Loading...
HomeMy Public PortalAbout2002-30 Authorizing a Joint Agreement with Miami-Dade County Public Schools; Approving change order #6 to agreement with James A. CummingsRESOLUTION NO. 2002-30 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA; AUTHORIZING THE VILLAGE MANAGER TO ENTER INTO A JOINT PARTICIPATION AGREEMENT WITH THE MIAMI-DADE COUNTY PUBLIC S CHOOLS ( SCHOOL D ISTRICT) F OR THE INSTALLATION OF AN EIGHT (8) INCH SANITARY SEWER FORCE MAIN IN CONJUNCTION WITH THE PROPOSED ADDITION AT THE KEY BISCAYNE COMMUNITY SCHOOL; APPROVING CHANGE ORDER TO THE SCOPE OF WORK WITH JAMES A. CUMMINGS, INC. TO CONSTRUCT THE FORCE MAIN; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Miami -Dade County Public Schools (School District) is constructing an addition to the Key Biscayne Community School; and WHEREAS, the Miami -Dade Water and Sewer Department is requiring the construction of an eight (8) inch sanitary sewer force main on McIntyre Street from the existing school to Crandon Boulevard; and WHEREAS, the Miami -Dade County Public Schools (School District) has approved a Joint Participation Agreement with the Village wherein the school district will reimburse the Village for all expenses associated with the construction of the force main. NOW, THEREFORE BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA AS FOLLOWS: Section 1. That the attached Joint Participation Agreement is approved. Section 2. That the attached June 20, 2002 Request for a Change Order to the Agreement with James A. Cummings, Inc. is approved. Section 3. The attached plans prepared by Spillis, Candela, and Partners, Inc. are approved. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 23rd day of July , 2002. / , / MAYOR JOE I. RASCO ST: ,die -Y CHITA H. ALVAREZ, CMC, VILLAGE CLE APPROVED AS TO FORM AND LEGAL SUFFICIEN j..7 -?7,.._:::\ ( RICHARD JAY WEISS, VILLAGE ATTORNEY AMENDMENT TO AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT NO.: PROJECT NAME AND LOCATION: VKB-98069000 Village Community Center (Recreation Center) Village Fire Station, Police Station, and Administrative Office of the Village of Key Biscayne, Florida (the "Project") AMENDMENT NUMBER #6 (State School "FF" Sanitary Sewer Force Main) THIS AMENDMENT made this 1 lth Day of December in the year Two Thousand and Two By and between the Village of Key Biscayne, Florida, a Florida municipality, (the "Owner") and James A. Cummings, Inc. a Florida Corporation 3575 Northwest 53rd Street Ft. Lauderdale, FL 33309 Phone: (954)733-4211, Fax (954)485-9688, (the "Construction Manager"). Federal Tax I.D. Number: 59-2098732, WHEREAS, the Owner (as a direct signatory and through its former agent, the Department of Management Services of the State of Florida (the "DMS")) has previously entered into the Agreement between the Owner and Construction Manager; and WHEREAS, the Agreement has previously been revised by Amendment nos. 1, 2, 3, 4 and 5; and WHEREAS, it is now necessary to revise the Agreement to: commence construction of the State School "FF" Sanitary Sewer Force Main (hereafter referred to as "Force Main"); and to delete references to DMS as agent for the Owner as to the Force Main component of the Project. NOW, THEREFORE, in recognition of the good and valuable consideration provided by the covenants hereof between the parties, the Owner and the Construction Manager hereby covenant and agree to amend the Agreement to revise the GMP for the Project by including the Force Main; to identify the drawings, specifications and other documents upon which the GMP is based; and to otherwise revise the Agreement, as follows: (1) Guaranteed Maximum Price — the revised Guaranteed Maximum Price (GMP), including the GMP for