Loading...
HomeMy WebLinkAboutCorradino Group Amendment 5 jO(l)5--- 1 ~ 0 Sb C7F- 1;1./7/os.- AMENDMENT NO.5 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF MIAMI BEACH, FLORIDA AND THE CORRADINO GROUP INC., IN THE AMOUNT OF $120,280 TO COVER ADDITIONAL SERVICES FOR THE PARKS MASTER PLAN BOND PROGRAM SITES SCOTT RAKOW YOUTH CENTER, FLAMINGO PARK AND NORMANDY PARK AS IT APPLIES TO NORMANDY PARK ONLY This Amendment No. 5 Dated as of December 7, 2005 to that certain Agreement, dated July 16, 1997, by and between the CITY OF MIAMI BEACH, FLORIDA (City), AND THE CORRADINO GROUP, INC. (d/b/a CARR SMITH CORRADINO) (Consultant). RECITALS WHEREAS, on July 16,1997, pursuant to Resolution No. 97-22479, the City and Consultant entered into a Professional Services Agreement (Agreement), for studies, design, preparation of construction documents, and construction administration services for three projects included in the Parks and recreation master Plan, inclusive of Scott Rakow Youth Center, Flamingo Park and Normandy Park (the Parks); and WHEREAS, consultant has been performing architect/engineering services on these projects in an effort to complete the construction of the projects, even though the Agreement has not been amended to include the additional time and fees required for completion; and WHEREAS, The Corradino Group (TCG) has been involved in the re-permitting process of the Normandy Isle Park and Pool facility project with the City, starting with providing an As-Built Survey of construction at the time of Regosa's termination through the current review process with the Building Dept. to re-issue the construction permit; and WHEREAS, TCG's services have also included providing additional review of construction documents in conjunction with assessment of existing site conditions; evaluating defective work by the previous contractor, as well as providing recommendations to correct these conditions; attending additional site construction progress and other coordination meetings; presenting construction documents for review by the Building Department during the re-permitting process; responding to requested modifications; providing a new set of signed and sealed construction plans; and WHEREAS, construction of the Normandy Park portion is expected to achieve substantial completion status by February, 2006; and WHEREAS, construction of the Normandy Pool portion is currently estimated to be 600/0 complete and, although site conditions and recent weather events have impacted the project schedule, it is expected that substantial completion will be achieved by July 2006; and WHEREAS, the extended construction period will require TCG to provide necessary additional construction management services in accordance with the Articles described in the Agreement and shall include Inspection and Assessment of Existing Conditions as well as Construction Administration Services as follows: 120 days for the Normandy Park - Park Portion; and 240 days for the Normandy Park - Pool Portion; and WHEREAS, such services shall include: review of construction documents; detailed site inspections; assessment of conditions and compliance with contract documents; preparation of inspection reports; revision of contract documents; review of contractor price proposals; pre-construction punch list; punch list completion of corrective work; site visits and recording of construction status; review and process of shop drawings and RFls; review and process of requisitions; issue supplementary drawings; attend weekly construction meetings; issue certificate of substantial completion; final inspection and final punch list; re-inspection for completion of final punch list items; and coordination of close-out documentation; WHEREAS, the City wishes to again amend the Agreement with Consultant, and increase funds in the amount of $120,280 available from North Beach Quality of Life funds; and WHEREAS, this proposal has been evaluated by URS, the City's Program Manager, and the CIP Office, and determined that the negotiated amount was fair and reasonable; 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.5. 