Loading...
C7F-Execute Amendment No 12 City Center ROW Neighborhood Improvement ProjectCOMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and the City Commission of the City of Miami Beach, Florida, approving and authorizing the Mayor and the City Clerk to execute Amendment No. 12, to the existing Professional Services Agreement between the City of Miami Beach and Chen Moore & Associates, Inc. (CMA), dated September 8, 2004 for the City Center Right of Way Neighborhood Improvement Project Bid Packages 9A and 9B; in the negotiated not-to-exceed amount of $150,155, plus an additional amount of $2,000 for approved reimbursable expenses; to provide extended construction administration and Resident Project Representation during construction of the project; with previously appropriated fundil'lQ_from the City Center RDA Fund 365. 43% of the residential respondents to the 2009 Community Satisfaction Survey rated Storm Drainage (to avoid floodin as Excellent and Good. I Shall the City Commission adopt the resolution? Item Summa /Recommendation: On September 8, 2004, the Mayor and City Commission adopted Resolution No. 2004-25678, approving and authorizing the Mayor and City Clerk to execute an Agreement with the firm of Chen Moore & Associates, Inc. (formally Chen & Associates), (CMA), to provide professional services for the planning, design, bid and award, and construction administration phases of the City Center Right-of-Way Neighborhood Improvement Project (the Project). The original contract provided only limited Project Closeout Services and no Resident Project Representative Services. On September 9, 2009, the City Commission adopted Resolution No. 2009-27159, approving Amendment No.7 to the Agreement, in the amount of $580,424, for Resident Project Representative (RPR) services for Bid Packages 9A and 9B, during construction of the Project. The period of time for construction duration was anticipated for Bid Package A to be 24 months and Bid package B to be 18 months. During the course of the project extensions of time were awarded to the contractor, M. Vila & Associates, Inc. (MVA), via approved change orders which increased the contract time by 122 days, or approximately 4 months. On October 24, 2011, MVA was terminated from the City Center 9A project due to failure to comply with previous notices of default associated with repeated non-compliance issues, delays of time, and other deviations. On October 30, 2011 the City contracted with Metro Express, Inc. under a Job Order Contract (JOG) to assure completion of the project. Approximately 5.6 months of additional time was added to the contract as a result of MVA's delays and the necessary correction of the deficiencies. Summary of the revised Project Time is indicated below: Summary of Project Time (Based on calendar days per the contract}: Original MVA Contract 720 Days (24 months) 8/24/09 to 8/14/11 Approved MVA Change Orders 122 Days ( 4 months) 8/15/11 to 12/14/11 Projected Completion <Estimate} 168 Days (5.6 months} 12/15/11 to 5/31/12 Total Time 996 Days (33.6 Months) CMA has submitted a proposal for additional professional services pursuant to the 122 day extension of time awarded to MV A for approved change orders to the project, and also for additional professional services resulting from the termination of the contract with MV A which the City will seek financial recovery. Summary of Additional Cost: Approved MVA Change Orders RPR Services MVA Termination Analysis & Report(To be Recovered) MVA Termination Additional RPR Services (To be Recovered} Total CMA Cost $ 48,485 $ 34,680 $ 66.990 $ 150,155 Staff finds both the scope and negotiated fee to be reasonable and appropriate, and the hourly billing rates are well within the current approved amount negotiated for all City consultants. The Administration recommends approval of the resolution. Advisory Board Recommendation: I N/A Amount Account Source Funds: $152,155 365-2616-061357 Ci Center Bid Pack A OBPI $152,155 islative Trackin . 6399 MIAMI BEACH 167 AGENDA 1TEM _e_,_7_F __ DATE t9-O-/ 2.,... ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov COMMISSION MEMORANDUM TO: embers of the City Commission FROM: DATE: February 8, 2012 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 12, TO THE EXISTING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CHEN MOORE & ASSOCIATES, INC. (CMA), DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT-OF-WAY NEIGHBORHOOD IMPROVEMENT PROJECT BID PACKAGES 9A AND 9B; IN THE NEGOTIATED NOT-TO-EXCEED AMOUNT OF $150,155, PLUS AN ADDITIONAL AMOUNT OF $2,000 FOR APPROVED REIMBURSABLE EXPENSES; TO PROVIDE EXTENDED CONSTRUCTION ADMINISTRATION AND RESIDENT PROJECT REPRESENTATION DURING CONSTRUCTION OF THE PROJECT; WITH PREVIOUSLY APPROPRIATED FUNDING FROM THE CITY CENTER RDA FUND 365. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Ensure Value and Timely Delivery of Quality Capital Projects. FUNDING Funding for this Amendment has been previously appropriated in the City Center Bid Package A from the City Center RDA fund 365 for the amount of $152,155 in account 365-2616- 061357. BACKGROUND -DESIGN On September 8, 2004, the Mayor and City Commission adopted Resolution No. 2004-25678, approving and authorizing the Mayor and City Clerk to execute an Agreement with the firm of Chen Moore & Associates, Inc. (formally Chen & Associates), (Consultant), to provide professional services for the planning, design, bid and award, and construction administration phases of the City Center Right-of-Way Neighborhood Improvement Project {the Project). The original contract provided only limited Project Closeout Services and no Resident Project Representative Services. Although the Project originally consisted of Construction of Bid Packages 9A and 9B, the project was subsequently divided into three (3) separate Bid Packages. Bid Package 9A: the residential area bounded by Lincoln Road to the south, Washington Avenue to the west, 21st Street to the north, and Collins Avenue to the east. Bid Package 9B, the commercial area bounded by 16th Street to the south, 17th Street to the north, Alton Road to the west, Washington Avenue to the east, including Meridian Avenue to 19th Street west to Convention Center Drive, and Convention