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