders list and shall assist the City in evaluating
bids or proposals received from bidders.
A2.05 Administration of the Construction Contract
A2.05-1 -
The Construction Phase will begin with the award of the construction contract and will end when Consultant has
provided to City all post construction documents, including Contractor As -Built drawings, Consultant's as -built
drawings, warrantees, guarantees, operational manuals, and Final Certificates) of Occupancy and City approves
the final payment to Consultant. During this period, Consultant shall provide administration of the construction
contract as provided by this Agreement, and as provided by law.
A2.05-2
Consultant will act as the representative of City in conjunction with the Program Manger, during the Construction
Phase, shall advise and consult with City and shall have the authority to act on behalf of City to the extent
provided in the General Conditions and the Supplementary Conditions of the construction contract and their
Agreement with City.
A2.05-3
City Contract No. Page A-12
Consultant's Initials
MOH milINIEMF
THIS DOCUMMj�F 3T ! SANIIIMOMI
SUBSTITUTION TO
ORIGIN AL _+ J . �►� % N RF R I PROFESS AL S'ER /ICESAGRR'EMET
SEEN AT Or h I�- I D O C U M' - SCOPE OF WORK
Consultant and respective Sub -consultants shall visit the site to conduct field inspections, at a minimum on a
weekly basis, and at all key construction events; to ascertain the progress of the Project and shall visit the site as
appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the
Work is proceeding in accordance with the Contract Documents. Consultant shall provide all inspections
necessary for certification required by the authorities having jurisdiction.
On the basis of on -site observations, Consultant and Sub -consultants shall endeavor to guard City against
defects and deficiencies in the Work except as otherwise required by law, Consultant and/or Sub -consultants will
not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality
or quantity of the Work unless otherwise set forth in this Agreement. Consultant will be responsible for writing
minutes of all meetings and field inspections report it is asked to attend, as well as the distribution of the minutes.
Consultant shall issue all reports and minutes within three (3) business days of the meeting or inspection.
Consultant and Sub -consultants will not be held responsible for construction means, methods, techniques,
sequences, or procedures, or for safety precautions and programs in connection with the Work. Consultant and
its Sub -consultants will not be held responsible for the Contractor's or subcontractors', or any of their agents' or
employees' failure to perform the work in accordance with the contract unless such failure of performance results
from Consultant's acts or omissions.
Threshold inspection shall be provided by the City. Consultant shall assist the City in procuring Threshold
inspection services.
A2.05-4
Consultant shall fumish City with a written report of all observations of the Work made by Consultant and require
all Sub -consultants to do same during each visit to the Project. Consultant shall also note the general status and
progress of the Work, on forms furnished by City, and submit them in a timely manner. Consultant and the Sub -
consultants shall ascertain that the Work is acceptable to City. Consultant shall ensure that the Contractor is
making timely, accurate, and complete notations on the "as -built" drawings. Copies of the field reports shall be
attached to the monthly Professional Services payment request for construction administration services.
Consultant's failure to provide written reports of all site visits or minutes of meeting shall result in the rejection of
payment requests and may result in a proportional reduction in Construction Administration fees paid to
Consultant.
A2.05-5
Based upon observations at the site and consultation with City, Consultant shall determine the amount due the
Contractor based upon percentage completion and shall recommend approval of such amount as appropriate
within five (5) days of reciept of Contractor's Application for Payment. This recommendation shall constitute a
representation by Consultant to City that, to the best of Consultant's knowledge, information and belief, the Work
has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the
Contractor is entitled to amount stated on the requisition subject to:
1. A detailed evaluation of the Work for conformance with the contract upon substantial completion
2. The results of any subsequent tests required by the contract
3. Minor deviations from the contract, correctable prior to completion
4. Any specific qualifications stated in the payment certificate and further that the Contractor is entitled to
payment in the amount agreed upon at a requisition site meeting or as stated on the requisition.
Prior to recommending payment to the Contractor, Consultant will prepare a written statement to City on the
status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition.
Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for
delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, Consultant shall
not be deemed to represent that Consultant has made any .examination to ascertain how and for what purpose
the Contractor has used money paid on account of the Construction Contract Sum.
A2.05-6
Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the
performance thereunder. Consultant shall render interpretations necessary for the proper execution or progress
of the Work upon written request of either City or the Contractor, and shall render written decisions, within
maximum of ten (10) calendar days, on all claims, disputes and other matters in question between City and the
Contractor relating to the execution or progress of the Work. Interpretations and decisions ofConsultant shall be
consistent with the intent of and reasonably inferable from the Contract Documents and shall be in written or
graphic form.
City Contract No. Page A-13
Consultant's Initials
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL ACKU. ORIGINAL CAN BE
SEEN AT END OF THIS C? ° NAAAPGER EME•NT
A2.05-7
Consultant shall have the authority to recommend rejection of Work, which does not conform to the Contract
Documents. Whenever, in its reasonable opinion, Consultant considers it necessary or advisable to insure
compliance with the Contract Documents, Consultant will have the authority to recommend special inspection or
testing of any Work deemed to be not in accordance with the Contract, whether or not such Work has been
fabricated and/or delivered to the Project, or installed and completed.
A2.05-8
Consultant shall promptly review and approve shop drawings, samples, RFIs and other submissions of the
Contractor. Changes or substitutions to the Contract Documents shall not be authorized without concurrence of
City and shall be authorized with or without change in costs to the construction. Consultant shall have a
maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the
Contractor, to retum the shop drawings or submittals to the Contractor with comments indicating either approval
or disapproval. Consultant shall provide the Contractor with a detailed written explanation as to the basis for
rejection.
A2.05-9
Consultant shall initiate and prepare required documentation for changes as required by Consultant's own
observations or as requested by City, and shall review and recommend action on proposed changes. Where the
Contractor submits a request for Change Order or Change Proposal request, Consultant shall, within ten (10)
calendar days, review and submit to City, its recommendation or proposed action along with an analysis and/or
study supporting such recommendation.
A2.05-10
Consultant shall examine the Work upon receipt of the Contractors request for substantial completion inspection
of the Project and shall, prior to occupancy by City, recommend execution of a "Certificate of Acceptance for
Substantial Completion" after first ascertaining that the Project is substantially complete in accordance with the
contract requirements. Consultant shall, in conjunction with representatives of City and the Contractor, prepare a
punch list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance
with Florida Statute 218.735 Upon satisfactory completion of the punch list, Consultant shall recommend
execution of a "Certificate of Final Acceptance" and final payment to the Contractor. Consultant shall obtain from
the Contractor upon satisfactory completion of all items on the punch list all necessary closeout documentation
from the Contractor, including but not limited to all guarantees, operating and maintenance manuals for
equipment, releases of liens/claims and such other documents and certificates as may be required by applicable
codes, law, and the contract, and deliver them to City before final acceptance shall be issued to the Contractor. If
construction is scheduled to be completed in Phases, Consultant shall provide these services for each phase of
the Project.
A2.05-11
Consultant shall monitor and provide assistance in obtaining the Contractors compliance with the contract
relative to: i) initial instruction of City's personnel in the operation and maintenance of any equipment or system;
ii) initial start-up and testing, adjusting and balancing of equipment and systems; and iii) final clean-up of the
Project to assure a smooth transition from construction to occupancy by City.
A2.05-12
Consultant shall fumish to City the original documents, including drawings, revised to reflect conditions based
upon information furnished by the Contractor; survey, and specific condition. Transfer of changes made by
"Change Authorization", "Change Order°, "Request for Information", substitution approvals, or other clarifications
will be Consultant's responsibility to incorporate into the "as -built" and record documents. Changes made in the
field to suit field conditions, or otherwise made by the Contractor for its convenience shall be marked by the
Contractor on the "Field Record Set" and transferred to the original contract documents by Consultant. The
original documents as well as the "Field Record Set" shall become the property of City. A reproducible set of all
other final documents will be fumished to City free of charge by Consultant.
A2.05-13
Consultant shall fumish to City six (6) complete sets of final Record Drawings in the most current version of Auto
CADD or such other format acceptable to City.
A2.05-14
City Contract No. Page A-14
Consultant's Initials
THIS DOC ° �{ - �g W� k SUBSTITUTION TO
ORIGINAL ' NAL QAN BE
SEEN AT END OFT�lO�S 10 � L SERVICESREEMENT
G '. _ e WORK
Consultant shall fumish to City a simplified site plan and floor plan(s) reflecting final conditions with graphic scale
and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor
and all fonts used in the drawings. Two (2) sets of drawings shall be fumished on 24" x 36' sheets and six (6)
electronic copies.
A2.05-15
Consultant shall assist City in the completion of the Contractors performance evaluation performance during the
performance of the construction work and upon final completion of the Project.
A2.05-16
Equipment. Communications & Sound Systems General Administration
1. The Consultant shall provide administration of the Contract between the City, the vendors and consultants
as set forth below and in The Orange Bowl (City of Miami) Agreement for Concession Equipment and
Communications Systems, as amended for this Project together with, and, as amended by, City's
supplementary conditions and such other documents as are included or incorporated into the final Contract.
2. The Consultant's responsibility to provide the Equipment & Communications and Sound Systems
Administration Services under this Agreement commences with the award of the initial Contract for
Concession Equipment or with the award of the initial Contract for communications and sound system
purchase and terminates at the acceptance by City of the final invoice payment.
3. Consultant shall be a representative of and shall advise and consult with the City during the provision of the
Equipment, Communications and Sound Systems Administration Services. The Consultant shall have
authority to act on behalf of the City only to the extent provided in this Agreement unless otherwise modified
by written amendment.
4. Consultant shall review and respond within five (5) working days properly prepared, timely requests by the
consultant or vendor for additional information about the Contract Documents.
5. Consultant shall, on the City's behalf, prepare reproduce and distribute supplemental Drawings and
Specifications in response to requests for information by the consultant or vendor. In addition, Consultant is
responsible for writing and distributing minutes of all meetings it conducts within three (3) working days.
6. Consultant shall interpret and make recommendations on matters concerning performance of the Contractor
and any other appropriate parties under, and in accordance with the requirements of the Contract
Documents on written request of the City, Contractor or any other appropriate parties. Consultant's response
to such requests shall be made in writing within any time limits agreed upon or otherwise with reasonable
promptness. Consultant shall interpret and provide recommendations on matters concerning performance of
the Contractor under the requirements of the Contract Documents on written request of the City. Consultant
shall also be the initial interpreter of the Construction Contract Documents, when necessary, to clarify any
term, provision, or condition thereof as between the City, Contractor and any other appropriate parties.