construction of the Force Main, and for construction of Project VKB-98069000, Village Community Center, Village Fire Station, Village Police Station and Administrative Office of the Village, Site and Site Infrastructure Work Elec l Duct Bank and Water Main, Site and Site Infrastructure Work Phases 1, 2, 3 and 5, and changes to the First Floor of the Police Station, as defined in Article 7.1 of said Agreement shall be: $23,227,082 (which includes the $156,089 GMP for the Force Main) (2) Drawings and Other Supporting Documents — in addition to the drawings, specifications and other supporting documents identified in previous amendments (No. 1, 2, 3, 4 and 5) to the Agreement, the Guaranteed Maximum Price (GMP) for construction of the Project, is based upon the following drawings and other supporting documents: a. Request for Change Order Letter to the Village of Key Biscayne from James A. Cummings, Inc., dated June 20, 2002, which is attached hereto as Exhibit "A." b. Drawing sheets C1.1.01 and C1.1.02 entitled "Sanitary Sewer Force Main Plan and Profile" dated 04-10-02 [Revision 2] as prepared by Spillis Candela DMJM. c. The revised Project Budget which is attached hereto as Exhibit "B." (3) Elimination of Agent — the DMS is hereby eliminated as the agent of the Owner concerning the construction of the Force Main. Owner may subsequently appoint a new construction program representative. (4) Changes in Agreement — various changes are required to the exhibits and articles of the Agreement to reflect the amendments described herein. It is agreed that the articles and exhibits of the Agreement shall be deemed to be amended to provide the following: a. Deletion of the services of the DMS for the Force Main component of the Project; b. Establishment of the GMP for the Force Main in the amount of $156,089; and establishment of the revised GMP for the Project (including the Force Main) of $23,227,082.00. (5) Effect On Agreement - except as provided above, the articles and exhibits of the Agreement which are not affected by the amendments provided for herein shall remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Amendment the day and year first written above. JAMES A. CUMMINGS, INC. Attest: BY: & Jo— (Ccu Corporate Secretary Witnessed: By: I -%S c 4-R3,C3, Ti cliff) d (print name) 4 By: A/c / L�I.G L ' f' E (print name Attest: By: Village Clerk William R. Derrer, Corporate President James A. Cummings, Inc. VILLAGE OF KEY BISCAYNE Az.f..„) Approved as to form and legal sufficiency: By: Village Attorney By: 103001 \agreements\amendmentto agreement between owner and construction manager (Corporate Seal) MAYRA F. GOMEZ MY COMMISSION # DD 002789 EXPIRES: Feb 20, 20(w^ 1 -800 -3 -NOTARY FL Notary Service & Bonding, Inc %—nt1t.Ut 1 I-\ James A. Cummings, Inc. 3575 Northwest 53rd Street Fort Lauderdale, FL 33309 I 1 ummin9s General Controctors June 20, 2002 VILLAGE OF KEY BISCAYNE Department of Building, Zoning and Planning 85 West McIntyre Street Key I3iscayne, FL 33149 Phone: 954-733-4211 Fax: 954-465-96r— Website: www.jamesacummings.com TRANSMITTED VIA FAX & USPS ATTN: Mr. Jud Kurlancheek, Director RE: KEY BISCAYNE FIRE STATION, POLICE STATION & ADMIN. BUILDINGS REQUEST FOR CHANGE ORDER STATE SCHOOL "FF" SANITARY SEWER FORCE MAIN Dear Mr. Kurlancheek: This is issued following our May 28, 2002 letter to your office regarding additional work for the State School "FF" sanitary sewer force main. Per your request, we have modified the proposal for this work in accordance with our June 13, 2002 meeting with Miami Dade County Public Schools. We hereby offer three (3) separate proposals for this work, as outlined below: (1) Force Main Fernwood East $48,635 Includes force main from Fernwood