Loading...
HomeMy WebLinkAboutAmendment 9 w/ Edwards & Kelcey, Inc. OJ (JtJ6-- J.'~~L/. C7 A- AMENDMENT NO.9 TO THE PROFESSIONAL LANDSCAPE ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND EDWARDS AND KELCEY, INC, DATED NOVEMBER 21, 2002 IN AN AMOUNT NOT-TO-EXCEED $652,571, FOR THE PROVISION OF ADDITIONAL CONSTRUCTION ADMINISTRATION SERVICE; RESIDENT PROJECT REPRESENTATIVE SERVICES; PUMP STATION EQUIPMENT MODIFICATION; AND CITY REQUESTED CHANGES TO THE DESIGN FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO. 13 - VENETIAN ISLANDS This Amendment NO.9 to the Agreement made and entered this ~day of June ,2006, 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 EDWARDS AND KELCEY, INC, having its offices at .'- 7300 North Kendall Drive, Suite 400, Miami Florida, 33156 (hereinafter referred to as Consultant). RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 10-0001, the Mayor and City Commission adopted Resolution No. 2002-25071, on November 21, 2002, approving and authorizing the Mayor and City Clerk to execute an Agreement with Edwards and Kelcey, Inc, for Professional Services for the Venetian Islands Neighborhood Right of Way Improvement Project (the Project); and WHEREAS, the Agreement provided for the detailed planning, design, bid, award and construction services for various streetscape I landscape I utility improvements within the Venetian Islands neighborhood; and WHEREAS, the Agreement was executed for a not-to-exceed amount of $799,903; and WHEREAS, on August 3, 2004, the Capital Improvement Projects (CIP) Office approved Amendment No.1 to the Agreement, for a not-to-exceed amount of $365, for the preparation and attendance of the Consultant at a previously unforeseen Design Review Board meeting; and WHEREAS, on August 3, 2003, the Capital Improvement Projects (CIP) Office approved Amendment NO.2 to the Agreement, for a not-to-exceed amount of $2,000, for the preparation of additional survey work within the Venetian Causeway right of way; and WHEREAS, on March 23, 2004, the Capital Improvement Projects (CIP) Office approved Amendment NO.3 to the Agreement, for a not-to-exceed amount of $24,750, for the performance of additional underground utility verification (soft-dig) services; and WHEREAS, on March 23, 2004, the Capital Improvement Projects (CIP) Office approved Amendment No. 4 to the Agreement, for a not-to-exceed amount of $5,090, for the design of Page 10f7 MB:E&K AMEND NO 9.doc additional irrigation at the request of the City's Parks Department; and WHEREAS, on July 27,2005, Amendment NO.5 to the Agreement was approved, for an amount not-to-exceed $200,000, for additional engineering services to design, permit, bid, award and construction administration services for water and stormwater related improvements; and WHEREAS, on August 22,2005, the Capital Improvement Projects (CIP) Office approved Amendment NO.6 to the Agreement, for a not-to-exceed amount of $21,222, for revisions to traffic related improvements at Miami Dade Public Works Department request; and WHEREAS, on November 4, 2005, the Capital Improvement Projects (CIP) Office approved Amendment No. 7 to the Agreement, for a not-to-exceed amount of $22,408, for additional engineering services to design, permit, bid, award and construction administration services for water related improvements; and WHEREAS, on March 27, 2006, the Capital Improvement (CIP) Office approved Amendment NO.8 to the Agreement, for a not-to-exceed amount of $20,597, for re-planning and redesigning portions of Bid Package 13C pursuant to revisions requested by residents; and WHEREAS, the CITY, has negotiated the following Amendment NO.9 to the Agreement, for the provision of construction administration services for Bid Packages 13B and 13C over a thirty (30) month period; Resident Project Representative (RPR) services; to redesign the pump station; for City requested changes to the Belle Isle Design; and to certify record drawings at the completion of the Project; and to provide warranty administration services; and WHEREAS, this Amendment NO.9 increases the total Agreement fee by $652,571, for a total fee of $1 ,748,906; and WHEREAS, the CONSULTANT met with the CITY and Hazen and Sawyer, the City's Program Manager, and it has been established that this additional service request appears 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.9. 2. MODIFICATIONS The Agreement is amended as defined in Schedule "A-9" , attached herein. 