Center Drive to Dade Boulevard. Bid Package 9C: within the 168 Commission Memorandum City Center ROW Chen Amendment 12 February 8, 2012 Page 2of3 commercial area on Lincoln Road from Washington Avenue to Collins Avenue. For the history of all past approved Amendments for Chen Moore & Associates for the City Center projects, refer to Amendment No. 12, Attachment No. 1. BACKGROUND -CONSTRUCTION On April 22, 2009, the City Commission approved the award of a construction contract to M. Vila & Associates, Inc. (MVA) in the amount of $7,589,825 for the construction of the Infrastructure Improvement Project I City Center Historic District Bid Package 9A. The original contract time for the project was 720 days, or 24 months to final completion. Between September 2009 and March 2011 several owner requested revisions (0/R) to MVA's contract were requested by the City of Miami Beach Public Works Department, and the CIP Department. The majority of these revisions were approved by Commission and they were as follows: A. Resolution No. 2010-27467 (0/R) for the Construction of Right of Way and Infrastructure Improvements surrounding the New World Symphony building, Pennsylvania Garage, and Lincoln Park (Soundscape) Projects. The total amount of the resolution, including contingency was $961,613. B. Resolution No. 2010-27374 (0/R) for the construction of a 24-inch PVC sanitary sewer on James Avenue. The total amount of the resolution, including contingency was $646,031. C. Resolution No. 2010-27531 (0/R) for the rehabilitation of the stormwater pipe located along Washington Avenue, between 18th and 201h streets. The total amount of the resolution, including contingency was $397,529. D. Additional, miscellaneous, owner requested or unforeseen items. The total amount of these items were awarded by change order for a total amount of $110,974. ANALYSIS -FIRST TIME EXTENSION Extensions of time were awarded to MVA, via approved change orders, for the above additional work in the cumulative amount of 1 02 days. An additional 20 days were also awarded to MVA for unforeseen conditions and other owner requested revisions, for a total of 122 days of extensions to the contract time, or approximately 17 weeks. CMA has submitted a proposal for Additional Resident Project Representative Services which were required during this extended construction phase. Attachment 2, Schedule B, itemizes the hours required for a full time resident project representative over the 122-day period. The total of 693 hours is the required amount of hours based upon a 40 hour full time work week. Staff confirmed that the negotiated fee of $70.00 per hour for this service is a 2009 rate and is reasonable and appropriate, as well as below the hourly billing rates currently negotiated for all City consultants. ANALYSIS-SECOND TIME EXTENSION AND ADDED SCOPE On October 24, 2011, after the City performed its due diligence, MVA was terminated from the City Center 9A project due to failure to comply with notices of default associated with repeated non-compliance issues, delays of time, and other contract violations. Refer to the Notice of Termination letter to MVA dated October 24, 2011, Attachment No. 3 and the Letter to Commission (LTC #290-2011) dated November 14, 2011, Attachment No. 4. On October 30, 2011 the City contracted with Metro Express, Inc. (MEl) under a Job Order Contract (JOC) to 169 Commission Memorandum City Center ROW Chen Amendment 12 February 8, 2012 Page 3of3 complete the project. CMA has also submitted a proposal for additional professional services resulting from the termination of the contract with MVA. The City requested the Consultant perform an extensive construction status analysis and prepare a preliminary punch list of the project. The findings were presented in report form, which included an estimate of probable cost to complete the project as well as repair all construction deficiencies which required correction. The total cost of this effort is $34,680. In addition, the Consultant has been requested by the City to continue its duties as the Resident Project Representative (RPR) during the period of time required to complete the project with the new contractor, Metro Express, Inc. Approximately 5.6 months of additional time was added to the contract as a result of MVA's delays and the necessary correction of the deficiencies. The total, not-to-exceed cost of the additional time for RPR services is $66,990. The City will be seeking financial recovery from MVA for the additional cost to extend the contract time and to prepare the estimate of probable cost. Attachment 5, Schedule C and Schedule D, itemizes the hours estimated and scope to be required for each of these additional tasks with an anticipated project completion date of May 31, 2012. Staff finds both the scope and negotiated fee to be reasonable and appropriate, and the hourly billing rates are well within the current approved amount negotiated for all City consultants. The current schedule for completion of the Project is summarized below: Summary of Project Time (Based on calendar days per the contract): Original MVA Contract 720 Days (24 months) 8/24/09 to 8/14/11 Approved MVA Change Orders 122 Days ( 4 months) 8/15/11 to 12/14/11 Projected Completion (Estimate) 168 Days (5.6 months) 12/15/11 to 5/31/12 Total Time 996 Days (33.6 Months) Summary of Additional Cost: Approved MVA Change Orders RPR Services MVA Termination Analysis & Report (To be Recovered) MVA Termination Additional RPR Services (To be Recovered) Total CMA Cost CONCLUSION $ 48,485 $ 34,680 $ 66.990 $150,155 The Administration recommends the execution of Amendment No. 12, in the negotiated, not to exceed amount of $152,155, to an existing Agreement between the City of Miami Beach and -' Chen Moore & Associates, Inc., dated September 8, 2004, to provide extended Construction Administration and Resident Project Representation Services for the City Center Neighborhood Improvement Right-of-Way Project Bid Packages 9A; with previously appropriated funding from the City Center RDA Fund 365. Attachment 1 -Amendment No. 12 Attachment 2 -Schedule B Attachment 3-MVA Termination Letter Attachment 4 -Letter to Commission Attachment 5 -Schedule C & D JMG/DB~DM/MH T:\AGENDA\2012\2-8-12\City Center ROW\City Center ROW-Chen Amend No 12 MEMO.docx 170 RESOLUTION NO.------ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 12, TO THE EXISTING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CHEN MOORE & ASSOCIATES, INC. (CMA), DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT-OF-WAY NEIGHBORHOOD IMPROVEMENT PROJECT BID PACKAGES 9A AND 9B; IN THE NEGOTIATED NOT-TO-EXCEED AMOUNT OF $150,155, PLUS AN ADDITIONAL AMOUNT OF $2,000 FOR APPROVED REIMBURSABLE EXPENSES; TO PROVIDE EXTENDED CONSTRUCTION ADMINISTRATION AND RESIDENT PROJECT REPRESENTATION DURING CONSTRUCTION OF THE PROJECT; WITH PREVIOUSLY APPROPRIATED FUNDING FROM THE CITY CENTER RDA FUND 365. 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 the Mayor and City Clerk to execute 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 Improvement Project {the Project); and WHEREAS, the Project includes improvements to the stormwater system, water system, roadways, streetscape, landscaping, traffic calming, pedestrian lighting, and linkages within the public right-of-ways; and WHEREAS, the Project limits are bounded by 16th Street 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 17th to 181h 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 21st Street, between Park and Collins Avenues; and Construction Administration and Resident Project Representative (RPR) services for Lincoln Road, between Collins and Washington Avenues; and WHEREAS, ori April 24, 2007, the Capital Improvement Projects (CIP) 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 the 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 executed 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 171 WHEREAS, on November 14, 2008, the Capital Improvement Projects (CIP) Office executed 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 Commission adopted Resolution No. 2009- 27159, approving Amendment No. 7 to the Agreement, in the amount of $580,424, for Resident Project Representative (RPR) services for Bid Packages 9A and 98, during construction of the Project; and WHEREAS, on May 19, 2010, the Capital Improvement Projects (CIP) Office executed Amendment No. 8 to the Agreement, for a not-to-exceed amount of 21,078, for design revisions necessary for the re-design of 17th Street, Pennsylvania Avenue, and Lincoln Lane North, adjacent to the New World Symphony project, and WHEREAS, on February 14, 2011, the Capital Improvement Projects {CIP) Office executed Amendment No. 9 to the Agreement, for a not-to-exceed amount of $11,235, to provide revisions to electrical drawings indicating service access points from Sound Space 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, on August 8, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 10 to the Agreement, for a not-to-exceed amount of $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; and WHEREAS, on September 28, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 11 to the Agreement, for the not-to-exceed amount of $6,181, for additional professional services required to revise the design plans to reflect a wider pedestrian crossing at 17th Street and Drexel Avenue and roadway geometry changes at the intersections of 1ih Street and Pennsylvania Avenue; and 1ih Street and Convention Center Drive, resulting from the proposed pedestrian signalization additions on 17th Street between Convention Center Drive and Washington Avenue; and WHEREAS, the Consultant has submitted a proposal for additional professional services required due to a 122 day extension of time awarded to the contractor, M. Vila & Associates, Inc. for approved change orders to the project; and WHEREAS, the Consultant has submitted a proposal for additional professional services required due to the termination of the contractor, M. Vila & Associates, Inc; and WHEREAS, the total additional fee requested by the Consultant for the additional-work including reimbursables is $152, 155; and WHEREAS, the Capital Improvement Project Office has evaluated the Consultant's cost proposal and are in agreement that the proposal is reasonable. 172 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Mayor and City Clerk to execute Amendment No. 12, to the existing Professional Services Agreement between the City of Miami Beach and Chen Moore & Associates, Inc. (CMA), dated September 8, 2004 for the City Center Right of Way Neighborhood Improvement Project Bid Packages 9A and 9B; in the negotiated not-to-exceed amount of $150,155, plus an additional amount of $2,000 for approved reimbursable expenses; to provide extended construction administration and resident project representation during construction of the project; with previously appropriated funding from the City Center RDA Fund 365. PASSED AND ADOPTED THIS---DAY OF ____ .2011. ATTEST: CITY CLERK MAYOR 173 APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION Attachment 1 AMENDMENT No. 12 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND CHEN MOORE & ASSOCIATES, INC. {FORMERLY CHEN AND ASSOCIATES, INC), DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT OF WAY IMPROVEMENT PROJECT, IN AN AMOUNT NOT-TO-EXCEED OF $150,122 PLUS $2,000 FOR REIMBURSABLE EXPENSES; FOR EXTENDED CONSTRUCTION ADMINISTRATION AND RESIDENT PROJECT REPRESENTATION, NEIGHBORHOOD NO. 9A, CITY CENTER RIGHT OF WAY NEIGHBORHOOD IMPROVEMENT PROJECT. This Amendment No. 12 to the Agreement, made and entered this _day of 2012, by 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 MOORE 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 the Mayor and City Clerk to execute 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 Improvement Project (the Project); and WHEREAS, the Project includes improvements to the stormwater system, water system, roadways, streetscape, landscaping, traffic calming, pedestrian lighting, and linkages within the public right-of-ways; and WHEREAS, the Project limits are bounded by 16th Street 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 17th to 18th 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 51 Street, between Park and Collins Avenues; and 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 (CIP) 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 the 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 