2. The Agreement is amended to provide for additional construction administration and other reimbursable services more particularly set forth in Exhibit "A" to this Amendment, attached hereto and incorporated herein. 3. RATIFICATION. The City and Consultant ratify the terms of the Agreement, as amended by this Amendment No.5. IN WITNESS WHEREOF, the parties hereto have causedjthi Arne dment No.5 to be executed in their names by their duly authorized officials/as of he te first set forth I above. . ~t p[A;l~ CITY CLERK Robert Parcher DINO GROUP PRESIDENT :rOSf.-P It N ~liA ~\ NO''''' Print Name ATTEST: APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Iz,,~) T:\AGENDA\200S\Dec.070S\Consent\NIP&P Corradino Amend.S-AMEND-200S.12.07 EJ0//;;/JL ',4/~ / t:Jr 3 ~ ......... URS September 26, 2005 Mr. Joseph M. Corradino -Executive VP The Corradino Group 4055 NW 97 Avenue Miami, Florida 33178 Subject: Reference: Additional Services Agreement Normandy Isle Pool Park Facility Dear Mr. Corradino, This is to summarize the agreement reached at our meeting of 9/12/05: The tasks to be provided by TCG are those as stated in your Bid Package Document 1: Task A: PHASE A - Inspection and Assessment of Existine Conditions 1. Review of Construction Documents 2. Detailed Site Inspection 3. Assessment of Conditions and Compliance with Contract Documents 4. Preparation of Inspection report 5. Revision of Contract Documents 6. Review Contractors price Proposal Task B- CONSTRUCTION ADMINISTRATION SERVICES: Task B-1: NIPPF - Park (120 Days) . 1. Pre-Construction Punch List 2. Punch List Completion of Corrective Work 3. Site Visits and Recording of Construction Status 4. review and Process Shop Drawings and RFI's 5. Review and Process Requisitions 6. Issue Supplementary Drawings 7. Attend Construction Meeting Weekly 8. Issue Certificate of Substantial Completion 9. Final Inspection and Final Punch List 10. Re- Inspection for Final Punch List Items Completion 11. Coordinate Close-Out Documentation Task B-2 NIPPF - Pool (240 days) 1. Pre-Construction Punch List 2. Punch List Completion of Corrective Work 3. Site Visits and Recording of Construction Status 4. review and Process Shop Drawings and RFI's 5. Review and Process Requisitions C:\Documents and Sc:ttings\Jthomas\LocaJ Settings\TCIIlporary Internet Files\OLK88\9-26-05 Additional services agreement.doc Ph. II: (305) 884-8900 URS Corporation. 7650 Corporale Center Drive, Suite 410, Miami, Florida, 33126-1220 Fax #I (305) 884.2665 ,.. eXhlb/f i1 ,H R ~ tJ,c.3 6. Issue Supplementary Drawings 7. Attend Construction Meeting Weekly 8. Issue Certificate of Substantial Completion 9. Final Inspection and Final Punch List 10. Re-Inspection for Final Punch List Items Completion 11. Coordinate Close-Out Documentation The fee for the scope of work stated above was, agreed between Mr. Jorge Chartrand and yourself, $160,000. Please note that this fee agreement includes the $52,720 previously authorized by The City of Miami Beach Purchase Order # SOOOOOOI 0985000. Signature: ... Date:. . (r:?f.. ~. . . . . .f. . ~ .? . . . If you require clarification or need assistance with this or any other issue, feel free to contact me. Sincerely, Stephen Baumal Project Manager CC. CMB - Jorge Chartrand, Jorge Cano, Alex Rolandelli URS - Nestor Fernandez C:\Doewnenu and Settings\lthomas\Local Settings\Temporary Internet Files\OLK88\9-26-05 AdditiODaI services agrccmeDl.doc Ph. II: (305) 884.8900 URS Corporation. 