Loading...
HomeMy WebLinkAboutAmendment 10 l AMENDMENT No. 10 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND CHEN AND ASSOCIATES, INC, DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT OF WAY IMPROVEMENT PROJECT, SAID AMENDMENT IN AN AMOUNT NOT -TO- EXCEED $25,000; FOR ADDITIONAL. PROFESSIONAL SERVICES NECESSARY FOR RESIDENT PROJECT REPRESENTATIVE (RPR) AND SUPPLEMENTAL CONSTRUCTION ADMINISTRATION SERVICES, FOR LINCOLN ROAD BETWEEN WASHINGTON AVENUE AND COLLINS AVENUE NEIGHBORHOOD NO. 9C, CITY CENTER RIGHT OF WAY NEIGHBORHOOD IMPROVEMENT PROJECT. This Amendment No. 10 to the Agreement', made and entered this �*ay of (A u�2011, by . 9 and between the CITY OF MIAMI BEACH, a Municipal Corporation existing under the laws of the State.-of Florida (hereinafter referred to as. City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, and CHEN AND ASSOCIATES, INC, a Florida Corporation, having its offices at 500 W. Cypress Creek Road, Suite 410, fort Lauderdale, Florida 33309 (hereinafter referred to as the Consultant). RECITALS WHEREAS, pursuant to Request. for Qualifications (RFQ) No. 68- 02/03, the Mayor and City Commission adopted Resolution No. 2004- 25678, on September 8, 2004, approving and authorizing r the Mayor and City Clerk to execution an Agreement with Chen and Associates, Inc. (Consultant), in a - not -to- exceed amount of. $2,144,773, for the planning, design, bid and award, and construction administration phases of the City Center. Right -of -Way (ROW) Neighborhood lmprovernent Project (the Project); and WHEREAS, the Project includes improvements to the stormwater system, water system, roadways, streetscape, landscaping, traffic calming, pedestrian lighting, gand links eswithin.the . Y P 9, P g public p right -of -ways; and WHEREAS, the Project limits are bounded by 161h St reet to the South; Dade Boulevard to the North; and from Alton 'Road on the West, to Collins Avenue on the East ;' and WHEREAS, on February 8, 2006, the City Commission adopted Resolution No. 2006 - 26126, approving Amendment No. 1 to the Agreement, in an amount not -to- exceed $347,925, to include the design of streetscape improvements.on Meridian Avenue from .17 to 18 th Street, and miscellaneous water and wastewater main improvements; and WHEREAS, on December 6,2006, the City Commission adopted Resolution No. 2006 - 26388, approving Amendment No. 2 to the Agreement,-in an amount not -to- exceed $88,081, to include the design of streetscape improvements, on 21 St Street, between Park and Collins Avenues, Construction - .Administration and Resident Project Representative (RPR) services for Lincoln Road, between Collins and Washington Avenues; and WHEREAS, on April 24, 2007, the Capital Improvement Projects (GIP) Office executed Amendment No. 3 to the Agreement, for a not -to- exceed amount of $16,973, for the design of bike lanes /routes within t he City Center. Right =of -Way Neighborhood Improvement Project; and WHEREAS, on September 5, 2007, the Capital Improvement Projects (CIP) Office executed Amendment No. 4, in an amount not - to- exceed $24,923, for the additional planning services for the proposed, improvements along the Lincoln Road corridor, between Washington and .Collins Avenues (Bid Package 9C); and WHEREAS, on May 5; 2008, the Capital Improvement Projects (CIP) Office approved Amendment'No. 5 to the Agreement, for a not -to exceed amount of $23,935, for design revisions to the Bid Package 9B, City Center Commercial District Right -of -Way Neighborhood Improvement .Project, necessitated by the Miami -Dade County Public Works Department Traffic Division; and WHEREAS, on November 14, 2008, the Capital Improvement Projects (CIP) Office approved ` Amendment No..6 to the Agreement, for -a not -to exceed amount of $23,766, for design revisions to Lincoln Lane North between Pennsylvania and Washington Avenue adjacent to the. New World Symphony project; and WHEREAS, on September 9, 2009, the City approved Amendment No. 7 by Resolution No. 2009- .27159, in the amount of $580,424, for resident project representative services for Bid Packages 9A and 913, during construction of the project; and WHEREAS, on May 19, 2010, the Capital Improvement Projects. (CIP) Office approved' Amendment No. 8 to ,the Agreement, for a not-to-'exceed amount of_21,078, for design, revisions necessary for the redesign of 17 Street, Pennsylvania Avenue, and Lincoln Lane North adjacent to the New World Symphony project; and WHEREAS, on Febrary.14, 2011 the Capital Improvement. Projects (CIP) Office approved Amendment No. 9 