Road 8" cap east to existing 12" force main at Crandon Boulevard. Proposal includes dewatering. (2) Force Main Fernwood West $72,129 Includes force main from Fernwood Road 8" cap west to lift station (by others) at School "FF". Proposal includes dewatering. (3) Repave Intersection at Crandon Boulevard and McIntyre Road S35,325 Includes repaving of intersection, including signalization loop repair. To accomplish all three portions of this work, an additive change order in the amount of $156,089 is required. Please see attached summary form and quotations for a recapitulation of this amount. Be advised that this proposal is limited to the force main work depicted on drawings C1.1.01 and C1.1.02 [Revision 1, dated 09-25-02]. The proposed amount for "Fernwood East" is contingent upon being provided the ability to install the force main concurrent with other site infrastructure work at McIntyre Road. Per request from MCDPS, the proposal for work west of Fernwood Road includes consideration for performing this work during summer 2002. Note that the subcontractor quotations include provisions for dewatering, costs for which were n. • de• in previous proposals. " 16/lU/UL iD:JU I'AA LJIL Mr. Jud Kurlancheek STATE SCHOOL "FF" FORCE MAIN June 20, 2002 Page 2 of 2 James A. Cummings, Inc. reserves its right to request compensation for costs and a time extension which may result from this change. These costs may include, but are not limited to, compensation for a time extension including jobsite and home office overhead and related costs, loss of labor efficiency, escalation costs and subcontractor claims. These costs and required extension to the project schedule are not discernable at this time; once these impacts become apparent, we will advise you accordingly. " Please telephone me at (954) 733-4211 if there are any questions or comments regarding this pending change. Sincerely, 3 z S A. CTJMMINGS, INC. o" a" ' -s, III Vice President of Operations Cc: Octavio Suarez, MIAMI-DADE COUNTY PUBLIC SCHOOLS via fax (305-995-4599) Ralph Martinez, DMS via fax (813-233-3326) Roberto Lage, SPILLS CANDELA DMJM via fax (305-444-3580) Rick Derrer Mike Lanciault Alan Rosenblum Frank Sedmak Rand Eachus FILE " .h/lU/UL 1D:au r&& ?' ��-ttDCI f\ cl., tilni. James A. Cummings, Inc. PROPOSAL SUMMARY FORM Village of Key Biscayne STATE SCHOOL "FF" SANITARY SEWER FORCE MAIN FERNWOOD EAST Revised 06/20/02 SECTION DESCRIPTION OF WORK 1 LABOR _ MATERIAL SUBCONTRACT, I 1 . Force Main Femwood East 01 Dumpster Pulls/ Waste Removal (1 (a) $300 each) 0 1 300 0 i 01 Layout/support 1,000 150 0I 02 Sanitary Sewer Force Main: Megatran 0 0 40,267 i 0?. Pressure Testing: Megatran 1 01 0 500 : 0'2 Restoration of Asphalt at Trenched Area: ALLOWANCE 0 , 0 5 000 ' 02 Complete Restoration of Crandon/McIntyre: NOT INCLUDED i MC NIC NIC' . i " ' I SUBTOTAL LABOR BURDEN SALES TAX SUBTOTAL 1 1.000 4501 45.767 685 1.685 479 45.767 TOTAL OVERHEAD (4.5% of portion oreater than $42,990 Der Amendment 3.8.1.2 (1) (c)) SUBTOTAL PROFIT (included in Overhead) SUBTOTAL 47,931 222 48.154 l 0 48,154, BOND TOTAL f 482 48,635 --M11 Pt 1 fk. 6/28/2002 3:37 PM =ROM: Fax TO: =-954-48!-9688 PAGE: 302 OF CO2 11 GA TRAN EXHIBIT "A" UNIT PRICE SCHEDULE James A. Cummings Key Biscanyne Community School West of Feemwood No. Description 1 Qty 1 Unit I Price t Amount i I ! i ; ; A. Sewer System .: I e 1 8" DIP Epoxy coated ------- i 404; LF --; $33.26 $13,440.00 2 8" Plug • 21 LF $275.34 $550.00, 3. 45 Degree Bends 12 z EA�} $32277 $3,870.00 4. _ 8" Plug Valve 11 EA $1,358.07 $1,360.00 5 • 8"x8" T I 11 EA $520.32 $520.00 B. Accessories i L�S 11 $552.40 $550.00 7. _ _ Trench Asphalt Patching. Final restoration is not included. Full Intersection restoration of Crandom Blvd Is not included. ' 1 LS 1 $4:963.14 - — ---f- $4,960.00 8_ FA Hauling _—^ { 27 CY $11.70 $320.00 9. MOT (does not included police officer) 1 ! LS $982.80 $980.00 10. 