7650 Corporate Center Drive, Suite 410, Miami, Florida. 33126-1220 FlU; # (305) 884-2665 City of Miami Beach ROW Infrastructure Program A-E Consultant, Consultants 1 Review of Construction Documents $ . . 3.425.. ... 2 Detailed Site Inspection $. 2,285 I . $ 5,140. . $ 5.995. . ... . $ 11,245 . . . $ . 460 , .... $ 28,550 . . .. . . . . . . . . .. . . . $ . 1,000 $ . . . .5,000 . $ . . . 2,000 . · $ . 5,000 $ .. 1.870. .. . $ .. . 1 ,000 $ 5,000 . . . $ .. 500 $ . 1,000 . $ 1,000 $ .. .. ... 800 I $.. 24,170 I .. . 3 Assessment of conditions and compliance with Contract Documents 4 Preparation of Inspection Report 5 Revision of Contract Documents 6 Review Contractors Price Proposal Sub-Totals per Phase B CONSTRUCTION ADMINISTRATION SERVICES, Pool (original) EXhl'olr i~~ P, 3 ~.3 1 Pre-Construction Conference 2 Punch List Completion 3 Site Visits and recording of construction status 4 Review and Process shop drawings 5 Review and Process Requisitions 6 Issue supplementary drawings 7 Construction meetings weekly schedule 8 Issue Certificate of Completion 9 Final Inspection and Final Punch List 10 Re-inspection for final punch list items completion 11 Coordinate Close-out documentation Sub-Totals er Phase C ADDITIONAL CONSTRUCTION ADMINISTRATION SERVICES, Park 1 Pre-Construction Conference 2 Punch List Completion 3 Site Visits and recording of construction status 4 Review and Process shop drawings + RFls 5 Review and Process Requisitions 6 Issue supplementary drawings 7 Construction meetings weekly schedule 8 Issue Certificate of Completion 9 Final Inspection and Final Punch List 10 Re-:-insoection for final punch list items completion 11 Coordinate Close-out documentation Sub-Totals per Phase ..... D FURTHER ADDITIONAL 1 Survey 2 Testing of Soil and Materials 3 Verification of Underground 4 Building Department Processing 5 ADA Ramp 6 Review Contractors Price Proposal (Park Portion) 7 Detailed Site Inspection (Park Portion) 8 Assessment of conditions and compliance with Contract Documents I (Park Portion) Sub-Totals per Phase TOTAL . . .<.. .. $ 1,630 $. 3,000 $ . 5,000 $ 23,550 $ . 6,730 $ .. .11,480 $ 31,015 $ 1,000 $ 1,840 $ . . . 1,840 $... . 800 $ . 87;885 .. . .. .. . $ 10,700 $ . 3,300 $ 2,700 $ 5,000 $ 2,300 $.. 970 $ 2,285 . . . . . . . . . . . ..... . .. . . . . ....... ... .. .... .... $ 5,140 . $ 32,395 . $ 52,720 $ 120,280 C:\Documents and Settings\capichaj\Local Settings\Temporary Internet Files\OLK80\200511 Normandy Revised Fee (2) #x/J/27/T f - ?/ ~p ~ I '1 11 i CITY OF MIAMI BEACH crTY tw.L 1700 CONVENTIaII CENlER DRIVE MCAMlBEACH. FLORIDA 33139 .......... c.pIIIII bpro...... p,.. 0IIIce :~ T....... (HI) .JS.7D71 FacUn8e (301) 113-7073 August 5. 2004 Mr. Joseph Corradino. AICP Executive VICe President The Corradino Group 4056 NW 97th Avenue Miami. Florida 33178 Vaa Facsimile 305-594-0755 & US Mail City of Miami Beach Normandy .... Park and Pool Project NotICA tD Pm~ Dear Mr. Corradino: ThIs Is to notify you that the City has approved the Additional Servicea proposed in your letter dated July 28, 2004. This is Notice to Proceed with those specific Architectural and Engineering Services for Normandy Isle Park and Pool for the following Tasks: A) Phase At- Inspection and Aaaeasment of Existing Conditions. Pursuant to the letter, it is accepted that Corradino will seek written authorization for items outside the current scope prior to performing them. Otherwise. the services will be interpreted as part of the scope. A copy of the executed Additional ServIces is attached. payment will be made in full upon receipt of the product dellverables. PIe_ contact me if you have any comments or questions. TH:lr Attachments. C: Robert C. Middaugh. Assistant City Manager Tim Hemstreet. CIP Director Alex RoIandellJ. Senior Capital Projects Coordinator Nestor Fernandez, URS Jose Vega. The Corradino Group F~Il\TMil:MSTW-NIPK&PooI.o1..0a052004- TH.doo ~/6/T 1- ?:2 d !5 THE GROUP o z is < 0: ~ o o !NGINEEIS ~as ARCHITECTS CONSTRUCTOIS ..... '" I 1 ,'. AItCH. UC. NO. MOOO2951 J) .