to the Agreement, fora not -to- exceed amountof $11,235, including reimbursables; to provide revisions to electrical drawings indicating service access points from Lincoln .Park and additional services for preparation of a stormwater model to be used to establish existing conditions and determine future stormwater design and collection on Lincoln -Road; and WHEREAS, the consultant has submitted a proposal for additional professional services necessary for Resident Project Representative (RPR) and supplemental Construction Administration services, for Lincoln Road between Washington Avenue and. Collins Avenue, Neighborhood No. 9C, City Center Right of Way Neighborhood Improvement Project; and WHEREAS, the total additional fee requested by the Consultant for the additional work is $25,000; and l WHEREAS, the Capital improvement Project Office has evaluated the Consultant's cost proposal and are in agreement that the. proposal is reasonable; and WHEREAS, this Amendment No. 10 to the Agreement, will revise the total contract sum to a not -to- exceed total of $3,308,113. NOW, THEREFORE, the parties hereto, and in, consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and. valuable consideration, the respect and adequacy are hereby acknowledged, do -agree as follows: 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as _a part of this Amendment No. 10.' 2. MODIFICATIONS The Agreement is amended to include and incorporate the additional work, as set forth in Schedule "A -10 ", attached hereto. 3. OTHER PROVISIONS. All other provisions of Agreement, as amended, are unchanged. 4. RATIFICATION. The`City and Consultant ratify the terms.of the Agreement, as amended by this Amendment No. 10. s t IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 10 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: CITY OF MIAMI BEACH, FLORIDA Robert 'Parcher, City Clerk Jor a nz Hager AT CONSU NT: CHEN D ASSOCI ,.INC Secretary Presi Print Name Print Name APPROVED AS ro FORM & LANGUAGE & FOR "ECUTION City Attorn *, Date SCHEDULE "A -10" SCOPE OF SERVICES ADDITIONAL DESIGN SERVICES FOR CITY CENTER RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROJECT SERVICES DURING CONSTRUCTION CITY CENTER — NEIGHBORHOOD NO. 9C Basis of Scope: • It is anticipated that the construction timeframes for Bid Package 9C will be 6 months. Schedule "A =10" entitled,, "Scope of Services ", is amended as follows: Please add the following Tasks to the existing scope of services: "Task 5.10.1 - Pre- Construction Conference: CONSULTANT shall attend and conduct a Pre - Construction Conference for the City Center 9C Project. The purpose of the meeting shall be to coordinate between CONSULTANT, CITY and CONTRACTOR, as well as have the CONSULTANT provide a brief overview of the WORK, in conjunction with the CONTRACTOR'S presentation of an overview of the .anticipated construction phasing, conditions to be expected, and other issues that may be of concern to the CITY. Deliverables: = Coordinate and participate in the Pre - Construction Conference. Schedule: Following the issuance of the first Construction Notice to Proceed (NTP). Task 5.10.2 - Weekly Construction Meetings The CONSULTANT shall attend and participate in construction progress meetings with the CONTRACTOR, various sub - contractors, material suppliers, CITY staff, and applicable utility r owners /agencies, and /or representatives assigned to the Project as appropriate. The construction progress meetings will typically, be held at the Project site, : or other location determined by the City's Project Coordinator. Task 5.10.3 - Requests for Information /Contract Document Clarification (RFI's I CDCs) The CONSULTANT shall process RFIs /CDCs, and prepare a response within Seven (7) days for the; CONSULTANTS, and fourteen (14) days for the Sub - Consultants, and return it to the Contractor, with copies to the CITY. The- CONSULTANT may also be requested by the CITY to provide written CDCs should certain items within the Contract Documents require clarification, or may be handled via Field Directives. Deliverables: - Maintain Request for Information and Contract Document Clarification,= and - participate in review of documents as appropriate. Schedule: Ongoing throughout the project construction duration of 6 months. Page 1 of 4 Task 5.10.4 — bequests for Changes to Construction Cost and /or Schedule: The CONSULTANT will receive and evaluate the" scope of work related with requests for project cost and /or schedule changes from the Contractor and /or CITY.' Changes may be the result of