11. Den g Survey (Layout) & As -built T 11 LS F $►9:873.00 11 LS I $3,369.60 $9,870.00 $3,370.00 12. Sidewalk or Landscaping restoration is not Included i TOTAL: f $39,790.00 ."' l 1 'Contract Summary i II DRAINA WATER & SEWER i A. sewer system I $39,790.00 B. Crandon Blvd - Mcyntiire Inersetction ; ! TOTAL: i $39,780.00_ _..� Performance Bond:L � a $4T7.48 Grand Total:; $40,267.48 Page A-1 of 1 6/18/2002 3:35 PM 14/ 1V/ V L. 1Y. VV L'L 111 . 1\k-tUUt( k .. James A. Cummings, Inc. PROPOSAL SUMMARY FORM Village of Key Biscayne STATE SCHOOL "FP SANITARY SEWER FORCE MAIN FERNWOOD WEST Revised 06/20/02 SECTION DESCRIPTION OF WORK LABOR MATERIAL SUBCONTRACT I 1 Force Main Femwood West ' i 01 Dumpster Pulls/ Waste Removal (10 $300 each) 01 300 ; 0 ; 01 Layout/Support 2,500 3001 0' 02 Sanitary Sewer Force Main: Megatran 1 0 01 57,988 02 Pressure Testing: Megatran = 0 01 500 02 Restoration of Asphalt at Trenched Area: ALLOWANCE 0 0 5,000 SUBTOTAL LABOR BURDEN SALES TAX l SUBTOTAL 2.500 6001 63.488 '1,712 4.212 639 : 63.488 TOTAL OVERHEAD: 4.5% (accumalative increases exceed $42.990 -per Amendment 3, 8.1.2 (1) (c)) SUBTOTAL PROFIT included in Overhead SUBTOTAL BOND TOTAL 68,339 l 3.075 71.415 0 1L/ IV/ UL 10 : JU rtid 6/19/202 3:.1 PXqi-tii317"A" X: T x TO: --954-48.-9698 PAGE: 302 or CO2 MEaATRAN EXHIBIT "A" UNIT PRICE SCHEDULE James A. Cummings Key Biscenyne Community School No Description I City ] Unit Price J Amount l ' I ' :A1_4_____Sewer 1. Sstetn 550 - LF ' ..__- 8" DIP Epoxy coated $33.26 $18, 290.00 2. 8" Plug 2_ LF _____ j___ $275.34 $550.00 3. 45 Degree Bends 8; EA : $322.77 $2, 580.00 4. 8" Plug Valve i 11 EA $1,358.07 $1,360.00 5. 8'x8" T I 11 EA $520.32 $520.00 6. 12'xB" Tapping Sleeve, Valve & Valve Box i 1 i EA ; $5.082.14 $5,080.00 8. g, Accessories Trench Asphalt Patching. Final restoration is not included. Full P intersection restoration of Crandom Blvd is not included. 1' LS 11 LS ? ; $552.40 $11,7'19.89 $550.00 0 $11,72 .00 10. Fill Hauling 37 Cy $11.70 $430.00 11. 12. _ 'MOT (does not included police officer) Dewatering , 1 i LS 1! LS $982.80 $11, 496.60 $980.00 $11, 500.00 13. Survey (Layout) & As -built ' 11 LS x3:744.00 $3,740.00 14. Sidewalk or Landscaping restoration is not include d L �_ - - H. TOTAL:: I' Si 300.00 . ndo = • - �, - ion ! 1. C • • = Hung '' Ova ', type S -I I . L 2. rn '� _ i Sig 'on Loop r L ' ' . 4. i ;.,: ,. tern • - - th 'c poi, + •T (nig , , off duty .► ' officer • + dud • I I I . ' I �. . r r , i II T Contract Summary ' -+ RAINAGE WATER & SEWER A. Sewer Svstern $57,300.00 B. Crandon Blvd - Mcvrntire Inersetction i ! TOTAL:I ._~.. 557,300.00 $687.60 .... Performance Bond: j j - Grand Total:; ; $67,987.60 Page A-1 of 1 6/18/2002 3:07 PM 1G/ 1V/ YL 1LI. UV 1' ILA James A. Cummings, Inc. PROPOSAL SUMMARY FORM Village of Key Biscayne STATE SCHOOL "FF" SANITARY SEWER FORCE MAIN COMPLETE PAVING OF CRANDON BOULEVARD/MCINTYRE SECTION = DESCRIPTION OF WORK LABOR ( MATERIAL SUBCONTRACT Pave Crandon Boulevard/Mclntyre Intersection 1 01 Dumpster Pulls/ Waste Removal (1 a $300 each) 0 300 01 01 Layout/Support ' 2,000 0 0 ! 02 Paving: Megatran 0 0 I 29,780 I. 1 i I ' I , ' I . . _i 1 I . • • SUBTOTAL LABOR BURDEN SALES TAX SUBTOTAL 29.780 2,000( 300 3,370 ' 320 29,780 1,370 TOTAL OVERHEAD: 4.5% (accumalative increases exceed $42,990 -per Amendment 3, 8.1.2 (1) (c)) • SUBTOTAL PROFIT (included in Overhead) 33,469 1.506 34,975 0 SUBTOTAL 1 34.975 BOND TOTAL 350 35.325 1Z/lU/UZ lb:3U PILL 14\1111A j t1 6/18/2032 3:.1 PM !RO: Fix To: _-554-48!