174 WHEREAS, on May 5, 2008, the Capital Improvement Projects (CIP) Office executed 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 executed 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 Commission adopted Resolution No. 2009- 27159, approving Amendment No. 7 to the Agreement, in the amount of $580,424, for Resident Project Representative (RPR) services for Bid Packages 9A and 9B, during construction of the Project; and WHEREAS, on May 19, 2010, the Capital Improvement Projects (CIP) Office executed Amendment No. 8 to the Agreement, for a not-to-exceed amount of 21,078, for design revisions necessary for the re-design of 1 ih Street, Pennsylvania Avenue, and Lincoln Lane North, adjacent to the New World Symphony project, and WHEREAS, on February 14, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 9 to the Agreement, for a not-to-exceed amount of $11,235, to provide revisions to electrical drawings indicating service access points from Sound Space 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, on August 8, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 10 to the Agreement, for a not-to-exceed amount of $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; and WHEREAS, on September 28, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 11 to the Agreement, for the not-to-exceed amount of $6,181, for additional professional services required to revise the design plans to reflect a wider pedestrian crossing at 17th Street and Drexel Avenue and roadway geometry changes at the intersections of 17th Street and Pennsylvania Avenue; and 17th Street and Convention Center Drive, resulting from the proposed pedestrian signalization additions on 17th Street between Convention Center Drive and Washington Avenue; and WHEREAS, the Consultant has submitted a proposal for additional professional services required due to a 122 day extension of time awarded to the contractor, M. Vila & Associates, Inc. for approved change orders to the project; and WHEREAS, the Consultant has submitted a proposal for additional professional services required due to an additional 168 day extension of the project time due to the termination of the contractor, M. Vila & Associates, Inc; and WHEREAS, the total additional fee requested by the Consultant for the additional work including reimbursables is $152, 155; and WHEREAS, the Capital Improvement Project Office has evaluated the Consultant's cost proposal and are in agreement that the proposal is reasonable; and 175 WHEREAS, this Amendment No. 12 to the Agreement, will revise the total contract sum to a not-to-exceed total of $3,466,449. 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. 12. 2. MODIFICATIONS The Agreement is amended to include and incorporate the additional work, as set forth in Attachment 3, attached hereto. 3. OTHER PROVISIONS. All other provisions of the Agreement, as amended, are unchanged. 4. RATIFICATION. The City and Consultant ratify the terms of the Agreement, as amended by this Amendment No. 12. IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 11 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: Robert Parcher, City Clerk ATTEST: Secretary Print Name APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney CITY OF MIAMI BEACH, FLORIDA Jorge M. Gonzalez, City Manager CONSULTANT: CHEN MOORE AND ASSOCIATES, INC. President Print Name Date 176 ~ ...... ...... T:\AGENOA\2012\2-8·12\Cily COMI!lif ROW\Citr CunW. ROW ·Chen Amend. No. 12 Attacrnnrnfa. 4·b Attachment 2 SCHEDULE B CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE PROGRAM A-E CONSULTANT CONSULTANT'S COMPENSATION FEE SCHEDULE CITY CENTER 9A SCH B rev 1/27/2012 ~ """"\ 'I ~ (\ ~ ~ ~ ,)... Attachment 3 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beech, Florida 33139, www.micmibecchll.gov CAPITAl IMPROVEMENT PROJECTS OFFICE Tel: 30.5-673-7071, Fax: 305-673-7073 October 24, 2011 Miguel Vila, Vice President M. Vila & Associates. Inc. 12097 ~98th Avenue Hialeah Gardens, FL 33018 Re: Notice of Termination Projed: City Center 9A ROW Dear Mr. Vila: Via Email and FedEx Tracking Number 874466406567 Due to failure to comply with previous notice of default issued September 29, 2011. M. Vila & Associates is hereby terminated for cause as of October 24, 2011. The Contractor is therefore excluded from the project site, (except to the extent of immediately removing all equipment and materials). As stated in Section 15.1, the City will use all materials and equipment on the Project site as may be suitable and acceptable. M. Vila shall not be entitled to receive any further payment until the Project is completed. Pursuant to Section 15.4, "Upon receipt of Notice of Termination pursuant to Section 15.1 or 15.3 (of the General Conditions), Contractor shall promptly discontinue all affected work .•. and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process". Attached also find details of the default certification from Chen Moore & Associates, indicating constant deviations from the contract. In summary, the response from M. Vila dated October 4, 2011 is inadequate and does not comply with the requirements of the contract as follows: 1. Dewatering Permit Expiration and Expiration of Bacteriological Tests: The email sent from Mayra Aguiar (M.Vila) to Rogelio Mata (DERM} dated October 4, 2011 is not accurate, since the permit received on that day did not address the proposed method of properly dewatering 20th Street by using the new drainage system to convey to gravity well No. 6 on James Avenue. The correct Dewatering permit from DERM was not issued until October 14 and received 178 l'vl. Vila & Associates Notice of Termination City Center 9A Project Page2of3 via email on October 18. This has caused a delay to the critical path of the project of 55 days. In addition, l'vl. Vila allowed the bacteriological tests to expire on James Avenue. This is a significant delay to the project and to the ability to complete James Avenue prior to Art Basel week. 2. 