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.9. Page 20f7 MB:E&K AMEND NO 9.doc IN WITNESS WHEREOF, the parties hereto have caused this Amendment NO.9 to be executed in their names by their duly authorized officials as of the date first set forth above. Jt~\ L ~ CITY CLERK. ATTEST I ..;:1,y. o I , Robert Parch'er David Dermer WITNESS EDWARDS AND KELCEY, INC. ~~ Signature jL:cv;AI ~. -7?l'&h'q;. Print Nameffitle -::ro~e r:1M~!!;l~~rIfPSiP~1 Print Nameffitle Page 3 of 7 MB:E&K AMEND NO 9.doc SCHEDULE "A-9" SCOPE OF SERVICES Schedule "A" entitled, "Scope of Services", is amended as follows: . Please add the following at the end of the introductory paragraph to Task 4 - CONSTRUCTION MANAGEMENT SERVICES: "The use of E-Builder software will be implemented during the construction phase of this project. To this end, the City requests that you address any related fee adjustment resulting from this scope revision in the above noted fee request. In this effort, please note that the City plans to reimburse the Consultant for the purchase of one license." Task 4.1A: Pre-Construction Conference with Residents: CONSULTANT shall prepare, attend and conduct a pre-construction conference with residents of the Venetian Islands (BP 13C) neighborhoods. The purpose of these meetings shall be to introduce the Consultant and Contractor to the residents, as well as have the CONSULTANT present an overview of anticipated construction sequencing, conditions to be expected, and other issues that may be of concern to residents, as either addressed at the meeting, or the pre-meeting with City representatives, that is to be held to review the content of the presentation with the Consultant prior to the meeting. A total of two separate meetings, with corresponding pre-meetings, are anticipated in this effort. In addition, delete existing Task 4.7 in its entirety and replace with the following: "Task 4.7 - Prolect Closeout: Upon receiving notice from the Contractor(s) advising the CONSULTANT that the project is substantially complete, CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER Staff, shall schedule and conduct an overview of the project. The overview shall include CONSULTANT'S development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The list shall be forwarded to the Contractor. For the purposes of this provision, substantial completion shall be deemed to be the stage in construction of the project where the project can be utilized for the purposes for which it was intended, and where minor items not be fully completed, but all items that affect the operational integrity and function of the project are capable of continuous use. Substantial Completion criteria shall be as specified by the CONSULTANT in its contract documents, and shall also address the startup of warranties accordingly. Upon notification from Contractor(s) that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER staff, shall perform a final review of the finished project. Based on successful completion of all outstanding work items by the Contractor, the CONSULTANT shall assist CITY, through the PROGRAM MANAGER, in closing out the construction contract. This shall include, but not limited to, providing recommendations conceming acceptance of the project and preparing I collecting necessary documentation, including but not limited to, lien waivers, Contracto(s final affidavit, close-out change orders, consent of surety to final payment, and processing of the final payment application. Deliverables - Receive Contractor substantial completion notification. Coordinate and attend field meetings to review Substantial Completion. Prepare and verify that punch lists are completed. Certify project completion to appropriate agencies. Page 4 of 7 MB:E&K AMEND NO 9.doc Schedule Ongoing throughout Program." Also, please add the following Task 4.8 to the existing scope of services: "Task 4.8 - Warranty Administration/Post Proiect Services: The CONSULTANT shall assist the CITY, through the PROGRAM MANAGER, with the coordination of requested warranty work. This assistance shall be provided for a period of up to one year following the Final Completion and acceptance of the Project by the City, or the issuance of the Final Payment, whichever occurs latest. In addition, the CONSUL T ANT shall coordinate with the Contractor as necessary to transfer record drawing markups or CAD files, which the CONSULTANT shall update the corresponding CAD files for record purposes and certify the project as complete, in accordance with all applicable jurisdictional permitting requirements. Deliverables - Assist the CITY, through the PROGRAM MANAGER, with warranty work completion. - Prepare electronic record drawings and certify project as complete per applicable jurisdictional requirements. - Submit five full size copies of final record drawings with applicable certifications of completion Schedule - Onaoina throuahout Proaram." "Task 5.4 - Resident Proiect Representative: The CONSULTANT shall provide one qualified, full- time resident project representative to provide an adequate quantity and quality of observation as required to reasonably verify that critical elements of the construction project are being complied with, and that the general intent of the contract documents is being met. In this effort, CONSULTANT's level of effort shall be based upon a period of up to fifteen (18) months (3,120 man-hours) of field representation for Bid Package B, and a period up to twelve (12) months (2,080 man-hours) of field representation for Bid Package C. 