-9688 EhG£: 302 OI CO2 �{•J 10 I Ic1EG.4TRAN EXHIBIT "A - UNIT PRICE SCHEDULE James A. Cummings Key Biscanyne Community School No_ ] Description I Qty I Unit I Price I Amount ... ,........ ••- �-- • 1. `' DIP %.� coa• • R 550; LF S33.26 $18,290. 2. 8" P1 s _^ LF $275.34 _ $550 -$2,5 ,45 _ . ree 13- ., EA $3227 .00 4. ,8" g Valve s 11 EA 51:358. 7 $1,3 0.00 5. j8 'T i 1i EA I S52 .32 $ 0.00 6. 2-x" Ta. 'n' SI- - -, Valve at Box i ; F.A $5.0 14 $5 80.00 ' _- ' �11 L !,Trench , halt - = rig. F al restaati is not includ . Full 'int_ - �; on rat, • on of C dom Blvd nat includ ! 1; S S 2.40 550.00 $11 19.89 1,720.00 10. Fill lin • 371 CY $11.70 $430. 11. IMO 12 (does n included cx officer) 1= LS 9 11 LS $982.80 $9 0 11;4955.60 S11,5 .00 13. - rvelf - , & Ilt i 1: LS i $3,744.00 $3,7 .00 14.. -1dev alk or - ds restorati is not includ i 00:00' B. 1Crandon Blvd - Mcvntire Inersetction . 1. 'Complete milling 8► {I 1" Overlay mix type S -Ill 2. Signatzation Loop r ir 3. 4. Stripping as ebsting with temporary and thermoplastic paint ! i MOT (night time, off duty police officer not included) ! i TOTAL: i i S29,730.00 . Contra - um 'DR • AG R A. - = Svst= ,300.00 B. randon = - M ire mars- 'an ! , /, T : , • 000 Perfo P -_/!t T !: 0! ::i° "1 -4-/- Page A-1 of 1 5/' 3/20,22 3:07 PM . EXHIBIT B OWNER'S CONSTRUCTION BUDGET ITEM DESCRIPTION CONSTRUCTION BUDGET CONSTRUCTION MANAGER'S PRECONSTRUCTION PHASE FEE S113,190.00 SUBTOTAL OWNER'S TOTAL PRECONSTRUCTION PHASE FEE. S113,190.00 FIRE RESCUE DEPARTMENT & ADMINISTRATION AND POLICE FACILITY CONSTRUCTION MANAGER'S CONSTRUCTION PHASE FEE $523,892.00 CONSTRUCTION MANAGER'S OVERHEAD & PROFIT $457,223.00 CONSTRUCTION BUDGET BALANCE $9,825,665.00 SUBTOTAL CONSTRUCTION COSTS $10,806,780.00 ANTICIPATED OWNER SALES TAX SAVLNGS ($159,266.00) SUBTOTAL $ 10,647,514.00 OWNER'S CONTINGENCY $256,924.00 OWNER'S GMP BUDGET -FIRE RESCUE & ADMINISTRATION/POLICE $10,904,438.00 OWNER'S CONSTRUCTION BUDGET -FIRE RESCUE & ADMINISTRATION/POLICE WITH PRECONSTRUCTION FEE Sl 1.017.628.00 VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK ELECTRICAL DUCT BANK AND WATER MAIN CONSTRUCTION MANAGER'S CONSTRUCTION PHASE FEE Si 19,226.00 CONSTRUCTION MANAGER'S OVERHEAD & PROFIT $34,521.00 CONSTRUCTION BUDGET BALANCE S647,913.00 OWNER'S CONSTRUCTION BUDGET - VILLAGE CIVIC CENTER SI1'h & SITE INFRASTRUCTURE WORK ELECTRICAL DUCT BANK AND WATER MAIN 5801.660.00 VILLAGE CIVIC CENTER SITE & SITE, INFRASTRUCTURE WORK PHASES 1, 2, 3 & 5 (INCLUDING STATE SCHOOL "FF" SANITARY SEWER FORCE MAIN) CONSTRUCTION MANAGER'S CONSTRUCTION PHASE FEE $62,630.00 CONSTRUCTION MANAGER'S OVERHEAD & PROFIT $67,483.00 CONSTRUCTION BUDGET BALANCE S1,459,011.00 OWNER'S CONSTRUCTION BUDGET - VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK S1.589.124.00 VILLAGE COMMUNITY CENTER (RECREATION CENTER) CONSTRUCTION MANAGER'S CONSTRUCTION PHASE FEE 5564,455.00 CONSTRUCTION MANAGER'S OVERHEAD & PROFIT S422.814.00 CONSTRUCTION BUDGET BALANCE S8,831,401.00 OWNER'S CONSTRUCTION BUDGET - VILLAGE COMMUNITY CENTER (RECREATION CENTER) S9.818.670.00 OWNER'S TOTAL CONSTRUCTION BUDGET (ALL PHASES) $23,227,082.00 JOINT PARTICIPATION AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA AND THE VILLAGE OF KEY BISCAYNE FOR THE INSTALLATION OF AN EIGHT (8) INCH SANITARY SEWER FORCE MAIN IN CONNECTION WITH THE PROPOSED ADDITION AT KEY BISCAYNE ELEMENTARY SCHOOL -4- THIS AGREEMENT, is made and entered into this i day of 2002 by the VILLAGE OF KEY BISCAYNE, a political subdivision of the State of Florida, whose address is 85 W. McIntyre Street, Key Biscayne, Florida 33149, hereinafter referred to as "VILLAGE", and THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, a body corporate and politic, incorporated and existing under