20th Street: Drainage crews demobilized on 20th Street after the City sent l'vl. Vila the Notice of Non- Compliance and Stop Work Directive dated August 24, 2011 due to unsafe conditions for employees and lack of a dewatering permit. Currently, the only ongoing scope of work. is road reconstruction between Collins Avenue and Liberty Avenue. The City through its Department of Public Works, mobilized on 20th Street on September 14, 2011, to remove all material, equipment and/or debris that was feft behind by M. Vila. The City also installed temporary asphalt between Washington Avenue and Liberty Avenue along with a portion of sidewalk in order to make it safe for pedestrians and vehicles to park. Pursuant to Section 01010 /Item 13, "Materials and equipment shall not be stored within the right of way during non-working hours without prior approval of the City. The Contractor shall be responsible for identifying a rocation to store material and equipment". The City did not authorize the use of 20th Street for storage. The City even allowed M. Vila to use a lot behind the Convention Center since work on 20th Street commenced. As stated in the previous letter dated September 29, 2011, several requests were made by CIP requesting that M. Vila clean-up between Washington Avenue and Liberty Avenue. The City was continuously ignored. 3. Insufficient Workers: The City does not agree with M. Vila's statement in reference to maintaining sufficient workers on site. The schedule attached to your letter dated October 4, 2011 speaks for itself; as the finish date was pushed out to November 24, which is over a 30 day delay from your contractual substantial completion date of October 16, 2011. Manpower is one of the most effective methods to ensure a project is completed per schedule as per your contract. and the City has continuously made requests to increase it to an adequate level. The City has repeatedly requested that M. Vila not disrupt residents and businesses more than absolutely necessary. Yet, M. Vila continued to not complete minor tasks (i.e, conduit installation) in previous work zones forcing subcontractors and laborers to return to trench the roadways after the first lift was installed. M. Vila's means and methods were irrational, disorganized and disruptive. The City has never asked the Contractor to scale back, only to complete one roadway before demolishing another due to lack of adequate residential parking. At times, the City has also reminded M. Vila that work cannot take place in adjacent roadways, only alternating roadways, in an effort to have every other roadway open for access, pursuant to Section 01010. 4. Pay Requisition Delays: Article 4 of the Contract states that the acontractor's application shall show a complete breakdown of the Project Components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant." Technical Specifications Section 01152 1.05 A.5, states the Contractor shall submit ''other information 179 M. Vila & Associates Notice of Termination City Center 9A Project Page 3 of3 as may be deemed necessary." Pay Application submittal requirements have become stricter over time due to proof of repeated subcontractor/supplier non-payment. 5. Updating of Construction Schedule: The Construction schedule submitted with letter dated October 4, 2011 is not acceptable pursuant to Section 01311 -Schedule and Reports. Several tasks were omitted, such as substantial drainage repairs required at all areas inspected by the Public Works Department, crosswalk paver installation, header band repairs and 18th Street service point completion. The technical specifications under Section 01311 state that "if the Contractor believes it wilt take more than thirty (30) days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the ··requirements for a Schedule Revision". Therefore, once M. Vila determined that the new substantial completion date was November 24, 2011, a request for a Schedule Revision should have been made and all items described under Section 01311, 1.10 should have been followed for compliance. Failure to comply with the requirements of this Section constitutes a default by Contractor under Item 1.13 of this section. 6. Record Drawings: Progress plans were submitted with every Pay Application package NOT Record Drawings. Progress plans are required to show progress between previous pay applications to the requested date of payment. Record drawings are detailed as built plans that include horizontal and vertical locations of underground utilities referenced to permanent surface improvements, location of internal utilities concealed in the construction, field changes, changes made by field order or by change order, details not shown in contract drawings, benchmark positions and their vertical values and shall be certified by a Professional Land Surveyor registered in the State of Florida, (see Section 01720). Final Record Drawings have not been submitted to date. cc: Martin Vila, President, M. Vila & Associates, Inc. Maria Hernandez, RA, Sr. CIP Capital Projects Coordinator David Martinez, PE, CIP Acting Assistant Director Jose Perez, P.E., CIP Capital Projects Coordinator Elisa A Iglesias, CIP Capital Projects Coordinator Peter Duena, El Chen Moore & Associates, Inc. Oscar Bello, PE Chen Moore & Associates, Inc. Fred Beckman. PE, PWD Director Rhonda Montoya Hasan, First Assistant City Attorney William Sanford, The Hanover Insurance Company Enclosure: Letter from Chen Moore & Associates dated 10-21-11 180 . , Maria Hernandez City of Miami Beach Capital Improvement Projects Office n1 -17th Street. 3rd Aoor Miami Beach. Florida 33139 Subject: City of Miami Beach October 20, 20 II Right-of-Way Infrastructure Improvements Program Neighborhood 9: City Center-Bid Package No. 9A Bid No. 19-08/09 Dear Ms. Hernandez: 500 Cypress Creek Road, Suite 410 Fort Lauderdale, FL 33309 954.730.0707 {Phone) 954.730.2030 (Fax) ViaE-mail In accordance witll Contract Documents, Section 1720, Article 1.06, project record drawings shall be maimained up-to-date as tile work progresses. The City has received progress plans for processing progress payments witll the expectations tllat tile contractor will submit signed and sealed Record Drawings at a later date. Per contract documents, tile work should be supervised by a Florida Licensed Registered Professional Land Surveyor. During our recent review of tile watermain as-built plans, we have gone through several iterations of comments which have not all been addressed. Furthermore, we have not received