~) July 26, 2004 .... ....? ~.:. . .re'" . 4 ....., '4 .. .. ;.. .. :.~' Mr. Tim Hemstreet, Director Capital Improvements Projects CITY OF MIAMI BEACH 1700 Convention Center Boulevard Miami Beach, FL 33139 : ., '. ~.~ .. . . ...... ":t....',, .:.... 0' . .!I' . ..) . . l!P'i' Re: Nonnandy Isle Pool Park Mr. Hemstreet: Followinj our recent meeting with you regarding completion of the above referenced project, we are pleased to forwatd this letter of interest ir. order to outline the scope of work and required professional services. It is our understanding that Comdino will review the plans and the structure to determine what has been complete satisfactorily, what does not conform and what it will take to bring the latter items into confonnance. This includes prices for all sub-consultants and constlUction administration. J. ScoPE OF WORK AND PROJECI' BACKGROUND The project has been under constnlction and has advanced to approximate completion of the buildings' shell. The general contractor of record will no longer be involved with the project and the project will need to be completed by others. The exact level of overall completion needs to be determined and that determination is part of the professional services described herein. In view of an urgent need to complete the project and put the entire facility to service, the following tasks are required and will constitute our proposed scope of services. Such services will comprise all disciplines including Architecture; Civil, StrumJraI, Mechanical, HV AC, Phunbing and Electrical Engineering; and Landscape Architecture: A) PHAsE A -INSn:CflON AND ASSESSMENT OF ExISTING CONDITIONS. 1) Review of all constnlction documents and verification of construction scope. 2) Detailed site inspection (visual observation with no destructive teaMS) to record status of construction. Any issues requiring tUrther testing will be recommended as they arise. 3) Assessment (both quality and quantity) ofprojcct condition and compliance with construction documents for all project components and disciplines. 4) Preparation of an inspection repon outlining all items requiring corrective action. (puncb list inspection), including recommendations as to suggested method of correction, replacement specifications as required, 8nd other prescriptive requirements. Four (4) copies will be delivered to the City of the final report. S) Revision of construction documents as deemed necessary to address major remedial action and/or observed code violations. 6) Review Contractors Price Proposal. lJ - t.JI: ~IL ~ ('00\ - 0 'te - O'"2.b 1Do~ A055 NtH 91th AVENUE · MIAMI. R.OIIDA 33171 TEL 305.59".0735 . MX 305..s9A.D75S WWW.COllADlNO.COM $)tI//~/r ,t ,./.:3tfJF6 Mr. Tim Hemstreet Ile: Normandy 1I1e Pool PBIk July 21, 2004 Pap 2 of3 B) PIIAsI: B - CONSTR1JCJ'ION ADMtNlSTRAnON SERVICES. 1) Following the contract award to' a new contractor by tho City of Miami Beach, we will DOlii)' aU parties involved and conduct a pre-CODStruction meeting to advise II1d infonn the new contractor of construction requirements, submittal and requisition proccclurcs, and answer relevant questions. 2) Coordinate completion of conective work to items JRViously identified in need of remedial action, (punch list completion). 