the laws of the State of Florida, whose address is 1450 N.E. 2 Avenue, Room 525, Miami, Florida 33132, hereinafter referred to as the "SCHOOL BOARD". WITNESSETH WHEREAS, the SCHOOL BOARD owns the property known as Key Biscayne Elementary School located at 150 West McIntyre Street; and, WHEREAS, the SCHOOL BOARD desires Water and Sewer services to be rendered to said property owned by the SCHOOL BOARD, including any additions thereto; and WHEREAS, the SCHOOL BOARD, Pursuant to §235.193 Florida Statute, is required to provide to the VILLAGE site plans for proposed educational facilities for review by the VILLAGE; and, WHEREAS, the determination by Miami -Dade County Water and Sewer Department hereinafter referred to as "WASD" pursuant to the plan review process Page 1 of 9 requires the installation of an eight (8) inch sanitary sewer force main to serve Key Biscayne Elementary School; and WHEREAS, both the SCHOOL BOARD and the VILLAGE concur that the VILLAGE has the means, through the VILLAGE'S contractors, to provide assistance to the SCHOOL BOARD for the permitting (by the Village), installation and conveyance to WASD of the eight (8) inch sanitary sewer force main on McIntyre Street from the Key Biscayne Elementary School Property line to Crandon Boulevard with a temporary cap at the school property line and a wet tap to the existing twelve (12) inch sanitary sewer force main on Crandon Boulevard (the "Project") (see attached Exhibit "A"); and, WHEREAS, both the SCHOOL BOARD and the VILLAGE desire to have the construction of this Project installed through the utilization of the VILLAGE'S Civic Center contractors; and, WHEREAS, the VILLAGE has authorized the execution of this Agreement by the adoption of Resolution ADO a - .v , at its meeting of July 23, 2002; and, WHEREAS, the SCHOOL BOARD has authorized the execution of this Agreement in accordance with Board Item No. E-4 at its meeting of July 10, 2002. NOW THEREFORE, in consideration of the promises and the covenants contained herein, the VILLAGE and the SCHOOL BOARD agree: 1. That an eight inch sanitary sewer force main is required to be provided by the SCHOOL BOARD pursuant to the plan review process of WASD to serve Key Biscayne Elementary School. 2. That the VILLAGE is in the process of constructing roadway improvements and underground utilities for the Key Biscayne Civic Center Page 2 of 9 located at McIntyre Street between Fernwood Road and Crandon Boulevard and has determined that it would be economically beneficial to the SCHOOL BOARD for the VILLAGE to have VILLAGE's contractors install the eight (8) inch sanitary sewer force main required to service the SCHOOL BOARD's Key Biscayne Elementary School. The VILLAGE has agreed to submit to the SCHOOL BOARD a written proposal for such project through one of its available VILLAGE Civic Center contractors. 3 The SCHOOL BOARD will determine whether the contractor's proposal submitted by the VILLAGE is acceptable. Upon acceptance, the SCHOOL BOARD will authorize the VILLAGE to direct the VILLAGE's contractor to proceed with the work. The Superintendent of Schools or his designee shall provide the index budget code guaranteeing the funding source and authorization in writing to the VILLAGE to proceed with the work. The VILLAGE shall not authorize its contractor to undertake any work prior to receiving said authorization. Once the SCHOOL BOARD accepts the proposal, or authorizes the work to proceed, SCHOOL BOARD shall be solely responsible for all costs of the Project and shall be liable to VILLAGE for all of VILLAGE's costs for the Project. All costs incurred as a result of this Agreement shall not exceed the amount set forth under paragraph 13 herein. 