7. Interpretations and recommendations of Consultant shall be consistent with the intent of and reasonably
inferable from the Contract Documents and shall be in writing or in the form of drawings.
8. If requested by the City, Consultant shall render initial decisions to the City on claims, disputes or other
matters in question between the 'City, Contractor and any other appropriate parties as provided in the
Contract Documents.
A2.05-17
Communications and Sound Systems planning services, Closed Circuit TV and security planning services
during this Phase shall include at a minimum, scheduling, tracking, inspecting, storing, and installation of City
purchased equipment and F F & E. The Communications, Sound and Closed Circuit TV and security system
schedule shall be updated to support the regularly scheduled OAC meetings. The Consultant is responsible for
coordinating these equipment deliveries and installations as well as all required systems testing, certifications,
trainings, and the submittal of appropriate manuals and warranty documentation.
A2.05-18
City Contract No. Page A-15
Consultant's initials
THIS 1U?v ' - \7 A�/� U ITS ��IO TO
ORIGINAL BP � y, �" R VIAL CAN BE
SEEN AT END OF rHIS VIS OPE OF Work
Consultant shall coordinate between the Contractor and Consultants and vendors supporting the Concession
Equipment Planning, F F & E, Communications and Sound Systems planning scope of work. Consultant shall
also perform a final inspection for these scopes of work and issue and maintain a punchlist as well as the final
and as -built drawing documents.
A2.06 Time Frames for Completion. The following time frames are sequential from the date of the Notice to
Proceed and are depicted in the Schedule attached hereto as Attachment C.
Development of Objectives 21/ Months
Evaluation of Alternatives 2 Months
Schematic Design 3 Months
Design Development 4 Months
40% Construction Documents 2 Months
75% Construction Documents 2 Months
100% Construction Documents 2 Months
Bidding and Award 2 Months
Construction Administration 18 Months
A2.07 In the event of errors, omissions, or Consultant's initiated changes in the Contract Documents, Consultant
agrees to modify any Contract Document at its sole cost and expense to correct the error, omission, or changes.
Such responsibility shall not be construed as an exclusive remedy to City arising out of such errors, omissions, or
changes. City specifically reserves all rights it may have against the Consultant for costs incurred arising out of such
errors, omissions or changes, pursuant to Article 8 — Indemnification.. The City's approval, acceptance, use of or
payment for all or any part of the Consultants services hereunder of the Project itself shall in no way alter the
Consultant's obligations or the City's rights hereunder.
ARTICLE A3 ADDITIONAL SERVICES
A3.01 GENERAL
Services categorized below as "Additional Services" may be specified and authorized by City and are normally
considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work
Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as
provided in Attachment B, Section B3.06.
A3.02 EXAMPLES
Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the
following:
A3.02-1
Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of
prospective sites. Surveys of the existing structure required to complete as -built documentation are not
additional services.
A3.02-2
Design Of Non -Project Facilities: Design services relative to future facilities, systems and equipment which are
not intended to be constructed as part of a specific project.
A3.02-3
Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or
inventories in connection with construction performed by City.
A3.02-4
Specialty Design: Any additional special professional services not included in the Scope of Work.
A3.02-5
Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-
up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in
City Contract No. Page A-16
Consultants initials
ORIGINAL
y
P. R G N A .� CAN BE
SEEN AT END F( I� ,.Jripm-gmqftmpatirAGREEmENT
c %.1 I at11Al-SCOPE OF WORK
operation and maintenance of equipment and systems, and consultation during such training; and preparation of
operating and maintenance manuals, other than those provided by the Contractor, subcontractor, or equipment
manufacturer. Provide Commissioning Services as part of systems start-up.
A3.02-6
Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of
Work, when such revisions are inconsistent with written approvals or instructions previously given by City and
are due to causes beyond the control of Consultant. (Major revisions are defined as those changing the Scope of
Work and arrangement of spaces and/or scheme and/or any significant portion thereof).
A3.02-7
Expert Witness: Preparing to serve or serving as an expert witness in connection with any arbitration proceeding
or legal proceeding, providing, however, that -Consultant cannot testify against City in any proceeding during the
course of this Agreement.
A3.02-8
Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in
accordance with generally accepted architectural/engineering practice related to construction.
A3.03 ADDITIONAL REDEVELOPMENT
The City may, at its option, elect to proceed with additional site amenity projects relating to the Project. Such
additional site amenity projects may include:
• Parking Structure
• Conference Center
• Community Center
• Mixed -use Building(s)
Design services shall be provided in accordance with Article A3.
ARTICLE A4 REIMBURSABLE EXPENSES
A4.01 GENERAL
Reimbursable Expenses cover those services and items authorized by City in addition to the Basic and Additional
Services and consist of actual, direct expenditures made by Consultant and the Sub -consultant for the purposes
listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under
this Agreement.
A4.01-1
Communications Expenses: Identifiable communication expenses approved by the Program Manager, long
distance telephone, courier and express mail between Consultant's various permanent offices and Sub -
consultant. Consultant's field office at the Project site is not considered a permanent office.
A4.01-2
Reproduction. Photography: Cost of printing, reproduction or photography, beyond that which is required by or of
Consultants part of the work, set forth in this Agreement .
Geotechnical Invesitgation: Identifiable Soil Borings and Reports and testing costs approved by Program
Manager.
A4.01-3
Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These
permit fees do not include those permits required to be paid by the Consultant.
A4.01-4
Surveys: Site surveys and special purpose surveys when pre -authorized by the Program Manager.
A4.01-5
Other: Items not indicated in Section 4.01 when authorized by the Program Manager.
City Contract No. Page A-17
Consultant's Initials
THIS DOCUiviLATI IS SUE3STITUTION TO
ORIGINAL BACKUP. ORiC.31NAL CAN BE
EEN AT END OF THISmsbudivriworENRTK
A4.02 SUB -CONSULTANT REIMBUREMENTS
Reimbursable Sub -consultant expenses are limited to the items described above when the Sub -consultant's
agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing,
by the Director and subject to all budgetary limitations of City and requirements of this Agreement.
ARTICLE A5 CITY'S RESPONSIBILITIES
A5.01 PROJECT & SITE INFORMATION
City, at its expense and insofar as performance under this Agreement may require, shall fumish Consultant with the
information described below, or, if not readily available, may authorize Consultant to provide such information as an
Additional Service, eligible as a Reimbursable Expense.
A5.01-1
Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing
structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements,
boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas,
telephone and/or electrical services.
A5.01-2
Soil Borings. Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when
deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations.
Consultant shall recommend necessary tests to City.
A5.01-3
General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forams,
formats, and assistance required establishing a program as per Section A2.02
Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as-
builts availability. However, such drawings, if provided, are not warranted to represent conditions as of the date
of receipt. Consultant must still perform field investigations as necessary in accordance with Section A2.01 to
obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements,"
as defined, must be authorized in advance.
A5.01-4
Threshold Inspection shall be provided by the City. Consultant shall assist the City in procuring Threshold
inspection services.
A5.01-5
Reliability: The services, information, surveys and reports described in A5.01-1 through A5.01-4 above, shall be
furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof,
provided Consultant has reviewed all such information to determine if additional information and/or testing is
required to properly design the Project
A5.02 PROJECT MANAGEMENT
A5.02-1
City has contracted with Jones Lang LaSalle Americas, Inc. to act as Program Manager for the Project and will
serve as Agent for City.
A5.02-2
Program Manager shall meet with Consultant at periodic intervals throughout the Work to assess the progress of
the Work in accordance with approved schedules. Program Manager shall also examine documents submitted
by Consultant, including invoices, and shall promptly render decisions and/or recommendations pertaining
thereto, to avoid unreasonable delay in the progress of the Work.
A5.02-3
The Director or Program Manager shall act on behalf of City in all matters pertaining to this Agreement. The
Director or Program Manager shall issue all Notices to Proceed to Consultant. The Director or Program Manager
shall approve all invoices for payment to Consultant.
A5.03 CONSTRUCTION MANAGEMENT
City Contract No.
Consultant's Initials
Page A-18
THIS DOCUMENT IS A SUBSTITUTION
TIC)N TO
ORIGINAL L BACKUP. Ow' Z�14 . ENRIV/ ACWVi T
Vi
SEEN AT END OF THIS DOCUMEN
A5.0 - T
During the construction phase, Consultant and the City staff shall assume the responsibilities described in t e
general conditions and supplementary conditions of the construction contract relating to review and approval of
the construction work by the Contractor.
A5.03-2
If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other
nonconformance with the contract during the construction phase, City shall give prompt notice thereof to
Consultant.
A5.04 LEGAL AND OTHER SERVICES
City shall furnish any available legal, accounting, insurance counseling, and auditing services that Consultant may
require to ascertain how or for what purposes a Contractor has used the money paid to the Contractor under the
construction contract, as may be required by City.
City Contract No.
Consultant's Initials
Page A-19
SCHEDULE Al
PROJECT DESCRIPTION
1.0 Overview
ATTACHMENT A - SCOPE OF SERVICES
The Orange Bowl has a seventy year history as the home of the University of Miami Hurricanes. During the
1960's, 1970's and into the 1980's, the Orange Bowl served as the home of the Miami Dolphins. Several
College Championships have been determined in the Orange Bowl and five Superbowls were held in the
stadium. During the 1996 Olympics, the Stadium was host to several Olympic Soccer events. Today, the
Orange Bowl continues to be the home of the "Canes' and also is a regular stop for World Cup Soccer. The
Orange Bowl continues to be as big a part of City of Miami as it was in 1937, when it was originally
dedicated.
The original configuration of the Orange Bowl consisted of approximately 25,000 seats located in the lower
section of the lower bowl. Construction continued until the onset of World War II when demand for steel
forced construction to stop. In 1947, construction resumed and the lower bowl was extended to its current
configuration. In the early 1950's, extensions to both the north and south stands increased seating and
added more amenities. In 1963, the lower west end zone was constructed. In 1967, the upper press box
construction was completed, which currently houses VIP and luxury seating as well as additional press
areas. 1992 brought the next major renovation, which included structural renovations to the west end zone -
as well as additional lockers and concession spaces. Through the late 1990's and into this century,
structural repairs have been underway at the pace of approximately $2 million per year. Today, the sports
lights, towers and upper perimeter fence are being replaced due to damage from hurricane Wilma.