3) Conduct weekly lite visits to verify and record progress of construction. 4) Review and process all required submittals for all disciplines. 5) R.cview and process contractor's requisitions for payment. 6) Isaue supplementary drawings 18 required by job conditions. 7) Attend construction meetings on a weekly basis. 8) Upon completion, issue certificate of Substantial completion. 9) Final Inspection and issuance of Final Punch List. ] 0) Re-inspecdon for final punch Jist items completion. 11) Coordinate delivery of closc-out documents to the City. D. PRoPOSED ScmmULE or PROnBSJON.AL FEES . 2-9, SS'o · Phase A: For all services listed under Phase ~ a lump sum of.s26;500: Tams of payment shall be determined based on the issuance and acceptance of a work order by the City of Miami Beach. 'Ibis will be completed within 18 business days of tile Notice Ie prell.. ' . 2.&1 110 · Phase 8: Por all services listed under Phase B, a lump sum ofJ1.~ The extent of these services is based on anticipated constIUction duration of and Substantial Completioo within six (6) months. Should final project completion be delayed beyond six (6) months, our services shall be rendered in accordance to our schedule of hourly rates. · Reimbursable Expenses: All costs incurred during the performance of our work shall be billed at actual cost at 1.1 multiplier. Such costs include plotting, copying. printiJ1& messenger, aerial and ground photosraPhy, travel other than to the site, renderings, presentation to City agencies other than Building Department, a~nce of Public Hearings, costs of additional services not included in our scope of work, and other pertinent costs directly associated with the work. ThiS"means that Conadino win meet on specific project issues related directly to the task at hand. Additional, paipheral meetings will be additional services, with authorization requested and received prior to participation. THE CORRADINO GROUP ~xr//~T f - p~ e:IF 57 Mr. Tim Hematrcct Re: NoDDady IaJe Pool Plllt July 21,2004 Pap 3 of3 C) ADDmONAL SERVICES NOT INcLUDED IN TIlE ABoVE SCOPE OF WORK. Given the nature of this project, it may be required to peri"onn additional services which, at thil time, cannot be qWIDtified and/or anticipated. The cost of these services shall be competitively obtained and shall be billed as a reimbursable Such services may include the foUowing: 1) Survey of as-built conditions including site and built components. 2} Detailed cost estimating. 3) Review of selected contractor's and subcontractors' qualifications. 4) Testing of $Oils and materials. S) VcrifiQtion ofunduground and/or concealed u-buitt conditiOtlB. However recommendaJions of appropriate tcstinS will be made if necessary. 6) Building Department plan processing excluding responses to Building Department reviewers excluding revisions Corradino wu initially responsible for. 7) Pamit Expeditinl will be billed by Corradino at a cost of$loo.00 per hour. Ifa third party expediter is required those costs will be bid at that time. We appreciate the opportunity to present this proposal to you and look forward to your teViow and acceptance. Please let me know if you need any additional information or clarification on this matter. SiDcerely, nIB CORRADINO GROUP PROPOSAL ACCEPTED ~...........................................~ ../u .....,K~.AJCP Executive Vice President Si... f'or in hi. ...... to avoid deIa)'l in _lilll By. ..Jl.~. .".....~.. .........,.P~ !)ate: q/~I./.....'f ,/_...,..... " .,- ".:" ",. THE CORRADINO GROUP =1 I! I !i GJ a; ~ I fi'XI!/,e;/T f -~G H ~ .t II i I~; ; Ii ,,' ~Il .:: 'Lf :" ;' ft' L.,.. -j-:," II w .bf.iil ,~.~/O:.:-"" ..I..!,' ;. : .~',I+L t' l:l "~~t~IIJr! i I" ~ I I: ; I I I : :. t . ,- .. ,.. : 7,. ",.