Loading...
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