unforeseen conditions; interferences identified by the Contractor during the routine progress of the work; errors; inadvertent omissions (betterment) issues; requests by regulatory agencies; or additional improvements requested by the CITY or CONSULTANT after the Project' award date. The CONSULTANT will evaluate the merit of the -claim as well as the impact of the potential change in terms of the .project .cost, and schedule. CONSULTANT w.ill' review 'change order requests"with the -CITY. No claim assistance services are included under this task. Deliverables: Perform independent review of scope of work related with request for cost increase and /or time extension. - Coordinate and participate in meetings, with CITY and CONTRACTOR to resolve and /or negotiate the equitable resolution of request. - Coordinate change order documentation. Schedule: - Ongoing throughout the project construction duration of 6 ,months. Task 5:10.5 — Processing of Shop Drawings: CONSULTANT will receive and distribute shop drawings to the various design disciplines (civil, landscaping, and electrical) for review. The CONSULTANT shall havefourteen (14) calendar days from -the time. of receipt in - its office, to review and return shop :drawings to. CONTRACTOR and CITY. Deliverables: = Receive, Review, distribute, and return shop drawings to the CONTRACTOR as appropriate. .Schedule: - Ongoing throughout the project construction duration of _6 . months. Task 5.10.6 - FOR Field Inspection Services: The CONSULTANT shall provide specialty site inspections by the various design disciplines (civil, landscaping, and electrical) on an as .needed basis throughout the construction, in order to ensure that the work is being installed in accordance with the Construction Documents. For the purpose of this scope of services, it is assumed that a total of seventeen (17) specialty site inspections are included. Deliverables: Provide up to seventeen:(17) specialty site visits as appropriate. Schedule: - Ongoing throughout the project construction duration of 6 months: Task 5.10.7 —Project, Closeout: Upon receiving notice from the Contractor(s) advising 'the CONSULTANT that the project is substantially complete,. CONSULTANT, in conjunction with appropriate CITY shall schedule and conduct an overview of the project. The overview shall include CONSULTANT'S development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The list shall be "forwarded, to the Contractor. For the purposes of, this "provision, substantial completion shall be deemed to be the stage in construction of the project where the project can be utilized for the purposes for which it was intended, and, where minor items not be fully completed, Page 2 of 4 but all items that affect the operational integrity and function of the project are capable of continuous use. Substantial Completion criteria shall be as specified. by the CONSULTANT in its contract documents, and shall also address the startup of warranties accordingly. Upon notification from Contractor(s) that all remaining ``punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate. CITY, shall perform a final review of.the finished project.. Based on . successful completion of all outstanding work items by the Contractor., the CONSULTANT shall assist CITY in closing out the construction contract. This shall include providing recommendations concerning acceptance of the project and preparing / collecting necessary documentation, including, 'lien waivers, Contractor's final affidavit, close -out, change orders, and. processing of the final payment application. Deliverables: Receive Contractor substantial completion notification: - Coordinate and attend field meetings to review Substantial Completion. - Prepare and verify that punch lists are completed. - Certify project completion to appropriate agencies. Schedule: Upon notification of Substantial Completion, Final completion, and Close -out. 