4 Upon receipt of written authorization from the SCHOOL BOARD, the VILLAGE shall authorize its contractor to undertake the work and to complete the Project. Page 3 of 9 5. Prior to commencement of the work, the VILLAGE will furnish the SCHOOL BOARD with a construction schedule from VILLAGE's contractor. 6. Upon completion of the Project or as specified in Exhibit A to this agreement herein incorporated by reference, the VILLAGE will bill the SCHOOL BOARD for all direct costs incurred by the VILLAGE with the overall work for the Project and the SCHOOL BOARD shall promptly reimburse the VILLAGE for all such costs. Such bill shall not exceed the amount for work identified in the proposal that was accepted by the SCHOOL BOARD's Department of Capital Improvement Projects in accordance with paragraph 3 above, absent written authorization from the SCHOOL BOARD. Further, VILLAGE may invoice SCHOOL BOARD for progress payments, based on the percentage of completion, if VILLAGE is required to pay its contractor prior to completion. The SCHOOL BOARD shall reimburse VILLAGE within sixty (60) days of receipt of VILLAGE's bill. 7 Upon completion of construction of the referenced work and the issuance of a Final Certificate of Completion by the VILLAGE, the SCHOOL BOARD shall reimburse the VILLAGE for the remaining balance of the actual payment made by the VILLAGE to the VILLAGE's contractor, as a result of the Project. 8. The VILLAGE agrees to keep complete records and accounts, in order to record all costs, expenditures, and other items incidental to the provision Page 4 of 9 of services. Such records shall be made available to the SCHOOL BOARD upon request for audit purposes, or for any other purpose deemed appropriate by the SCHOOL BOARD. 9. Subsequent to the SCHOOL BOARD providing authorization to proceed, any request for additional work that will increase the cost of the proposal shall be approved in writing by the SCHOOL BOARD prior to execution by the VILLAGE's contractor. Upon completion of all original and additional work, final costs will be documented and certified by the VILLAGE, and upon approval, the SCHOOL BOARD's financial participation and disbursement of funds will be adjusted accordingly. 10. The VILLAGE shall cause all contractors performing the construction pursuant to this Agreement to coordinate the work with the designated SCHOOL BOARD representative in such a manner as to minimize interference with ingress and egress or any other construction activity at Key Biscayne Elementary School and shall cause any contractor performing any work pursuant to this Agreement to be responsible for all safety precautions and programs required in connection with the work. 11. The VILLAGE and its contractors shall not discriminate on the basis of race, age, color, national origin, sex, or sexual orientation in the award and performance of contracts and the selection of applicants for employment in connection with the carrying out any contracts hereunder. 12. The term of the Agreement shall be in effect upon execution of this Agreement by both parties and will terminate upon acceptance of the work Page 5of9 by the District and WASD, which term shall not exceed one (1) year from the effective date of this Agreement, unless otherwise stipulated by the parties in writing. 13. The total amount of work that is authorized shall not exceed the amount of $171,697.90 for the term of this Agreement. 