+. ~ 'c~:: ,i~' I", ~; i : 'I . t I.: I .; I I It. II .. , · . t, .' : I 1. '.~.-....""'.'''... . ............. .. - .... i....,...r. -. I.,' .t~., f -'! r .'!, . ' ri i: :, ' ~ I ,.:, . t .......la[.. W i'1~G .\ ~I"': I I;!" .' ~ j I ! j I' . t J . · ~ " · ,: ~ I f 'I I Jr., .. .. .. '" '. J :1 I".. ! ~. J I . I i I i. ~ ~ . . .~ I I .~.I I " If 1 't; ~ ..~ r 1 I ~~"~i...,rJ:.. : ~! . ~t..; Ii;; :! I ; I, . I .,' · . I I .. It. . ~~ ~{'rr ' i: L ~~- i;i!F e,1 -~ Tj' t ! ; ,! 11! if; J i , Ii; .J t. Li .4--." ~ .. !, ;"'I'O,:",~~""", jrr- ~.l;l..;l .~~; Ii i J II.! i I;' 'i" I .J] I. .,. ! IE. ! ~F- f-.. ~ · t f '.;... '. f ~ '.... .. _..' , I i ~r 1/ I I It' I III I 1~11 I 1 ! 11 : ! 'fI,l I , ill, 'f Itl I I : ! : I ! I, I'll If Iff II ill! ~ I ,".- j I I J J j , I I a I J I i . f -~ . J 1 I I ! ii. f ;r. , Lj 1 t I f ,/I II i I .', i i I ! ~ a ~ I f.. I I , I i I ~ j' I I., L i f f tit .. i- j I I t I . E~HJBI" cfL, - P / ~I S THE CORRADINO GROUP o ENGI-oIEERS PlANNERS ARCHITECTS CONSTRUCTORS Z - C .( a:: a:: o U October28,2005 ARCH.UC.NK>.AAOOO2957 RECEf V'E D : ~'C.5 t..I(l\! -7 PH 12: 04 CITY r;:: f;!.::}ii:.;i;: ....CH I' ;. . . . oJ ." '" "''''',;'''' j..,,:" ;;.. ..~ \. j/E.NT h~C ..:~C f :," r Mr. Steve Baumal, Construction Manager URS CORPORATION 7650 Corporate Center Drive Suite 401 Miami, FL 33126-1220 RE: Additional Services Agreement Normandy Isle Pool Park Facility Dear Mr. Baumal: Pursuant to our conversations, enclosed please find two (2)" original signed Additional Services Agreements for the above referenced project. Please return one original for our files upon final execution. If you have any questions, please do not hesitate to contact me directly. Sincerely, THE CORRADINO GROUP ~M~ Joseph M. Corradino, AICP Executive Vice President Signed for in his absence to avoid delay in mailing RECEIVED Enclosures:2 __4. URS CORPORATION fJ- IJ I't:~ fo:,\ -O:;b-'Cl'l.b1.oc.r_O\ .4055 NW 97th AVENUE · MIAMI, FLORIDA 33 178 TEL. 305.59.4.0735 · FAX 305.59.4.0755 WWW.CORRAOINO.COM & ~ URS September 26, 2005 Mr. Joseph M. Corradino -Executive VP The Corradino Group 4055 NW 97 Avenue Miami, Florida 33178 Subject: Reference: Additional Services Agreement Normandy Isle Pool Park Facility Dear Mr. Corradino, This is to summarize the agreement reached at oUr meeting of 9/12/05: e~1-I18/r ~ - I? 2DI.5 The tasks to be provided by Tca are those as stated in your Bid Package Document 1: Task A: PHASE A - Inspection and Assessment of Existine Conditions 1. Review of Construction Documents 2. Detailed Site Inspection 3. Assessment of Conditions and Compliance with Contract Documents 4. Preparation of Inspection report 5. Revision of Contract Documents 6. Review Contractors price Proposal Task.B-CONSTRUCTION ADMINISTRATION SERVICES: TaskB-l:NIPPF - Park (120 Days) . 1. Pre-Construction Punch List 2. Punch List Completion of Corrective Work 3. Site Visits and Recording of Construction Status 4. review and Process Shop Drawings and RFI's 5. Review and Process Requisitions 6. Issue Supplementary Drawings 7. Attend Construction Meeting Weekly 8. Issue Certificate of Substantial Completion 9. Final Inspection and Final Punch List 10. Re- Inspection for Final Punch List Items Completion 11. Coordinate Close-Out Documentation Task B-2 NIPPF - Pool (240 days) 1. Pre-Construction Punch List 2. Punch List Completion of Corrective Work 3. Site Visits and Recording of Construction Status 4. review and Process Shop Drawings and RFI's 5. Review and Process Requisitions C:\DocumelllS and Scttings\Jthomas\Local Settings\Tcmporary Internet Files\OLK88\9-26-05 Additional services agrcemcnt.doc Ph. II: (305) 884-8900 URS Corporation, 7650 Corporate Center