stormwater as- built plans in accordance with technical specifications. Per Contract Documents, Section lO 10, Article 1.25, revised project schedule should be submitted along with every pay request. Contractor has not included an updated schedule with tile most recent pay request packages. We received a revised project schedule dated September 30, 2011. From our review, we have identified multiple discrepancies and tile schedule cannot be accepted. Please refer to our memo dated October 19, 2011. The construction progress does not measure to the submitted construction schedule. In accordance with Section 1010, article l.lO, contractor should commit resources necessary to ensure the completion of the project in a timely manner. James Avenue watermain bacteriological test results have recently expired. We have proactively notified the contractor of the expiration. To date, we have not received any response from the contractor. Watermain certification packages cannot be submitted without acceptable test results. Several non-compliance notices have not been addressed by the contractor. The Contractor has not responded nor corrected tile non-compliance. Should you have any questions or comments, please do not hesitate to contact me at 954.730.0707. ORB/ Respectfully submitted, ~~ ~~..m ¥socrATES Oscar R. Bello, P.E., Project Manager C;ll:s:rslobel!oiDocumentsiChen\Projects\Miami Beach\City Cemer\IIHernandeziOZO_Proj~ .. "t Summary.dc.; "Prc•tfcing qr..:alit';, responsive ar:d pr:;fessfcnal service to clients, .ceers anc:! tiie public for over 25 yeers" 181 MEMORANDUM 500 Cypress Creek Road, Suite 410 Fort Lauderdale, FL 33309 954.730.0707 (Phone) 954.730.2030 (Fax} To: Maria Hernandez, District Manager· Middle Beach Neighborhoods CC: Elisa A. lglesi~ Capital Projects Coordinator From: Oscar R. Bello Date: October 19,2011 Re: Neighborhood 9: City Center-Bid Package No. 9A Revised Schedule Review Missing from the Schedule: • Activity to conduct Project Walk-Thru • Activity for addressing Punch List • Contractor Certification of Schedule. Per Technical Specification section 13 I l, in submitting any proposed schedule revisions to the City, Contractor shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule which comprised of the graphic network of activities displayed on the sheets dated ____ and of the computerized mathematical reports dated is CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK. including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this schedule revision, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs, as evidenced by their signature thereon; and CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs, as evidenced by their signature thereon; and CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with separate CONtRACTORs." General: • "Miscellaneous items completion" should provide more specific activities. • Second lift of asphalt should be shown after substantial completion. "Pr~vicir:g quality, responsiw: ar.d professional ser1ice co clients, pe:rs and ti1e public for over 25 years" 182 Washington Avenue Pending activities not addressed in the schedule: • Address asphalt sections that did not pass density • Water main cut & caps • Lamping Report comments • Roof drain connections 17th Street: Activity 17130: "Crosswalks and bumpouts". Schedule shows activity on-going thru 10/20/20 l L To date, we have not observed this activity take place. 18th Street: Activity Al050: "Lamping inspections". Activity shows 09/14/11 as end date. To date, activity is not complete. Activity Al040: "Asphalt second lift''. Activity shows ll/04/11 as end date. The following activities are pending before activity takes place: • Concrete collar around WN£ gate valves • Lamping inspection and acceptance • Stormwater installations near Collins Avenue • Roadway restoration between James Avenue and Collins Avenue due to \V"NI leak • Adjustment to Stormwater inlets • \Vatermain tie-in to existing 8" watermain near Collins A venue • Fire line connections Activity Al060: "Service point installation". Activity shows 09/0 Ill! as end date. To date, activity is not complete. 19th Street: Activity 19010: '"Lamping inspections··. Activity shows 09/:!8/ll as end date. To date. activity is not complete. Activity 19001: ''\Yatermain Washington to James''. Activity shows 08/:!7/10 as end date. Trench restoration is pending. Activity 19012: "Asbuilts. testing, certitication, connections". Activity shows 09/0l/ll as end dace. To date, Asbuilts, and connections are not complete. Activity 19005: ''Concrete \Vashingron to James". Activity sho,vs 09/29110 as end date. Sections of sidewalk install incorrectly and missing structural soil. 183 Activity 19016: "Crosswalk at Park Ave". Activity shows 06/14/11 as end date. To date, activity is not complete. Activity 19007: "Asphalt Washington to Collins first lift". Activity shows ll/ll/10 as end date. Trench restoration is pending. Activity 20072: "Service point connection". Activity shows 09/01/ll as end date. To date, activity is not complete. 21st Street: Activity 21010: "Lamping inspection". Activity shows 09/30/ll as end date. Activity performed by MBPWD, corrective work pending. Activity 21006: "Concrete Washington to Park". Activity shows 11117/10 as end date. To date, activity is not complete. Activity 21007: "Concrete Park to Libertt'. Activity shows ll/18/10 as end date. To date, activity is not complete. Activity 21018: "Crosswalk at Park". Activity shows 08/10/ll as end date. To date, activity is not complete. Activity 21028: "Landscape and Irrigation Final". Activity shows 10113/ll as end date. To date, activity is not complete. Activity 21009: "Asphalt Washington to Collins". Activity shows ll/23/10 as end date. Asphalt restoration pending for Electrical work. Libertv A venue: Pending activities not addressed in the schedule: • Lamping inspection. Activity UOOO: "Drainage 19rh Street to 20'h Street". Activity shows 0 l/04/ll as end date. To date, activity is not complete. Activity LlOOl: "Drainage 20'h Street to 21'' Street". Activity shows OU!llll as end date. To date, activity is not complete. Activity Ll002: "Water 19'h Street to 20'h Street". Activity shows ll/18/lO as end date. To date, activity is not complete. \Vatermain tie-in at 20'h Street is pending. Activity Ll006: "Concrete l9'h Street to 20th Street". Activity shows 11/l7110 as end date. To date. activity is not complete. Bump-outs at Liberty Avenue & 20th Street is pending. Activity Ll007: "Concrete 20th Street to 11" Street". Activity shows 1212lll0 as end date To date. activity is not complete. Driveway south of 20'h Street is pending. 