City desires to redevelop the Project, enhancing the revenue generating sources and functionality of the
stadium, performing additional structural repairs and updating building systems to 21 st century standards.
2.0 Scope of Work
The Orange Bowl Redevelopment is a complex Project, which includes various different elements. These
elements include:
Structural repairs and upgrades
Code compliance
Restroom upgrades
Concessions and concourse upgrades
Reconfiguration of lower bowl seats
Addition and reconfiguration of Luxury Product
Enhancement of technology systems
Addition of site amenities
Upgrade locker rooms
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL Es'^a ORIGINAL CAN BE
SEEN AT END OF r HIS DOCUMENT
City Contract No.
Consultant's Initials
Page A-20
ATTACHMENT A - SCOPE OF SERVICES
SCHEDULE A2 — SUB -CONSULTANTS
FIRM NAME
Bermello Ajamil & Partners
CONSULTING FIELD
Architecture, Civil Engineering, Landscape
Architecture, Public Involvement
Bliss & Nyitray
Structural Engineering
M-E Engineers
Mechanical/Electrical/Plumbing Engineering
Construction Cost Systems
Cost Estimating
CSL International
Market Analyst and Financial Strategist
BAI, LLC
Acoustical & Sound, Voice Data, Security
Cini-Little
Food Service
Ze Design
Signage & Graphics
FP&C Consultants
Life Safety
Allan J Cruickshank & Associates
Parking Consultant
IBA Consultants
Roofing, Waterproofing & Glazing
Millennium Sports Technologies
Turf Consultant
RWDI
Wind Analysis
Lerch Bates
Vertical Transportation
Evan Terry Associates
ADA Consultant
Kaderabek Company
Geotechnical Consultant
Weidener Surveying & Mapping
Survey Consultant
THIS DOC . A SUBSTITUTION TO
ORIGINAL a t . Y t:. ORIGINAL CAN BE
SEER! AT END OF(HIS DOCUMENT
City -Contract No.
Consultant's Initials
Page A-21
CityCoitt;:it,
ATTACHMENT A — SCOPE OF SERVICES
SCHEDULE A3 - KEY PERSONNEL
NAME
JOB CLASSIFICATION
Mike Handelman
Principal -in -Charge
Doug Kuster
Project Manager
Richard Farnan
Design Principal
Gerardo Prado
Project Designer
Fernando Vazquez
Branding & Theming
Kenton Higgins
Senior Project Architect
Scott Robinson
Project Architect
Bruce Nachtsheim
Quality Control
Tambra Thorson
Interior Design/ FF&E
Girish Kumar
Traffic Engineer
Louis Ajamil
Associate Principal
Scott Bakos
Senior Design Architect
Tere Garcia
Public Involvement
Steve Pynes
Senior Project Architect
Diana Farmer -Gonzalez
Inerior Design
Jorge Ferrer
Construction Administration
John Geiger
Landscape Architect
Kevin Hamrock
Civil Engineer
Tony Melton
Civil Engineer
William Wallis
Structural Engineering Principal
Ronald Milmed
Structural Engineering Project Manager
George Khoury
Chief Structural Engineer
Paul Zilio
Project Structural Engineer
Ted Prythero
MEP Principal
Mike Hart
MEP Project Manager
Scott Gerard
Lead Electrical Engineer
Ed Bosco
MEP Peer Review
Chris Jones
Lead Technology Engineer
Paul Laudolff
Quality Assurance Principal
Raj Ohri
Senior A/S/C/ Cost Estimator
Richard Driber
Senior Mechanical Cost Estimator
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL Est C.. x Viz,.'. OR/GINAL CAN BE
gN AT END O 1 S. D CUMENTPage A-22
Consultant's Initials
ATTACHMENT A - SCOPE OF SERVICES
SCHEDULE A3 - EARLY CONSTRUCTION ITEMS
TO BE PROVIDED BY A FUTURE AMENDMENT
*4"******END ATTACHMENT A********
ITHIS
DOCUMENT IS A SUBSTITUTION TO
B, : s " . ORIGINAL CAN BE
SEEN AT END OF :HIS DOCUMENT
City Contract No.
Consultant's Initials
Page A-23
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A — SCOPE OF WORK
ATTACHMENT A - SCOPE OF WORK
RTI _. _ _ 1 3 ERAL
Consultant shall provi • comprehensive professional Architectural and Engineering services as an Architect as the
prime professional, for t Project for which Consultant was selected In accordance with Section 287.055 Florida
Statutes, as amended, Con Hants' Competitive Negotiations Act (CCNA).
A1.01 RANGE OF SERVICE
Consultant shall furnish, as Basic ices, comprehensive professional services for the Project including, but not
limited to planning, programming, : sibility studies, options evaluations, detailed facility assessments, cost
estimates, opinions of probable const ion cost, complete design services, Including preparation of bid and
construction documents, review of work p . pared by Sub -consultants and other consultants, field Investigations and
observations, construction engineering inspe• •ns, construction contract administration, and as -built documentation.
Professional services will be limited to providing chitectural and engineering services for the design of the Orange
Bowl Stadium Redevelopment as further describe • Attachment Al.
Consultant's design services shall also include food s= 'ce/concession planning -in consultation with the concession
manager as well as audio-visual, scoreboard and broa• :st systems design, physical security, parking, turf and
irrigation systems design, stadium operations, In addition • the normal architectural, landscape, civil, structural,
mechanical, plumbing, and electrical engineering services as =II as the other services listed In article A.2 below.
A1.02 NON-EXCLUSIVE RIGHT
It Is understood that the Notice to Proceed will be Issued under this eement at the sole discretion of City Manager
or Director and that Consultant has no expectation, entitlement, right to . privilege to receive a Notice to Proceed for
the Project. City reserves, at all times, the right to perform any and all P • esslonal Services in-house, or with other
private professional architects or engineers as provided by Section .055, Florida Statutes, (Consultants'
Competitive Negotiation Act) or to discontinue or withdraw the Project or to : =rcise every other choice allowed by
law, This Agreement does not confer on Consultant any particular, exclusive o peclal rights to Work required by
City.
A1.03 PAYMENTS
City will pay Consultant the stipulated amount for the Work required, in accordance with p ,visions and limitations of
Attachment B. No payment will be made for Consultants time or services In connection wi the preparation of any
such proposal or for any Work done in the absence of an executed Work Order, Notice to - •ceed or Purchase
Order.
SU
City Contract No.
Consultant's Initials
TI UTED
Page A-1
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
TICLE _ S RV C
Co" Rant agrees to provide complete professional architectural and/or engineering services as set forth In the
Phas;'. enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state,
county City of Miami, Florida, Codes and Ordinances; including all civil engineering, structural engineering,
architectu`;\ mechanical/plumbing engineering, electrical engineering and landscape design services normally
required for •\•roject of an architectural nature. Consultant shall maintain an adequate staff of qualified personnel on
the Work at alb y es to ensure Its performance as specified In the Agreement. These services hereinafter referred
to as "Basic Serv`� =s" shall include the following:
A2.01 PHASE I — Ds . OPMENT OF OBJECTIVES
A2.01-1
Consultant shall conferth representatives of City, the Program Manager and other jursidictional agencies to
develop several approach, to redeveloping the Orange Bowl Stadium. Consultant shall participate In creating a
needs matrix that outlines ape for the Project. This needs matrix shall be the basis for developing a series of
conceptual documents that i -state alternative soultions to addressing the needs listed In the matrix.
Preliminary pricing shall be prov d by Consultant and coordinated with Preconstructlon Manager. Conceptual
documentation shall Include:
I. Image/Massing diagrams
ii. Preliminary Site and Building Design wings and Criteria including plans, sections and renderings
ill. Preliminary space planning
Iv. Descriptions of the relationships between event elements
Costs of renderings and models required for Item 'a bove, shall be Included in the base fee.
A2.01.2
Consultant shall prepare written descriptions of the va ` s options and shall participate In presentations to
multiple groups explaining alternative options.
A2.01-9
Stadium Tours - Consultant, at its own expense, shall participate I \ tour of existing stadiums and shall provide
a detailed report of these facilities. This report shall include a compa • n of the physical characteristics of each
facility and a description of the facilities' positive and negative atures. The report shall include e
recommendation relative to Incorporating any of these features Into the •-nge Bowl Stadium Redevelopment.
As part of the report, Consultant shall provide a photographic record o -ach facility. This report shall be
completed within thirty (30) days of the tours.
A2.01-4
Facility Assessment - A detailed assessment of the existing Orange Bowl facility regard to each of the
major building systems will be completed within two (2) months of the contract awards e Design Team will
produce a comprehensive report that details deficiencies in the individual building ays' , s. The minimum
disciplines Included In this report are:
I. Site drainage and infrastructure
ii. Structural systems
ill. Mechanical
iv. Electrical
v. Plumbing
vi. Data and communications
vil. Sound and scoreboard
vill. Code Compliance
ix, ADA Compliance
The information In this report will be Incorporated into the needs matrix. Preliminary pricing shall be provided for
each of the Items listed In the report. Coordinate pricing with the Contractor.
S
City Contract No.
Consultant's Initials
Page A Q
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
A2. -5
As-Bu - Consultant shall assemble all known construction documentation for the Orange Bowl Stadium and
shall us- this documentation to provide a preliminary set of as-bullts. Consultant shall perform a complete
survey of = existing facility verifying the accuracy of the information provided and updating as -built information
with existin. onditions. A comprehensive set of as -built documentation shall be completed within four (4)
months of N • to Proceed. As buflts shall, at a minimum, Include:
Structural
i. Location of all p ary and secondary framings
li. Location of all br gs
iil. Dimensions
iv. Elevations of all main uctural elements
v. Main structural elemen ized
Arcimltectural
i. Exterior and elevations
II. Interior elevations of concourse
iii. Interior elevations to document A► compliance In restrooms
iv. Sections: a) Typical building s ons through major quadrants (minimum of 8)
b) 3 story VIP area
c) Lower Press box
d) Athletic Club
e) 2 offices
f) Locker rooms (4 each)
plumbing
I. Underground water and storm
II. Location of risers
IN. Service entry points
Fire RJsers
I. Location of all fire risers
JIVAC
I. Location of wall units
II. Location and size of package/split units, pipe and duct shafts
Electrical
1. Riser diagram
II. Panel schedule
III. Panel locations
Lour Voltage
I. Service entry points
II. Location of risers
III. Location of punch -downs
Iv. Location of speakers
Consultant shall hire a surveyor to provide a certified survey of the site. Such survey shall Include th ,. cation of
all site structures Including all utility structures. Consultant shall also engage a soil testing flrm to pe'` rm soil
borings and other tests required for new construction work. The cost of the surveyor and soil engineer •,! firm
shall be billed as reimbursable expenses.