Drive, Suite 410, Miami, Rorida, 33126-1220 Fax # (305) 884-2665 , G'A'HIBIT ~ R .3tJjS 6. Issue Supplementary Drawings 7. Attend Construction Meeting W eekl y 8. Issue Certificate of Substantial Completion 9. Final Inspection and Final Punch List 10. Re-Inspection for Final Punch List Items Completion 11. Coordinate Close-Out Documentation The fee for the scope of work stated above was, agreed between Mr. Jorge Chartrand and yourself, $160,000. Please note that this fee agreement includes the $52,720 previously authorized by The City of Miami Beach Purchase Order # SOOOOOOI 0985000. Signature: ... Date:. .! r:?./..?. . . .. ./. . ~ .~. . .. If you require clarification or need assistance with this or any other issue, feel free to contact me. Sincerely, Stephen Baurnal Project Manager cc. CMB - Jorge Chartrand, Jorge Cano, Alex Rolandelli URS - Nestor Fernandez C:\Documents and Settings\lthomas\Local Settings\Tcmporary Internet Files\OLK88\9-26-05 Additional services agreement.doc Ph. II: (305) 884-8900 URS Corporation, 7650 Corporate Center Drive, Suite 410, Miami, Florida, 33126-1220 Fax /I (305) 884-2665 ~IJI~/T ~'- ?4~rG City of Miami Beach ROW Infrastructure Program A-E Consultant, Consultants Com ensation Fee Schedule 11/30/05 3 Assessment of conditions and compliance with Contract Documents B CONSTRUCTION ADMINISTRATION SERVICES, Pool (original) letion ADDITIONAL CONSTRUCTION ADMINISTRATION SERVICES, Park letion D TOTAL C:\Documents and Settings\capichaj\Local Settings\Temporary Internet Files\OLK80\200511 Normandy Revised Fee (2) , e~;";J8/T ~-.RStr/S November 22, 2005 Mr. Jorge Cano Deputy Director, CIP City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 The Corradino Group - Additional Services Fee Normandy Isle Pool Park Facility URS is in agreement with awarding additional services fees to The Corradino Group to complete the project as proposed in the letter addressed to The Corradino Group, dated September 26, 2005. The increase in funding required is the $160,000 less $52,720 for work previously approved (see letter ClP to TeG dated August 5,2004) plus the following reimbursable: $10,700 for an "As-Built" Survey of the condition after termination of Regosa Engineering and $2,300 for redesign of the Handicap ramp. Therefore the total increase in funding being recommended is an amount not to exceed $120,280. P:\PM - CM\Miami Beach Park.s & Rec\Project'.Cmb085. NOTDlandy PP\02,1 Contract A-E\II-22-05 Additional Services Ret:ornmendation Rev.J .doc 7650 Corporate Center Drive, Suite 401, Miami, Florida 33126-1220 Ph.#: (305) 884-89001 Fax # (30S) 884-2665 ~xH/&J/r 1 August 09, 2005 Job Order/Notice to Proceed ~ Job Order Construction Services Loe # 0034 Normandy Park/Pool ~ City of 065.00.CIP .14-03104 Normandy Park and Pool - Pool Portion Miami Beach Description of Work: Normandy Isle Park and Pool - Pool Portion: Completion of all work to provide a working facility in accordance with the contract documents and intended use. (See the Detailed Scope of Work for this project for a comprehensive description of Work requirements) Contractor: Pass International JOC Master Contract: 14-03\04 dated May 26, 2004 Contract Amount: 1,678,634.91 Project Coordinator: AJexandra Rolandelli, Senior Capital Project Coordinator Requisition No: Project Duration: NTP Date: 10.00 Months 08/1 0/2005 06/09/2006 Account Number: Liquidated damages will apply Final Completion: Department Approval Signatures: Alexandra Rolandelli Senior Capital Project Coordinator Jorge E. Chartrand Acting Director CfP Henry Louden Representative rint Name: ass International Copy 1: Project File Copy 2: Gus Lopez, Procurement ~L~IP/e.~ Po-dL - 03~- Ot>~o1.oO?_AfL August 09, 2005 Page 1 of 1