3 184 Activity Ll008: "Asphalt l9'h Street to 21'' Street". Activity shows 03/04/ll as end date. To date, activity is not complete. Trench restoration and installation of stormwater manhole covers are pending. Park A venue: Drainage Installation, activities P0900 to PI 00 1.5. does not include activity to address comments from Iamping report. Activity Pl002: "Water 19th Street to 20th Street". Activity shows 12/10/10 as end date. To date, activity is not complete. Trench restoration is pending. Activity P 1023: "As'-builts, testing, certification, connections". Activity shows 08/26/11 as end date. To date, activity is not complete. Certified as-built drawings are pending. Activity P 1004: "Read work zolh Street to 21st Street (east)". Activity shows 04/07/11 as end date. To date, activity is not complete. Trench restoration for stormwater is pending. Activity Pl006: "Concrete 20th Street to 21st Street". Activity shows 03129111 as end date. To date, activity is not complete. Bump-outs at Park Avenue & 20th Street is pending. Activity Pl008 & Pl008.5: ··Asphalt 191h Street to 21st Street first lift". Activity shows 06/03/ll as end date. To date, activity is not complete. Trench restoration is pending . .James A venue: Activity JlOOO: "Drainage l9'h Street to l8tlt Street". Activity shows 01/04/11 as end date. To date, activity is not complete. Manhole covers and completion of offset structures are pending. Activity 11001.12: "Lamping inspections''. Activity shows 09/14/l I as end date. To date, activity is not complete. Activity Jl015: ••As-builts, testing. certification, connections". Activity shows 10120/l I as end dace. To date, activity is not complete. Certified as-built drawings are pending and watermain bacteriological tests expired. Activity "Demo roadwork. curbpad, etc". Activities show 06/02/1 l as end date. To date, activity is not complete. Trench restoration is pending. Activity JI020: •·Landscaping & irrigation''. Activity shows 10/20/ll as end date. 'To date. activity is not complete. Activity ''Asphaltic paving first lift''. Activity shows 06/07/11 as end date. To date, activity is not complete. Trench restoration and asphalt corrective work is pending. Activity ··sewer... This is work for CMB PWD. A.:tivity shov.rs 03/25/ll as end dare. To date. activity is not complete. ~fanhole restoration. painting structures. and watertight gaskets are pending. 185 20th Street: Activity 20003.16: "As-builts, testing. certification, connections". Activity shows ll/10/ll as end date. Activity should show milestones such as flushing, chlorination, sample points, etc. Activity "Watermain construction". Activity shows 08/03/11 as end date. To date, activity is not complete. Trench restoration and installation of reinforced concrete slab are pending. Activity 20005.2: "Roadwork Park to Liberty". Activity shows 10112111 as start date. To date, activity has not started and the float time of29days is not captured on the schedule. Activity 20008: "Concrete Liberty to Collins"_ Activity shows 10/13/11 as end date. To date, activity is not complete. Sidewalk sections are missing. Activity "Concrete c1:1rbs & sidewalks". Activities are shown on the critical path and cannot be started until its predecessor activity is complete (i.e. Roadwork). C:\Userslobdlo\Documents\Chen1Proj.:cts\1•4iami Beach\City CenteriCC9A Schedule Review 10! ! -I 0-17 .doc:< 5 186 , . .. Attachment 4 . ·.-·'f·· ·-;:::·f··~ ... ~-- MlAMJ BEACH· ··;-..•" ;-·.'. ··~ ... ,. . . OFFICE OF THE CITY MANAGER . ' .... ' LTC#: 290-2011 I l._ __________ ) l")rc··FI\1'=0. hC. .-ilL..' LETTER TO cgft'ltrN~~ICRMi 1: 0 1 0 • • • • ~ ~tTY CLERK'S OFF ICE TO; ·Mayor Matti Herrera Bower and Members of.the City Commission FROM: DATE: SUBJECT: Jorge M. Gonzalez, City.'Manager ~­ Novefl'\ber 14, 2011 · .u .. (__/ City Center 9A -New Contractor Commences. Construction Activities The ·purpose of .this. Letter to Commissiqn (LTC) is to inform you that the' office of Capital ~mprovement Projects recently terminated M. Vila and Associates, Jnc., for caus~ and hired Metro Express, Inc.-to complete the ,scope of work originally iriterided the City' Center'9A · Neighborhood . .The .sequence Qf evenls as it pertains·; to contractor termination aild. replacement occurred as follows: ' · • October 24, 2011 -· M. Vila and Assoc::iates was· terminated .for cause and asked to demobilize from the project limits. · · · · .. • O¢tober 26, 2011 -M. Vila arild Associates· demobilized and remov~d .all equipment --'from the-site--· · · · -· · -· -· · · · -· · .. - • Qctciber 27, · 2011 -Metro. Express began a clean-up effort t~roughout ihe project limits. · · . · · · . • . October .. 31; 2Ch1 ~Metro' Express officially.mobiiized to -complete·ttie City Center 9A · Improvements. · · The scope _of work to· be finished includes:. • Water Main Improvements • Drainage Improvements • Lighting Improvements .. • Landscaping ImprovementS::. • Roadway ImprovementS . • Hardscape Improvements .. . ···-~ .The immediate effort is to assist Metro Express fn expediting ~II ·work concemhigthe ·a'rea most us~d by Art Basel-James Avenue, 18: Street and 21 Street. This work consists.of pouring flags' of concrete to replace flags of asphalt on sidewalks currently .unfinished, completing bump outs to ensure the safe transit of pedestrians and correct lighting issues. The overall intent or push of'.the project is rectification -Metro· Express. will focus on specific tasks and work zones in qrder to~ :;r logistically ~complete" areas, critical to the advancement of the project. All work Is expected to be completed by Spring 201.2. The public involvement procE)ss of the project was maintained while the contractor was being· terminated. The Public Information Officer (PIC} that was hired by M. Vila·and Associates·was · · retarned by Metro Express, Inc. so that impacted stakeholders continue to receive project updates and alerts from the same source. Additionally, the City is coordinating a Construction . . ~ 187 .. ~ '· ··I ... ,.