S
City Contract No.
Consultant's Initials
Page A-3
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
A2. -6
Sufflcldetail shall be provided within two (2) months to support the presentation materials described in
Section 01.1. Consultant shall work with City and Program Manager to determine a scope of work that can be
fast -track = and start construction In 2006. Consultant shall provide all required design for this accelerated
work accor• to Phase III design requirements.
A2.02 PHASE II - ' LUATION OF ALTERNATIVES
A2.02-1
Phase II includes an -depth analysis and evaluation of the alternatives detailed In Phase I. Consultant shall
support Program Man. aer and City in determining the best available options. Consultant shall provide
information relative to :.
I. Zoning and Code Analy
II. ADA & Life Safetyt✓ompl ce
Exiting
iv. Luxury Product Analysis
v. Sight Lines
vt. Sponsorship Location Opportuni s
vil. Systems Evaluations
vial. Pricing
ix. Technology
x. Facility Maintenance and repairs
xl. Flexibility In design for other events
xti. Energy Conservation/Sustainable Design
At the conclusion of Phase II, Consultant shall provide .etalled space program along with a series of "test fit"
documents that diagramatically represent the options sel =d by City.
A2.03 PHASE I11- DESIGN
A2.03-1 Schematic Design
Consultant shall prepare and present, In writing and at an ors' •resentation If requested, for approval by City, a
Design Concept and Schematics Report, comprising Schemat Design Studies, Including an Identification of
any special requirement affecting the Project, Project Develop `" nt Schedule and a Statement of Probable
Construction Cost, as defined below:
1. The Schematic Design Studies shall consist of site plan(s), floor ' ans, elevations, sections, and all other
elements required by City or Program Manager to show the scale = d relationship of the components and
design concepts of the whole. The floor plans may be single -line diag -ms. A simple perspective rendering
or sketch, model or photograph thereof may be provided to further she design concept.
2. A detailed Project narrative shall describe all building components•. in ' ded for use in the stadium
redevelopment. Narratives shall provide Information relative to products, eta .•ards and shal establsih the
level of quality of building systems for the Project. Narrative shall be In cient detail to allow the
Preconstruction Manager to provide a probable cost estimate for the facility.
3. Consultant shall identify and notify City of any building code Issues or lack of compl ce with current codes
which may affect the Scope of Work and/or the facility where the Work will be perform
4. The Project Development Schedule shall show the proposed completion date of each Ph: , e of the Project
through design, bidding, construction and the proposed date of occupancy by City.
5. Provide a Statement of Probable Construction Coat, Including a summary of the estimat; . ost of the
building and/or other work, including fixed equipment, site Improvements, professional fees, 'struction
contingency allowance, movable equipment (If any), utility services and funding allocation'e luation
comprising a brief description of the basis for estimated costs (similar projects) with square foo oats.
Costs shall be adjusted to the projected bid date and a preliminary evaluation of the program as it pal. =ins
to the allocated construction funds. The probable cost summary shall be reviewed with the Preconstnic •n
Manager and a variance report shall be submitted listing the differences between Consultant's probab
cost and the Preconstructlon Manager's probable cost.
City Contract No.S
Consultant's Initials
IT
T
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
If the statement of Probable Construction Costs exceeds allocated funds, Consultant shall prepare
ecommendatlons for reducing the scope of the Project in order to bring the estimated costs within allocated
ds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced
sc. • e.
7. The emetic Design shall include analysis and recommendations for the following building components:
7.1 * : neral space requirements
7.2 In <tigation of availability and suitability of alternative architectural materials, systems, and
equi • ' ent
7.3 Buildl Operations
7.4 Demoliti • • lens
7.5 Landscapi
7.6 Paving, drive:: nd walkways
7.7 On -site utility s ems
7.8 Off -site utilities
7.9 Drainage systems
7.10 Public thoroughfares
7.11 Alternate structural sys
7.12 Acoustical systems
7.13 Identification of potential ar• •itectural materials, systems, equipment and their criteria and quality
standards consistent with the , • nceptual design
7.14 Furniture and equipment layout= ncluding MEP and architectural requirements
7.15 Housekeeping vacuum
7.16 Scoreboard systems
7.17 Vending systems (Point of Sale)
7.18 Concession Operations (Including cote ' • to different levels - general, club, suites & press)
7.19 Conveying and/or vertical transportation tams
7.20 Heating and ventilating
7.21 Air conditioning
7.22 Plumbing
7.23 Fire protection
7.24 Fire protection feeders
7,25 Energy sources
7.28 Energy conservation
7.27 Power service and distribution
7.28 Lighting
7.29 Telecommunications
7.30 Fire detection and alarms
7.31 Security systems
7.32 Electronic communications
7.33 Communications systems (IT & telephone)
7.34 Special electrical systems
7.35 Audio Visual systems
7.36 Broadcast systems (TV, Radio & Internet)
8. During the Schematic Design Phase, Concession Equipment Planning Services shall lude developing
and providing City with a Preliminary Concession Equipment Procurement Plan. 'is Preliminary
Concession Equipment Procurement Plan shall define how the procurement will be co. •lnated, bid,
purchased, expedited, inspected, stored, managed, Installed and tested.
A2.03-1(a)
Consultant shall submit one (1) electronic set of all documents and twelve (12) copies of documents req :d
under this Phase, without additional charge, for review end approval by City. Consultant shall not proceed with
the next Phase of the Work until the documents have been approved, In writing, by City, and an Authorization to
Proceed with the next Phase has been Issued by City.
I
City Contract No.
Consultant's Initials
T
Page A.5
PROFESSIONAL_ SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
A2.03-2 Design Development
03-2(a)
Fr • ' the approved Schematic Design documents, Consultant shall prepare and present in writing, and at an
oral 'resentation, if requested, for approval by City, Design Development Documents, an updated Protect
Develment Schedule and an updated Statement of Probable Construction Costs as defined below:
1. The • sign Development Documents shall consist of drawings (site plans, floor plans, elevations, sections),
outline •eclflcations, and other documents that delineate and describe the size and character of the entire
Project.
2. Design Dev .pment Phase consists of continued development and expansion of architectural Schematic
Design Docu nts to establish the final scope, relationships, forms, size, and appearance of the Project
through:
2.1 Plan sect}. s and elevations
2.2 Typical con _ uction details
2.3 Three-dimens al sketch(es)
2.4 Study model(s)
2.5 Final materials se lion
2.6 Proposed conceal • equipment layouts coordinated with Concession Manager
2.7 Construction phasing an
2.8 Risk assessment plan sistent with construction phasing plan
3. During the Design Development : se the scope of services will consist of continued development and
expansion of all aspects of the Sche tic Design Phase and development of outline specifications, details,
and/or materials lists to establish the fo •wing:
3.1 Demolition and Site Preparation
3.2 Basic structural system dimension
3.3 Final structural design criteria
3.4 Foundation design criteria
3.5 Plumbing riser diagrams
3.6 Mechanical riser diagram
3.7 Mechanical main distribution duct runs si
3.8 Electrical one -line drawings and riser dlagra
3.9 Electrical pane! schedule
3.10 Preliminary sizing of major structural component
3.11 Critical coordination clearances
3.12 Outline Specifications or material lists for all CSt dlv ons
3.13 Existing building coordination
3.14 Approximate equipment sizes and capacities
3.15 Preliminary equipment layouts
3.16 Required space for equipment equipment layouts
3.17 Acoustical and vibration control
3.18 Visual Impacts, including sight line studies for all major to ons including luxury suites, press
boxes, and at least 8 studies for general seating In the seating b
3.19 Energy conservation measures
3.20 Criteria for lighting, electrical, and communications systems
3.21 Approximate sizes and capacities of major components
3.22 Landscaping
3.23 Required chases and clearances
3.24 Continued development and expansion of civil Schematic Design Documen
3.25 Continued development and expansion of landscape Schematic Design Doc , ents
3.26 Interior construction of the Project
3.27 Special Interior design features
3.28 Furniture, furnishings, and equipment selections
3.29 Materials, finishes, and colors for all FF&E and construction trades
3.30 Concession Equipment Placement Drawings
4. During the Design Development Phase, Concession Equipment Planning Services shall Include dev: ping
and providing the City with an Equipment Procurement Plan. This Concession Equipment Procurement
Plan shall further define how the procurement will be coordinated, bid, purchased, expedited, Inspected,
stored, managed, installed, and tested.
City Contract No.
Consultant's Initials
S
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A -- SCOPE OF WORK
The Concession Equipment Plan shall include a responsibility matrix and/or schedule cutting responsibilltes
for procurement and installation of each piece of equipment. Based on the approved Equipment Report, the
Concession Equipment Planning Services will develop an estimate of probable cost for concessions
quipment.
6. C. ultant will develop and provide City with a schedule detailing all long lead procurement items and
arch =cturally significant equipment that will need to be purchased prior to the completion of the
Cons tion Document Phase. In addition, the Design Development Package shall include the
specifi ons for all the long lead procurement items identified and architecturally significant equipment.
7. The updat: .•evelopment Schedule shall show the proposed completion date of each Phase of the Project
through desig • idding, construction and proposed date of occupancy.
8. Provide an updat ' Statement of Probable Construction Cost Including a summary of the estimated cost of
the building includl ` fixed equipment, site improvements, professional fees, movable equipment (If any),
utility services extenss and funding allocation evaluation comprising a brief description of the basis for
estimated costs. Costs` . ali be adjusted to the projected bid date and an evaluation of the Project costs as
they pertain to the alioca ` construction of the Project. The probable cost summary shall be reviewed with
the Preconstruction Mena:` r and a variance report shall be submitted listing the differences between
Consultant's probable cost a ` the Preconstruction Manager's probable cost.
9. If the statement of Probable►•nstruction Costs exceeds allocated funds, Consultant shall prepare
recommendations for reducing the . ope of the Project In order to bring the estimated costs within allocated
funds. Consultant shell update its d umentation, at no additional cost to the City, to reflect this reduced
scope.