14. The VILLAGE, does hereby agree, to the extent and within the limitations of Section 768.28, Florida Statues, to hold harmless, indemnify and defend the SCHOOL BOARD against any and all claims, liabilities, losses and causes of action which may arise as a result of the sole negligent performance or failure of performance of the VILLAGE or it's contractors, agents or employees. However, nothing herein shall be deemed to indemnify the SCHOOL BOARD as to any liability or claim arising out of the negligent performance or failure of performance of the SCHOOL BOARD or any unrelated third party. The DISTRICT does hereby agree to the extent and within the limitation of Section 768.28, Florida Statutes, to hold harmless, indemnify and defend the VILLAGE against any and all claims, liabilities, losses and causes of action which may arise as the result of the sole negligent performance or failure of performance or failure of performance of the DISTRICT or its engineer. However, nothing herein shall be deemed to indemnify the VILLAGE as to any liability or claim arising out of the negligent performance or failure of performance of the VILLAGE or any unrelated third party. Page 6 of 9 15. This Agreement is made and entered in the State of Florida and shall in all respects be interpreted, enforced and governed in and under the laws of Florida. The language and all parts of this Agreement shall in all cases be construed as a whole according to its fair meaning and not strictly for or against any parties. If any provision of this Agreement is determined by a Court of competent jurisdiction to be invalid or unenforceable, the remaining provisions will continue in full force and effect notwithstanding. 16. In the event of any dispute between the parties as to this Agreement, each party shall bear its own costs and expenditures including but not limited to attorney's fees, incurred in any action to enforce this Agreement. 17. This is the entire agreement between the parties. No other promises or agreements have been made other than those in the agreement. The failure of either party to insist in any one or more instances upon the strict performance of any one or more of the provisions of this agreement, shall not be construed as a waiver or relinquishment for the failure of any such term or provision, and the same shall continue in full force and effect. No waiver or relinquishment shall be deemed to have been made by either party unless in writing and signed by the parties. Page 7 of 9 Signed, witnessed, executed and acknowledged this Witnesses: Sign Print 8_,t2Q-c (it ila-t)4) kiLeY- iA, STATE OF FLORIDA) COUNTY OF DADE ) The foregoing instrument was acknowledged before me this M�� day of Augu5-}- , 2002, by Merrett 11 5+ierhei m , Superintendent of Schools who is personally known to me or who have produced as identification and who did take an oath. day of qua, 2002. THE S HOOL BOARD OF MI' i, p ' i COUNTY, FLORIDA y: Merrett R. Stierheim, Superintendent of Schools f: r t e Scho• : • and ade County, ' to ida NOTARY PUBLIC Sign a. biz Print Lisa H I-bro s State of Florida at Large (Seal) My commission expires: LISA H. HARRIS Prim ; . MGtary Pablit, Sate qt Flailda PI? ctr�+,. Ezplies July 05, 2C05 Ho. DD &39509 600,01i thru Arthur J. Gallagher & Co. Page 8 of 9 Signed, witnessed, executed and acknowledged this Witnesses: Sign aPa kqa„ka01 Print f\fl r' de Sign Print FLOMM STATE OF FLORIDA) ) COUNTY OF DADE ) The forgoing in 2002, me or who have produced take an oath. NOTARY PUBLIC I SignL---"Airl/k. - Print i-1M-- (O/1EZ ackn 3 day of 6-1:, 2002. Village of Key Biscayne t efebi Village Clerk Approved as to Legal Suffjciency: I Village Attorney o before me this /6/ day of �"ikryti are personally known to as identification and who did State of Florida at Large (Seal) My commission expires: 103001\agreements\ioint participation agreement with miami-dade county MAYRA F. GOMEZ (� MY COMMISSION # DD 002789 EXPIRES: Feb 20, 2005 1 -800 -3 -NOTARY FL Notary Service & Bonding, Inc Page 9 of 9