· /. . ..~. ' ... ~ .. · •• ! "' .... : .· .: . • ·;"':',i( •. ,. Letter to Commission,.... New Contractor Commences Construction Activities Ndvember 14, 2011 Page 2()f2 Update Meeting in order to. present Metro Express, Lnc. as the new contractor, explain what scope ofwork·has to be finalized, and provide a schedule update. . . If yo~ay~e y dditio~al questions, please feel free to contact me. \V·j .~ · JMG/DB/ /0 I H · · . . . '-· .- We are committed ·to providing excellent public service and safety to all who live. work, and ploy ir.· our •ibrant. tropical. historic community. 188 ~ 00 (Q T:IAGENDA\201212-B·12\Clly C1M110f ROW\CIIy Cootur ROW • Chun /lmtillld. No. 12 Attw;ttmenhl4-6 Attachment 5 SCHEDULEC CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE PROGRAM A-E CONSULTANT CONSULTANTS COMPENSATION FEE SCHEDULE CITY CENTER 9A SCH C rev 1/27/2012 Attachment 5 SCHEDULED SCOPE OF SERVICES Basis of Scope: The original contract for Bid Package 9A anticipated construction duration of 24 months. The original Tasks under Task 4 Construction Administration Services need to be replenished to cover the remaining time to complete the project. It is anticipated that the construction for Bid Package 9A will be complete in approximately 6 months. Task 4.3.1 -Requests for Information I Contract Document Clarification (RFis I CDCs): Consultant shall prepare a written response to RFis which involves the interpretation of design issues or design intent. In addition, the CONSULTANT may be requested by the City to prepare and forward CDCs should certain items within the contract documents require clarification. Task 4.6.1 -Field Observation Services: The Consultant shall provide specialty site visits by various design disciplines (civil, electrical, and landscaping) on an as requested basis for final acceptance or certification. Task 5.8.1.1 -Resident Proiect Representative Services BP9A: The CONSULTANT shall provide qualified, resident project representative to provide a 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 957 hours of field representation. Should this level of effort be exceeded or decreased, an equitable adjustment shall be made accordingly. The CONSULTANT's field staff shall be on-site at all times when the Contractor is on the job, as practicable. In addition, the CONSULTANT's level of effort is based upon the assumption that the resident project representative shall monitor all Contractor work crews as specified by the CONSULTANT in the contract document construction sequencing requirements. In general, the CONSULTANT's resident project representative shall observe the construction of the work and; (a) CONSULTANT shall conduct on-site observations of the work in progress to determine if the contract documents and permit requirements are being complied with and to protect the CITY, through the CIP PROJECT COORDINATOR, against Contractor work defects and deficiencies. CONSULTANT shall advise the CITY, through the CIP PROJECT COORDINATOR, in writing, whenever work is determined to not conform to the contract documents. The CONSULTANT's observer shall attend all scheduled meeting with the Contractor. (b) Maintain a daily log of work performed. The daily notes shall include records of when the Contractor is on the job-site, 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 these inspections. CONSULTANT shall identify any utilities damaged and verify that the Contractor ( s) has notified the respective utility owner. Page 1 of 3 190 (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. (d) Provide a photographic record of the construction, beginning with pre-construction documentation and completing with post-construction photographs. Photographs shall be digital snapshot type taken to define the progress of the project and shall be labeled as to date, location, view, electronically filed by month, and signed by the CONSULTANT. (e) Review materials and workmanship of the project and report to CITY, through the CIP PROJECT COORDINATOR, any deviations from the Contract Documents that may come to the CONSULTANT's attention. Determine the acceptability of the work and materials and make recommendations to CITY, through the CIP PROJECT COORDINATOR, to reject items not meeting the requirements of the contract documents. (f) Check Contractor(s) material certifications and samples, verifying that delivered materials match approved shop drawings. (g) Field observe critical· points in the construction process. (h) 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. (i) CONSULTANT shall verify and sign off on all pay requisition quantities in the field. CONSULT ANT shall develop a Field Measurement Form and utilize such form as verification of pay requisition items. In this effort the CONSULTANT shall advise the CIP PROJECT COORDINATOR of quantities being approved for concurrence. (j) Monitor that record drawing mark-ups are properly maintained by the Contractor, including progressive record drawings and rock as-builts. (k) The CONSULT ANT's resident project representative shall coordinate with its office staff as necessary to resolve I address all Requests for Information I Contract Document Clarifications I Field Orders, Change Orders and other such project related correspondence as may be forwarded by the Contractor, through the CIP PROJECT COORDINATOR. If Contractor's work schedule requires RPR 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 Schedule B. Deliverables -Provide resident project representation on the project. -Prepare Daily Construction Observation Forms. -Review and recommend payment for monthly contractor pay requests. -Process invoices for independent testing laboratories. -Provide photographic records. Page 2 of 3 191 -Prepare responses for RFI's and prepare Field Orders. -Conduct reviews and responses to Change Orders. -Prepare response for dispute resolutions. -Conduct reviews and recommendation for claims. Schedule -Ongoing throughout Project. C:\Users\obello\Documents\Proposals\20 11\Miami Beach\CC9A Additional Services\CC9A -Scope of Service Amendment 12.docx. Page 3 of 3 192