A2.03.2(b)
Consultant shall return to City, review (check) set •f documents from the Schematic Design Phase submission.
Consultant shall provide an appropriate written re •.nse to all review commentary noted on these previous
Phase documents.
A2.03-2(c)
Consultant shall submit one (1) electronic set of all doc : ents and twelve (12) hard copies of documents
required under thls Phase, without additional charge, for r`' ew and approval by City. Consultant shall not
proceed with the next Phase of the Work until the documents ve been approved, In writing, by City, and an
Authorization to Proceed with the next Phase has been Issued by ty.
A2.03-2(d)
Consultant shall also Include preparation of a construction phase and `' quence report to ensure continuity of
services and traffic between construction phases. The report should also : ddress staging, storage, and debris
management during construction. If the Project Is designated to be fast-tra► ed and/or a Guaranteed Maximum
Price (GMP), then these drawings may be used to obtain the GMP and for sta g construction.
A2.03-3 Construction Document Development
A2.03-3(a)
From the approved Design Development Documents, Consultant shall prepare for written`' •prove! by City, Final
Construction Documents setting forth, in detail, the requirements for the construction of Project, including
the Bid Form and other necessary information for the bidders, Supplemental Terms and onditions for the
Contract, complete fully permlttable drawings and technical specifications (the Protect Manu ` . Consultant Is
responsible for complete coordination between the engineering and architectural disciplines an•'' ,•mpliance of
the design and Construction Documents with all applicable codes.
A2.03.3(b)
Maximum Cost Limit: Prior to authorizing Consultant to proceed with preparation of Construction Document
Development, City may establish and communicate to Consultant a maximum sum for the cost of construction of
the Protect ("Maximum Cost Limit"). if City has not advertised for bids within ninety (90) days after Consultant
City Contract No.
Consultant's Initials
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
submits the Final Design to City, the estimate of the cost of construction shall be adjusted by Consultant. City
all require Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work
a o additional cost or fee to City If all responsive and responsible blds received exceed the Maximum Cost
Um
A2.03- c)
4
review and
• Consultant shall make a 40% Construction Documents submittal, for
proval by City, which shall include the following:
1. Three (3) and copy sets of all 40% construction drawings, Including any minor revisions, additions,
corrections d applifications Indicated and/or "redllned" by City as part of the review of the Design
Development .\•cuments. Consultant shall retum to City review (check) sets of documents from the Design
Development = ,ase submission. Consultant shall provide an appropriate response to all review
commentary note these previous Phase documents.
2. A Drawing Cover Sh listing an index of all number of drawings by each discipline. Drawings not Included
In the 40% review shall • noted.
3. The updated Project Develo• ent Schedule to Include an outline of major construction milestone activities
and the recommended constru,lon duration period in calendar days.
4. An updated Statement of Probable onstructlon Cost in CSI format, to Include a breakdown of the buildings
components, site improvements, fee- general conditions and construction contingency. The probable coat
summary shall be reviewed with the construction Manager and a variance report shall be submitted
listing the differences between Consul =.t's probable cost and the Preconstructlon Manager's probable
cost.
5. Consultant may also be authorized to include . the Construction Documents approved additive and/or
deductive alternate bid items, to permit City t.'t_` ward a Construction Contract within the limit of the
budgeted amount.
6. A Protect Specifications Index and Project. Manual w at least 50% of the Specifications completed.
Documents submittal shall include all sections of Divisions`,." and "1".
7. An updated Concession Equipment Schedule detailing all req ements to prepare/solicit proposals, bidder
selection, equipment delivery, storage and inspection, installatio` nd testing/certification. This Concession
Equipment schedule shall detail the requirements for all areas a a• architecturally significant equipment.
This schedule shall be coordinated and Integrated with the constructs • +schedule.
8. An updated equipment estimate of probable cost, updated Concess :. Equipment Plan and updated
responsibility matrix and/or schedule outling responsibllites for procureme and installation of each piece
of equipment.
9. Consultant shall Include, and will be paid for, City -requested alternates outside the established Project
scope or that are not constructed due to a lack of funds. No fee will be paid by Ity In connection with
alternates required by the failure of Consultant to design the Project within the Flxe• imlt of Construction
Cost.
10. Consultant shall not proceed with further construction document development until appro .l of the 40%
documents Is received in writing from City. Approval by City shall be for progress only and d • _ not relieve
Consultant of its responsibilities and liabilities relative to code compliance and to other covenant='.ontalned
in this Agreement. Consultant shall resolve all questions indicated on the documents and make all
to the documents necessary In response to the review commentary. The 40% Documents review (
set shall be retumed to City upon submission of 75% complete Construction Documents and Con
shall provide an appropriate response to all review commentary noted on these previous Phase documen
If the Protect is designated to be. fast -tracked and/or a Guaranteed Maximum Price (GMP), the these
drawings may be used to obtain the GMP and for starting construction.
A2.03.3(d)
City Contract No.
Consultant's Initials
S
anges
= ck)
su' nt
TED
Page A-8
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
5°o Co stru on r I u : - Su ' titta : Consultant shall make a 75% Construction Documents submittal, for
r iew and approval by City, which shall include the following:
1. elve (12) hard copy sets of all 75% construction drawings. The Consultant shall additionally attach an
in • . of all anticipated drawing sheets necessary to fully define the construction and an estimate of the
curre percent of completion of each of the drawings. Consultant shall return to City review (check) sets of
docum s from the Design Development Phase submission. Consultant shall provide an appropriate
response all review commentary noted on these previous Phase documents.
2. Twelve (12) h I. copy sets and two (2) electronic copies of the technical specifications. Consultant shall in
the preparation the technical specifications, use CSI Standards, format, developed and recommended by
the Construction •eciflcations Institute (CSI). However, all non -technical terms and conditions shall be
submitted separatel .:s supplemental conditions. The 75% Construction Documents submittal shall Include
all applicable sections CSI Divisions, which shall be at least 75% complete of the Specifications Sections
100% complete. Theseecifications shall be in final form, except as may be revised through the review
process.
3. Consultant shall work closely th City In the preparation of the proposal or itemized bid form and shall
prepare the supplementary term and conditions or similar document for those conditions unique to this
specific Project.
4. Color boards, which shall show comple • color selections for all finished materials.
5. A Drawing Cover Sheet listing an Index of a anticipated drawings by each discipline at the 100% level.
6. An updated Statement of Probable Const Lion Cost broken down by specification sections. The
Statement shall include any adjustments necess for protected award date, changes In requirements, or
general market conditions. Authorization to Pro d with the 100% Construction Documents will not be
Issued if the latest Statement of Probable Constru ` on Cost exceeds the Total Authorized Construction
Budget, unless City increases the Total Authorized structlon Budget or Consultant and City agree on
methods of cost reduction sufficient to enable constr ion within the funds available. Any Increase or
reduction In the Construction Budget shall be agreed upo in writing, by the duly authorized signatories of
the respective parties.
All such changes in the Contract Documents shall be made at additional cost to City. The probable cost
summary shall be reviewed with the Preconstruction Manager d a variance report shall be submitted
listing the differences between Consultant's probable cost and Preconstructlon Manager's probable
cost.
7. An updated Concession Equipment Schedule detailing all requirements =prepare/solicit proposals, bidder
selection, equipment delivery, storage and Inspection, Installation and tes certification. This Concession
Equipment schedule shall detail the requirements for all areas and arch) urally significant equipment.
This schedule shall be coordinated and Integrated with the construction ached
8. An updated equipment estimate of probable cost, updated Concession Equip ent Plan and updated
responsibility matrix and/or schedule outling responsibilites for procurement and in nation of each piece
of equipment.
9. Consultant may also be authorized to include in the Construction Documents approv additive and/or
deductive alternate bid Items, to permit City to award a Construction Contract within e limit of the
budgeted amount. Consultant shall include, and will be paid for any City -requested alternatesutside of the
established Project scope or that are not constructed due to a lack of funds. No fee will be pa , by the City
in connection with altemates required by the failure of Consultant to design the Protect within the ed Limit
of Construction Cost.
10. Consultant shall not proceed with further construction documents development until approval of the %
documents is received in writing from City. Approval by City shall be for progress only and does not rell e
Consultant of Its responsibilities and liabilities relative to code compliance and to other covenants contalne
in this Agreement. Consultant shall resolve all questions Indicated on the documents and make all changes
to the documents necessary in response to the review commentary. The 76% documents review
check) set shall be returned to City upon submission of 100% complete Construction Documents and
Consultant shall provide an appropriate response to all review commentary noted on these previous Phase
City Contract No.
Consultant's Initials
S
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
documents. If the Project is designated to be fast -tracked and/or a Guaranteed Maximum Price (GMP), then
these drawings may be used to obtain the GMP and for starting construction.
A2. -3(e)
0. • - i•n •. um: i = Subu It =.1: Consultant shall make a 100% Construction Documents submittal, for
final rev , comments and approval by City. City shall review documents for program compliance only; it Is
Consultan responsibility to coordinate its Work as well as the Work generated by the various Sub -consultants
involved wit e Work. The 100% submittal shall Include the following.
1. Twelve (1 sets of all 100% constructions permitabie and constructible drawings for review. Each Sub -
consultant s `:II provide Its drawings to a 100% level of completion with this submittal. The Drawings
submitted at t Phase shall include all details, schedules, tables, and calculations for the Project to be
submitted for "D ,Run" Permit.
2. One (1) electronic c
Issuance of documen
y and one (1) set of all reports, programs, and similar documents necessary for the
or bidding and construction contract award.
3. An updated Project Devel• •ment Schedule, to Include an outline of major construction milestone activities
and the recommended cons ctlon duration period In calendar days.
4. An updated Concession Equlpm=,t Schedule detailing all requirements to prepare/solicit proposals, bidder
selection, equipment delivery, store and Inspection, installation and testing/certification. This Concession
Equipment schedule shall detail the =quirements for all areas and architecturally significant equipment.
This schedule shall be coordinated and 'tegrated with the construction schedule.