'Task 5.10.8 — RPR Services: The CONSULTANT shall provide a- qualified field professional to provide an adequate quantity and quality of observation as required to reasonably verify that critical elements of the construction project are being complied with, and that the general intent of the contract . documents is being -met. In this effort, CONSULTANT's level of effort shall be based upon a period of up to six (6) months for Bid Package 9C (96 hours) of .field representation and office construction administration support. Should this level of effort be exceeded or decreased, an equitable. adjustment shall be made accordingly. In general, the CONSULTANT's -field professional shall observe the .construction of. the work and; (a) Conduct on -site observations of the work in progress to assist in determining if the provisions .of the Contract Documents and.permit conditions are being fulfilled and to reasonably protect the CITY against defects, and deficiencies in the work of the Contractor. CONSULTANT shall - report, to the CITY in writing, whenever it is believed that work is unsatisfactory, faulty or defective and / or does not conform to the contract documents, does not- meet the requirements of inspections, tests, or has been damaged prior to final payment. (b) Maintain a. field visit 'log of work observed. The notes shall include records of weather conditions, change orders, or changed conditions, list of job site visitors, daily drilling and testing- activities, observations in general, and specific observations in more detail as - in the case of observing test procedures. 'Record, in writing, the outcome of inspections. CONSULTANT shall identify any utilities damaged and verify that the Contractor (s) has notified the respective utility owner. (c) Verify that tests, equipment and systems start -up are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof; and observe, record, and report appropriate details relative.to the test procedures and start up Page 3 of .4 (d) Review materials and workmanship of the projects and report to CITY any deviations from. the Contract Documents that may .come to the ' CONSULTANT's attention. Determine the acceptability of the work and materials and make recommendation to 'CITY to reject items not meeting the requirements of the contract documents. (e) Check Contractors' material certifications and samples, verifying that delivered materials match approved shop - drawings. (f) Direct and supervise the sampling and testing of materials to be performed by independent testing laboratories under subcontract to the CITY. This task includes the receipt, review and processing of invoices from the independent testing laboratories for- payment by the CITY. (g) CONSULTANT shall verify and sign off on all pay requisition quantities in the field. In this effort the CONSULTANT shall advise the CITY of quantities being approved for concurrence. (h) Monitor that record drawing mark -ups are properly maintained by the Contractor, ; including progressive record drawings and rock as- builts. (i) The CONSULTANT's field personnel shall -have suitable training, understanding of the Project, and authorization, to address, process, . evaluate, recommend, respond to, review and issue Requests for Information, Contract Document .Clarifications, Field Orders,- Change Order, requests for Proposals and other such Project contraction related correspondence and documents - as may be forwarded by the Contactor, or requested for issuance as -the Project needs dictate. In this effort, Office Support may be provided by CONSULTANT on an as- needed basis. 0) The CONSULTANT shall perform independent reviews for the Change Orders and provide a written opinion as to the merit / value of such items to the CITY. It is understood that no legal claims assistance or support services are inferred by the, work effort noted under this .Task: If Contractor'.s work schedule requires field personnel to visit the site outside of normal work schedule, CONSULTANT -will be entitled to an equitable adjustment accordingly, based on the hourly rates set in the Schedule B.. Deliverables: - Provide field observation services during the construction phase. - Review and prepare responses for monthly contractor pay requests. Schedule: - Ongoing throughout Project construction duration 6 months." Y: \099W99.001V`558V 10801 City Center - Scope for Ainendment 10 (CM CC9C).doc Page 4 of 4 .. CT CT CT C77 GT Cfl (T (T,.w - ' - OOOOOOOO�O,�V1. CDV6) Cn AAWN O -•i '-1 t - - 0 m "0 � ; * -O o r s5 n 00 - 0Xp�mm m �p DD �O�000m m z � rr o mm mmm� T.Z -4 X M cnGOCl) -<Om mE r < m mM n mr�OZ�� °'� oocnco c)z D o � g x m n �� = p m p Z O Tt Z m ; c z m v � pmm< Dv C OZm;oo ' z = 1 m m npp z mcnzpG)n D nn2 m ' -i G _ O , ZOz 207 m n n --I # o m Z �0 a YY AI NN o cn T " I D � �. m -i 4 3 oO Vy rZ m � t a n"" _ a; n Q *. TI Z Cl) 7 C o Z A -n Mr Z 7G �p n OD o ;u '.Y n-nn . CD 3. * (D M --I m o ° Ago 0C)M a m n={� Q a) m D Q m OD Z Q n 0 M Z.N �m�= C �p co N n W A Z. D .. N AN Z: . N Ma _ M M t7 a r Z m m Cl) r Z" D co m Z m � k � m Zatn OD M "nn, m '! z OD O : _ I . 1 o CD W - - rte., r - 0 �O N m6 A A N A _N N W - iD co OD O — 20 OD OD A r% CD v CO�CIi�C N '' . t