5. An updated Statement of Probable Const ion Costs (Including construction contingency allowance and
similar allowances) broken down by spec +cation CSI sections. The Statement shall include any
adjustments necessary for projected award dat= changes In requirements, or general market conditions. If
the Statement of Probable Construction Cost = ceeds the Total Authorized Construction Budget, the
Consultant shall review materials, equipment, corn •' nent systems and types of construction included In the
Contract Documents and shall recommend change: in such items and/or reasonable adjustment In the
scope of the Project that will result In bids within the /located funds. All such changes in the Contract
Documents shall be made at no additional cost to C . It is agreed that any "Statement of Probable
Construction Costs" prepared by Consultant' represents a asonable estimate of cost In Consultant's best
judgment as a professional familiar with the local constructio` industry. The probabie cost summary shall be
reviewed with the Preconstruction Manager and a variance re •rt shall be submitted listing the differences
between Consultant's probable cost and the Preconstruction Ma =ger's probable cost.
5. Contractor payment schedule based upon pay for performance •arameters, Consultant shall Identify
construction milestones that are based upon a monthly payment ache, le.
A2.03-3(f)
Permitting: Consultant shall file and follow-up for building permits at the earl =t practicable time during the
performance of the Work, the necessary portions of the Contract Documents for a • royal by City, County, State
and/or Federal authorities having Jurisdiction over the Project by law or contract h City, and shall assist In
obtaining any such applicable certifications of "permit approval" by such authoritie, ,odor to approval by the
Department of the 100% complete Review Set and printing of the Contract Docu nts. Consultant shall
promptly, at any time during the performance of the Work hereunder, advise City of any s' .Mantel Increases in
costs set forth in the Statement of Probable Construction Cost that in the opinion of Consu , nt is caused by the
requirement(s) of such permitting authorities. Consultant shall promptly, and In such a fa on that does not
cause a Project delay, make all required changes and resolve all questions presented or revs: ,•ns required by
the permitting authorities on the documents at no additional cost to City. From the approved it drawings;
Consultant shall deliver to City twelve (12) sets of reconciled drawings, noting any and a ' revisions In
reporducible and CADD files to be used as the "Bid Set" Insuring there are no discrepancies fro permitted
drawings, The 100°% completed check set (s) shall be returned to City. Upon final approval by City, • •nsultant
shall furnish twelve (12) hard copy sets and two (2) electronic copies of all drawings and technical spe tions
and supplemental conditions to City, without additional charge.
A2.03-3(g)
City Contract No.
Consultant's initials
f'age A-10
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
City reserves the right to conduct a Peer Review of the project documents at any design stage. Cost of such a
eer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by
sultant, and if requested by City, would be Incorporated Into the design documents, at no additional cost to
CI , d no extension of time to the schedule.
A2.04 PHAS ` - BIDDING AND AWARD OF CONTRACT
A2.04-1
)3Id Documents ` •orovais and Printinq: Upon obtaining all necessary approvals of the Construction Documents,
from authorities ' -ving jurisdiction, acceptance by City of the 100% Construction Documents and latest
Statement of Probe Construction Cost, Consultant shall assist City In obtaining either competitive bids or
negotiated proposals nd shall assist City in awarding and preparing contracts for construction as well as
purchase orders for Co ssion Equipment purchase, installation and/or relocation and all other Items listed as
City furnished In the eq ment schedule in accordance with the policies and procedures of City. City, for
bidding purposes, will have bid documents printed, or, at its own discretion, may authorize such printing as a
reimbursable service to Cons nt.
A2.04-2
Issuance of Bid Documents, Adden• • and Bid Opening
Competitive Bidding:
1. City shall Issue the Bid Documents to • •spective bidders and keep a complete list of Bidders.
2. Consultant shall assist City prepare a res• +nse to questions, If any are required, during the bidding period.
Ail addenda, clarifications or responses sha <.e prepared by Consultant and Issued by Clty.
3. Consultant shall consider requests for substituts, if permitted by the Bidding Documents.
4. Consultant shall prepare revised plans, if any are - • uired, for City to issue to all prospective bidders.
5. City will schedule "Pre -Bid" meetings on an as nee'` d basis, for the Project. Consultant shall attend alt
pre- bid meeting and require attendance of Sub -co itants at such meetings. Consultant shall prepare
and distribute alt meeting minutes and prepare response Consultant shall obtain City's approval and
distribute minutes and answers to questions to all attendees.
8. Consultant will be present at the bid opening, If requested by C
Negotiated Proposals:
Consultant shall provide the services listed under competitive bidding and - all also:
1. Organize and participate In selection interviews with prospective consults =, vendors and contractors.
2. Assist City during negotiations with prospective consultants, vendors any; contractors. The Consultant
shall subsequently prepare a summary report of the negotiation results, as dir �> ed by Clty
A2.04-3
Bld Evaluation and Award; Consultant shall assist City in evaluation of bids, determining e responsiveness of
bids and the preparation of documents for Award of a Contract. If the lowest responsi •: Base Bld received
exceeds the Total Allocated Funds for Construction, City may:
1. Approve an Increase In the Protect cost and award a Contract.
2. Reject all bids and re -bid the Project within a reasonable time with no change In the Project, ddltional
compensation to Consultant.
3. Direct Consultant to revise the scope and/or quality of construction, and rebid the Project. The Cons' =nt
shall, without additional compensation, modify the Construction Documents as necessary to bring 'e
Probable Construction Cost based upon such revisions within the Total Authorized Construction Budget.
City may recognize exceptional construction market cost fluctuations before exercising this option.
4. Suspend, cancel or abandon the Project.
City Contract No.
Consultant's Initials
Page A-1.1
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
NOTE: Under item 3 above, Consultant shall, without additional compensation, modify the Construction
cuments as necessary to bring the Probable Construction Cost within the budgeted amount. City may
r ognize exceptional construction market cost fluctuations before exercising option 3 above.
A2.'-4
Equip t Procurement Services
1. The C. 'sultant shall assist the City in obtaining either competitive blds or negotiated proposals and shall
assist th • . City In awarding and preparing contracts for construction as well as purchase orders for
Concessio quipment and other specialty items identified in the Equipment Schedule, Installation and/or
relocation in • rdance with the policies and procedures of the Orange Bowl (City of Miami).
2. The Consultant s II assist the City in establishing a list of prospective bidders or contractors.
3. The Consultant shal -selot the City In bid validation or proposal evaluation and determination of the
successful bid or propo<:I, if any. If requested by City, the Consultant shall notify all prospective bidders,
vendors or contractors of bid or proposal results.
4. The Consultant shall providequipment procurement services consistent with the approved Concession
Equipment & Communication S em Schedule to include the following scope of services:
(a) Prepare all the purchase requi-` ;ons for equipment to be purchased by the City within the Concession
Equipment & Communications S ' ems Procurement Plan.
(b) Prepare and submit to the City a co •rehenslve bid summary ("Bid Summary") for each bld received
for Concession Equipment and Comm ` 'cation Systems vendor selections. The Bid Summary shall, at
a minimum, contain the following informa'•n:
I. the amount of the bid
ii. the scope of work for the bid (including an -,exclusions, conditions, and qualifications)
iii. a list of drawings and specifications used fo',he basis of the bld
Iv. a list of allowances and a statement of their b Is, If applicable
v. a schedule of unit prices, if applicable
vll. an itemized schedule of values, If applicable
vlll. a summary of the major commercial terms propose
A2.05 Administration of the Construction Contract
A2.05.1
The Construction Phase will begin with the award of the construction cunt' ct and will end when Consultant has
provided to City all post construction documents, Including Contractor As- ullt drawings, Consultant's record
drawings, warrantees, guarantees, operational manuals, and Final Certi ate(s) of Occupancy and City
approves the final payment to Consultant. During this period, Consultant sh` . provide administration of the
construction contract as provided by this Agreement, and as provided by law.
A2.05-2
Consultant will act as the representative of City in conjunction with the Program Mange�during the Construction
Phase, shall advise and consult with City and shall have the authority to act on beh of City to the extent
provided in the General Conditions and the Supplementary Conditions of the construct contract and their
Agreement with City.
A2.05-3
Consultant and respective Sub -consultants shall visit the site to conduct field Inspections, at a !mum on a
weekly basis, and at ell key construction events; to ascertain the progress of the Project and shall It the site
as appropriate to conduct field inspections to ascertain the progress of the Project and determine, In -neral, If
the Work is proceeding in accordance with the Contract Documents. Consultant shall provide all ins. Lions
necessary for certification required by the authorities having jurisdiction.
On the basis of on -site observations, Consultant and Sub -consultants shall endeavor to guard City agal
defects and deficiencies In the Work except as otherwise required by law, Consultant and/or Sub -consultant
will not be required to make extensive Inspections or provide continuous daily on -site Inspections to check the
quality or quantity of the Work unless otherwise set forth In this Agreement. Consultant will be responsible for
City Contract No.
Consultant's Initials
PROFESSIONAL. SERVICES AGREEMENT
ATTACHMENT A — SCOPE OF WORK
writing minutes of all meetings and field inspections report it is asked to attend, as well as the distribution of the
!flutes. Consultant shall issue all reports and minutes within three (3) business days of the meeting or
section. Consultant and Sub -consultants will not be held responsible for construction means, methods,
tec iques, sequences, or procedures, or for safety precautions and programs in connection with the Work.
Cone ant and its Sub -consultants will not be held responsible for the Contractor's or subcontractors', or any of
their ag • ts' or employees' failure to perform the work In accordance with the contract unless such failure of
performa : results from Consultant's acts or omissions.
Threshold In ction shall be provided by Consultant at no additional cost to Clty.
A2.05-4
Consultant shall fu , h City with a written report of all observations of the Work made by Consultant and require
all Sub -consultants t• •o same during each visit to the Project. Consultant shall also note the general status
and progress of the Wo , on forms furnished by City, and submit them in a timely manner. Consultant and the
Sub -consultants shall as : in that the Work is acceptable to Clty. Consultant shall ensure that the Contractor
Is making timely, accurate, . d complete notations on the "as -built" drawings. Copies of the field reports shell
be attached to the monthly ofessional Services payment request for construction administration services.
Consultant's failure to provide en reports of all site visits or minutes of meeting shall result In the rejection of
payment requests and may res in a proportional reduction In Construction Administration fees paid to
Consultant,
A2.05-5
Based upon observations at the site and c• sultation with City, Consultant shall determine the amount due the
Contractor based upon percentage comple and shall recommend approval of such amount as appropriate
within five (5) days of reciept of Contractor's •licatlon for Payment. This recommendation shall constitute a
representation by Consultant to City that, to th- best of Consultant's knowledge, Information and belief, the
Work has progressed to the point Indicated and th'. , the quality of the Work is In accordance with the contract
and the Contractor Is entitled to amount stated on th equisttion subject to:
1. A detailed evaluation of the Work for conformance h the contract upon substantial completion
2. The results of any subsequent tests required by the co ract
3. Minor deviations from the contract, correctable prior to co letion
4. Any specific qualifications stated in the payment certificat nd further that the Contractor is entitled to
payment In the amount agreed upon at a requisition site meets or as stated on the requisition.
Prior to recommending payment to the Contractor, Consultant will p are a written statement to City on the
status of the Work relative to the Construction Schedule, which shall be ached to the Contractor's Requisition.
Such statement shall be prepared immediately following the requisition ti meeting and shall not be cause for
delay in timely payment to the Contractor. By recommending approval • - a Payment Certificate, Consultant
shall not be deemed to represent that Consultant has made any examinat to ascertain how and for what
purpose the Contractor has used money paid on account of the Construction C•'tract Sum.
A2.05-8
Consultant shall be the interpreter of the requirements of the Contract Docum: ,,s and the Judge of the
performance thereunder. Consultant shall render interpretations necessary for the pro• r execution or progress
of the Work upon written request of either City or the Contractor, and shall render en decisions, within
maximum of ten (10) calendar days, on all claims, disputes and other matters In question =tween Cityand the
Contractor relating to the execution or progress of the Work. Interpretations and decisions •f Consultant shall
be consistent with the intent of and reasonably Inferable from the Contract Documents and sh I be in written or
graphic form.
A2.05-7
Consultant shall have the authority to recommend rejection of Work, which does not conform to the ontract
Documents. Whenever, in its reasonable opinion, Consultant considers It necessary or advisable ti nsure
compliance with the Contract Documents, Consultant will have the authority to recommend special Inspect or
testing of any Work deemed to be not In accordance with the Contract, whether or not such Work has b- =n
fabricated and/or delivered to the Project, or installed and completed.
A2.08-8
s
City Contract No.
Consultant's Initials
Page A-13
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
onsultant shall promptly review and approve shop drawings, samples, RFIs and other submissions of the
ntractor. Changes or substitutions to the Contract Documents shall not be authorized without concurrence of
Ci and shall be authorized with or without change in costs to the construction. Consultant shall have a
max um of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the
Con = or, to return the shop drawings or submittals to the Contractor with comments indicating either approval
or disap. •val. Consultant shall provide the Contractor with a detailed written explanation as to the basis for
rejection.
A2.05-9
Consultant shall itiate and prepare required documentation for changes as required by Consultants own
observations or as quested by City, and shall review and recommend action on proposed changes. Where the
Contractor submits = equest for Change Order or Change Proposal request, Consultant shall, within ten (10)
calendar days, review •d submit to City, its recommendation or proposed action along with an analysis and/or
study supporting such r= • • mmendation.
A2.05-10
Consultant shall examine th Work upon receipt of the Contractor's request for substantial completion
Inspection of the Project and :II, prior to occupancy by City, recommend execution of a "Certificate of
Acceptance for Substantial Comp tion" after first ascertaining that the Project Is substantially complete In
accordance with the contract require , nts. Consultant shall, In conjunction with representatives of City and the
Contractor, prepare a punch list of an defects and discrepancies in the Work required to be corrected by the
Contractor In accordance with Florida Statute 218.735 Upon satisfactory completion of the punch list,
Consultant shall recommend execution •f a "Certificate of Final Acceptance" and final payment to the
Contractor. Consultant shall obtain from th Contractor upon satisfactory completion of all Items on the punch
Ilst all necessary closeout documentation m the Contractor, Including but not limited to all guarantees,
operating and maintenance manuals for equient, releases of liens/claims and such other documents and
certificates as may be required by applicable co' -s, law, and the contract, and deliver them to City before final
acceptance shall be Issued to the Contractor. construction Is scheduled to be completed In Phases,
Consultant shall provide these services for each pha ' of the Project.
A2.05-11
Consultant shall monitor and provide assistance in obtai" g the Contractor's compliance with the contract
relative to: I) initial Instruction of City's personnel in the opera •n and maintenance of any equipment or system;
II) initial start-up and testing, adjusting and balancing of equip ent and systems; and III) final clean-up of the
Project to assure a smooth transition from construction to occupa by City.
A2.05-12
Consultant shall furnish to City the original documents, Including drawin revised to "as -built" conditions based
upon information furnished by the Contractor; survey, and specific con. Lion. Transfer of changes made by
"Change Authorization", "Change Order", "Request for Information", substltu •n approvals, or other clarifications
will be Consultant's responsibility to Incorporate into the "as -built" and record • •cuments. Changes made in the
field to suit field conditions, or otherwise made by the Contractor for Its cony= ,fence shall be marked by the
Contractor on the "Field Record Set" and transferred to the original contract do ments by Consultant. The
original documents as well as the "Field Record Set" shall become the property of ' . A reproducible set of all
other flnal documents will be furnished to City free of charge by Consultant.
A2.05-13
Consultant shall furnish to City six (8) complete sets of "As -built Drawings", In the most cu • t version of Auto
CADD or such other format acceptable to City.
A2,05-14
Consultant shall furnish to City a simplified site plan and floor plan(s) reflecting "as -built" conditions th graphic
scale and north arrow. Plans must show room names, room numbers, overall dimensions, square stage of
each floor and all fonts used In the drawings. Two (2) sets of drawings shall be furnished on 24" x 38 heats
and six (6) electronic copies.
A2.05-15
Consultant shall assist City In the completion of the Contractor's performance evaluation performance during the
performance of the construction work and upon final completion of the Project.
A2.05-18
City Contract No.
Consultant's initials
PROFESSIONAL- SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
Equipment, Communications & Sound Systems General Administration
The Consultant shall provide administration of the Contract between the City, the vendors and consultants
s set forth below and in The Orange Bowl (City of Miami) Purchase Order for Concession Equipment and
c• munications systems purchase, as amended for this Project together with, and, as amended by, City's
sup• =mentary conditions and such other documents as are included or Incorporated into the final Contract.
2. The Con'- Itant's responsibility to provide the Equipment & Communications and Sound Systems
Administrat ; a Services under this Agreement commences with the award of the Initial Contract for
Concession ipment purchase or relocation or with the award of the Initial Contract for communications
and sound syste < purchase and terminates at the acceptance by City of the final invoice payment.
3. Consultant shall be a presentative of and shall advise and consult with the City during the provision of the
Equipment, Communic'• ;ons and Sound Systems Administration Services. The Consultant shall have
authority to act on behalf the City only to the extent provided In this Agreement unless otherwise modified
by written amendment.
4, Consultant shall review and res.,». d within five (5) working days properly prepared, timely requests by the
consultant or vendor for additional i rmation about the Contract Documents.
5. Consultant shall, on the City's beha prepare reproduce and distribute supplemental Drawings and
Specifications in response to requests for ormation by the consultant or vendor. In addition, Consultant is
responsible for writing and distributing minu =»= of all meetings It conducts within three (3) working days.
8. Consultant shall Interpret and make recom dations on matters concerning performance of the
Contractor and anyother appropriate parties u =r, and in accordance with the requirements of the
Contract Documents on written request of the City, C •'trector or any other appropriate parties. Consultant's
response to such requests shall be made in writing in any time limits agreed upon or otherwise with
reasonable promptness. Consultant shall Interpret and 'vide recommendations on matters concerning
performance of the Contractor under the requirements of th ontract Documents on written request of the
City. Consultant shall also be the Initial Interpreter of th=\Construction Contract Documents, when
necessary, to clarify any term, provision, or condition thereof as tween the City, Contractor and any other
appropriate parties.
7. Interpretations and recommendations of Consultant shall be consiste \with the Intent of and reasonably
inferable from the Contract Documents and shall be in writing or in the for ,of drawings.
8. If requested by the City, Consultant shall render initial decisions to the CI • n claims, disputes or other
matters In question between the City, Contractor and any other appropriate 'artles as provided in the
Contract Documents.
A2.05.17
Concession Equipment Planning services, Communications and Sound Systems, Closed Circ ., TV and security
planning services during this Phase shall Include at a minimum, scheduling, tracking, inspecti !, storing, and
installation of City purchased equipment. The Concession Equipment, Communlcatlons, Soun.\,and Closed
Circuit TV and security system schedule shall be updated to support the regularly scheduled OAS meetings.
The Consultant is responsible for coordinating these equipment deliveries and Installations as \l as all
required systems testing, certifications, trainings, and the submittal of appropriate manuals and ' rranty
documentation.
A2.05.18
Consultant shall coordinate between the Contractor and Consultants and vendors supporting the Concession
Equipment Planning, Communlcatlons and Sound Systems planning scope of work. Consultant shall also
perform a final Inspection for these scopes of work and issue and maintain a punchlist as well as the final and
as-bulit drawing documents.
A2.08 Time Frames for CompletlS
o
City Contract No.
Consultant's Initials
Page A-15
Development of Objectives
Evaluation of Alternatives
emetic Design
Des Development
40% Co uctlon Documents
75% Const on Documents
100% Constructs • ' Documents
Bidding and Award
Construction Administra
In the event of errors, omissions, or
to modify any Contract Document at its
responsibility shall not be construed as
changes. City specifically reserves all rights
such errors, omissions, or changes. The City's
Consultant's services hereunder of the Project it
rights hereunder.
City Contract No.
Consultant's Initials
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
To be determined
To be determined
To be determined
To be determined
To be determined
To be determined
To be determined
To be determined
To be determined
sultant's Initiated changes in the Contract Documents, Consultant agrees
e cost and expense to correct the error, omission, or changes. Such
exclusive remedy to City arising out of such errors, omissions, or
may have against the Consultant for costs incurred arising out of
prove!, acceptance, use of or payment for all or any part of the
f shall in no way alter the Consultants obligations or the City's
T
Page A-16
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
RTICLE A3 ADDITIONAL SERVICES
A t 1 GENERAL
Servi , - categorized below as "Additional Services" may be specified and authorized by City and are normally
conside - to be beyond the scope of the Basic Services. Additional Services shall either be Identified In a Work
Order or s _ be authorized by prior written approval of the Director or City Manager and will be compensated for as
provided In A chment i3, Section B3.06.
A3.02 EXAMPL
Except as may be s :cified in Schedule A herein, Additional Services may include, but are not limited to the
following:
A3.02-1
Pre -Design Surve & 1,,: Environmental investigations, site evaluations, or comparative studies of
prospective sites. Survey •f the existing structure required to complete as -built documentation are not
additional services.
A3.02-2
Design Of Non -Project Facilities: De
not intended to be constructed as part o specific project.
A3.02-3
Appraisals: Investigation and creation of detail
Inventories in connection with construction perfor
A3.02-4
services relative to future facilities, systems and equipment which are
appraisals and valuations of existing facilities, and surveys or
d by City.
Specialty Deaian: Any additional special professional se
A3.02-5
gxtendeq Tggting & Training: Extended assistance beyond th
start-up, testing, adjusting and balancing of any equipment or sy
operation and maintenance of equipment and systems, and consults
operating and maintenance manuals, other than those provided by th
manufacturer. Provide Commissioning Services as part of systems start-
A3.02-8
Major Revisions: Making major revisions to drawings and specifications result)
of Work, when such revisions are Inconsistent with written approvals or instructio
are due to causes beyond the control of Consultant. (Major revisions are defined a
of Work and arrangement of spaces and/or scheme and/or any significant portion the
A3.02-7
Expert Witness: Preparing to serve or serving as an expert witness In connection with any a ation proceeding
or legal proceeding, providing, however, that Consultant cannot testify against City In any proc. =ding during the
course of this Agreement.
A3.02-8
Miscellaneous: Any other services not otherwise included In this Agreement or not customarily fu had in
accordance with generally accepted architectural/engineering practice related to construction.
es not Included in the Scope of Work.
provided under Basic Services for the Initial
m; extended training of City's personnel In
n during such training; and preparation of
ontractor, subcontractor, or equipment
In or from a change in Scope
revlously given by City and
those changing the Scope
f).
S
City Contract No.
Consultant's Initials
Page A-17
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A — SCOPE OF WORK
ARTICLE A4 REIMBURSABLE EXPENSES
01 GENERAL
Reim sable Expenses cover those services and items authorized by City in addition to the Basic and Additional
Service - nd consist of actual, direct expenditures made by Consultant and the Sub -consultant for the purposes
listed belo Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under
this Agreeme
A4.01-1
Identifiable communication expenses approved by the Program Manager, long
distance teiephon_, courier and express mall between Consultant's various permanent offices and Sub -
consultant. Consultan - field office at the Project site Is not considered a permanent office.
A4.01-2
Reproduction Photography: t of printing, reproduction or photography, beyond that which Is required by or
of Consultant's part of the work, -t forth in this Agreement .
Geotechnlcal Invesitgation: identi - •le Soli Borings and Reports and testing costs approved by Program
Manager.
A4.01.3
Permit Fees: All Permit fees paid to regulatory •encies for approvals directly attributable to the Protect. These
permit fees do not Include those permits required be paid by the Consultant.
A4.01-4
Surveys: Site surveys and special purpose surveys when e-authorized by the Program Manager.
A4.01-$
Other: Items not Indicated in Section 4.01 when authorized by t Program Manager.
A4.02 SUB -CONSULTANT REIMBUREMENTS
Reimbursable Sub -consultant expenses are limited to the Items descr • above when the Sub -consultant's
agreement provides for reimbursable expenses and when such agreement h been previously approved, in writing,
by the Director and subject to all budgetary limitations of City and requirements % his Agreement.
IT
City Contract No.
Consultant's Initials
Page A•18
ARTICLE A5 C1TY'S RESPONSIBILITIES
A5.01 PROJECT & SITE INFORMATION
in
Addl
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
, at its expense and insofar as performance under this Agreement may require, shall furnish Consultant with the
ation described below, or, if not readily available, may authorize Consultant to provide such Information as an
al Service, eligible as a Reimbursable Expense.
A5. -1
Survey Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing
structure- the grades and lines of street, pavement, and adjoining properties; the rights, restrictions,
easements, • • undarles, and topographic data of a building site, and existing utilities information regarding
sewer, water, -s, telephone and/or electrical services.
A5.01-2
Borl • s Geo
when deemed ne
recommendations. Co
A5.01-3
General Protect Information: I
formats, and assistance require
Soil borings or test pits; chemical, mechanical, structural, or other tests
sary; and, If required, an appropriate professional Interpretation thereof and
tent shall recommend necessary tests to City.
rmation regarding Project Budget, City and State procedures, guidelines, forms,
stablishing a program as per Section A2.02
Existing Drawings: Drawings repro nting as -built conditions at the time of original construction, subject to as -
bulks availability. However, such dra 'ngs, If provided, are not warranted to represent conditions as of the date
of receipt. Consultant must still perfo field Investigations as necessary in accordance with Section A2.01 to
obtain sufficient information to perform itervices. Investigative services in excess of "Normal Requirements,"
as defined, must be authorized in advance.
A6.01-4
Reliability: The services, information, surveys an• =ports described in A5.01-1 through A5.01-2 above, shall be
furnished at City's expense, and Consultant shall entitled to rely upon the accuracy and completeness
thereof, provided Consultant has reviewed all such ormation to determine If additional information and/or
testing is required to properly design the Project.
A5.02 PROJECT MANAGEMENT
A5.02-1
City has contracted with Jones Lang LaSalle Americas, Inc. to act Program Manager for the Project and will
serve as Agent for City.
A5.02-2
Program Manager shall meet with Consultant at periodic intervals througho 'e Work to assess the progress
of the Work In accordance with approved schedules. Program Manager s - II also examine documents
submitted by Consultant, Including invoices, and shall promptly render decisio and/or recommendations
pertaining thereto, to avoid unreasonable delay in the progress of the Work.
A6.02-3
The Director or Program Manager shall act on behalf of City In all matters pertaining to th .reement. The
Director or Program Manager shall issue all Notices to Proceed to Consultant. The Director or P • . am Manager
shall approve all Invoices for payment to Consultant.
A5.03 CONSTRUCTION MANAGEMENT
A5.03-1
During the construction phase, Consultant and the City staff shall assume the responsibilities described In the
general conditions and supplementary conditions of the construction contract relating to review and approval of
the construction work by the Contractor.
S
City Contract No.
Consultant's Initials
Page A-19
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
03-2
If Ci observes or otherwise becomes aware of any fault or defective Work in the Project, or other
noncon • + ance with the contract during the construction phase, City shall give prompt notice thereof to
Consultant.
A5.04 LEGAL AN
THER SERVICES
City shall furnish any ava .le legal, accounting, insurance counseling, and auditing services that Consultant may
require to ascertain how or what purposes a Contractor has used the money paid to the Contractor under the
construction contract, as may b ,squired by City.
City Contract No.
Consultant's Initials
UTED
Page A-20
ATTACHMENT A - SCOPE OF SERVICES
SCHEDULE Al
PROJECT DESCRIPTION
1.0 • =rview
The ange Bowl has a seventy year history as the home of the University of Miami Hurricanes. During the
1960's, 970's and into the 1980's, the Orange Bowl served as the home of the Miami Dolphins. Several
College ampionships have been determined in the Orange Bowl and five Superbowls were held in the
stadium, DOng the 1996 Olympics, the Stadium was host to several Olympic Soccer events. Today, the
Orange Bowl •ntinues to be the home of the "Canes" and also Is a regular stop for World Cup Soccer.
The Orange = • continues to be as big a part of City of Miami as it was In 1937, when it was originally
dedicated.
The original configure 'n of the Orange Bowl consisted of approximately 25,000 seats located in the lower
section of the lower b" Construction continued until the onset of World War II when demand for steel
forced construction to sto. In 1947, construction resumed and the lower bowl was extended to Its current
configuration. In the early 0's, extensions to both the north and south stands increased seating and
added more amenities. In 19;° the lower west end zone was constructed. In 1987, the upper press box
construction was completed, w h currently houses VIP and luxury seating as well as additional press
areas. 1992 brought the next majo . enovation, which Included structural renovations to the west end zone
as well as additional lockers and ncession spaces. Through the late 1990's and Into this century,
structural repairs have been underwa ' t the pace of approximately $2 million per year. Today, the sports
lights, towers and upper perimeter fence e being replaced due to damage from hurricane Wilma.
City desires to redevelop the Project, enha log the revenue generating sources and functionality of the
stadium, performing additional structural repal ` , and updating building systems to 21 st century standards.
2.0 Scope of Work
The Orange Bowl Redevelopment is a complex Pro'. t, which Includes various different elements. These
elements include:
• Structural repairs and upgrades
• Code compliance
• Restroom upgrades
• Concessions and concourse upgrades
• Reconfiguration of lower bowl seats
• Addition and reconfiguration of Luxury Product
• Enhancement of technology systems
• Addition of site amenities
• Upgrade locker rooms
City Contract No.
Consultant's Initials
Page A-21
ATTACHMENT A - SCOPE OF SERVICES
SCHEDULE A2 — SUB -CONSULTANTS
FIRM NAME
Be a{lo Ajamil & Partners
CONSULTINC; FIELD
Architecture, Civil Engineering, Landscape
Architecture, Public Involvement
Bliss & : itray
Structural Engineering
M-E Engine
Mechanical/Electrical/Plumbing Engineering
Construction Co Systems
Cost Estimating
CSL International
Market Analist and Financial Strategist
BAI, LLC
Acoustical & Sound, Voice Data, Security
Clni-Little
Food Service
Ze Design
Signage & Graphics
FP&C Consultants
Life Safety
Allan J Cruickshank & Associates
rking Consultant
IBA Consultants
Roo ° •, Waterproofing & Glazing
Millennium Sports Technologies
Turf Con !taint
RWDI
Wind Analys
Lerch Bates
Vertical Transpo tion
Evan Teny Associates
ADA Consultant
Kaderabek Company
Geotechnical Consultant
Weidener Surveying & Mapping
Survey Consultant
Mike Handelman
Doug Kuster
Richard Farnan
Gerardo Prado
SCHEDULE A3 - KEY PERSONNEL.
JOB CLASSIFICATION
Principal -in -Charge
Project Manager
Design Principal
Project Designer
City Contract No.S
Consultant's initials
ATTACHMENT A - SCOPE OF SERVICES
=re Garcia
Public Involvement
Stev: - nes
Senior Project Architect
Diana Far -r-Gonzalez
Inerior Design
Jorge Ferrer
Construction Administration
George Khoury
Chief Structural Engineer
Paul Zilio
Project Structural Engineer
Ted Prythero
MEP Principal
Mike Hart
MEP Project. Manager
sU
City Contract No.
Consultant's Initials
"' END A`* ACHMENT A
Page A-23