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) Conduct on-site observations of the work in progress to assist in determining if the provisions of the Contract Documents and permit conditions are being fulfilled and to reasonably protect the CITY, through the PROGRAM MANAGER, against defects and deficiencies in the work of the Contractor. CONSULTANT shall report, to the CITY, through the PROGRAM MANAGER, in writing, whenever it is believed that work is unsatisfactory, faulty or defective and I or does not conform to the contract documents, Page 50f7 MB:E&K AMEND NO 9.doc does not meet the requirements of inspections, tests, or has been damaged prior to final payment. (b ) 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 PROGRAM MANAGER, against Contractor work defects and deficiencies. CONSULTANT shall advise the CITY, through the PROGRAM MANAGER, 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. (c) 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. (d) 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. (e) 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 my month, and signed by the CONSULTANT. (f) Review materials and workmanship of the projects and report to CITY, through the PROGRAM MANAGER, any deviations from the Contract Documents that may come to the CONSUL T ANT's attention. Determine the acceptability of the work and materials and make recommendation to CITY, through the PROGRAM MANAGER, to reject items not meeting the requirements of the contract documents. (g) Check Contractors' material certifications and samples, verifying that delivered materials match approved shop drawings. (h) Field observe critical points in the construction process. (i) 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. 0} CONSULTANT shall verify and sign off on all pay requisition quantities in the field. CONSULTANT shall develop a Field Measurement Form and utilize such form as verification of pay requisition items. In this effort the CONSULTANT shall advise the PROGRAM MANAGER of quantities being approved for concurrence. (k) Monitor that record drawing mark-ups are properly maintained by the Contractor. Page 6 of 7 MB:E&K AMEND NO 9.doc (I) The CONSULTANT's resident project representative shall coordinate with its office staff as necessary to resolve / address all Requests for Information I Contract Document Clarifications / Field Orders and other such project related correspondence as may be forwarded by the Contractor, through the PROGRAM MANAGER. Deliverables - Provide full time resident project representation on the project - Prepare Daily Construction Observation Forms and distribute to the PROGRAM MANAGER. Schedule - Ongoing throughout Project." Page 7of7 MB:E&K AMEND NO 9.doc ~~88~ ~~,~. ~!~~ .. ~ N !; ~ o o ~ j i~ lil ,++. 8i~'~I~.;I' ~...:I~ig ;! ~ :J + : : . I : ii, i I co (O:~!~~~ <Xl 0: "' ",0 N i '" m " ~ 0 0 ~ r ,,; f~~ ., I , i ~ I~ I~.: ~;} I ~ , i , I: ~:O!OI~olo:;;::o i I I L I , i ~ m ~ .. 00 NO> _0 MN I- Z < I- -I :>UJ 00-1 z:> ~ gal c.. w::E: -g ci:~ I'G :!!UJ g: ::E:~~OO:: ~ClZ~o mulOO.... w[Q~i=[D:c 5iw~w.~ o~ll:Z~~ UJ:!!~~:o:oo ::E:LLO:!U- ~o~o~~ ~I-oo." -(/)(/)-:0 o~~m~ LL< ZI- --I >:> ~~ LLO 00 I- :J: Cl ii: 0> .. 0>01 oOi <Xl 0 0 O'N:O V N....V.........,N i +' m N :<Xl0 10 :~ ~ N ~!~~~ i . ~. II o vlvl'OI~Ln N r') ! ;N:.- 0> .. 0 I " -, ~1 N 1''1 i~; "' ~,~~ '" 0 ;;; ;e:~i2!:;;::I~/::~;e v ! , , t j. Ii: ~g'<T:'<TI~I~iv N 'i' .. N I I' t i 1 r I ~ i I M V;NIN NIIO N N : ! . I ... '" 00 < I- S! ,_N 00 .zz !a.a. 00 i"" "'"' ,"'''' i"'''' li~~ <!)(!J 00;0 ww "" I>> 1-1- ZZ "" i::::E::E j::E:i: 1001 .,," , i G o <.> -, 0:' ! i I. IJ i i I I I z (!J u; " .8 -' I~ !'l ~ 'C ~ .. i!: ~ I-Z g 0 ~ j Z " Z 0 ~ 0 0: ~ i! !:1 ~ ,,0 " 0 " 2 0: " 0: " :. I- ~ffi :. ~ffi 0 1-1- Q"'W Q"'W Z m~~ ;::> iii~~ ~~ W :H: '" " :;:~ ",-W a. a. <!;J t;ffi~ ~~ w '5 "'"' ~ " ~:g ~5 8(1)~ w=>> Z ~~ ~~ b~~ ~~ ~re8~ ~a~~~ ~g~~~~ "w '" Ow o:~uj~~ffi o S:oeJ Iu. u.. ffi~~~~ffi ~<! ; flj~~@~ ~~~~~~ I~~o::~ D:::I-CI)C1=:t u w (!J <( '" " :. " in :iJ u ;; ~~I~I! ~ ! ;=~tlil <oJ ~t:',~- h cn'51ZI '" ~"IQ a. ~16191 ~z <("'I'" ~O;:; ~!g~'QI .... tilg:16~ ~ ~I~~~ ~ il~I~~ " ua..~~a::a.. r'! Z w " ~ ;; 0: I- '" ~ ~ ~ tlt 0: " ~5 ~ 1-- :;: ! ~ '1;:0 i~(f.i~(f) !o~~~ ~~a::~ 2oCl::7: ~~oo~ zo::o~ ~g~~ ~~-~ " g Z (!J 1ij W " ~ >1- '" ~> ~ ~~ g ~8 1lz~~ o(Z Q!: ~~ ~~~ ~I- -Z>~ 8 .~~~: iiio-g:~-oc( Z Q o ~ >= UJ o -I UJ '" o Z < 00'" 00 ~~ ::?: fa~ "'-NMVU')(Or- MMMMMr')(") I I if bib 5. ~I~ ..: .... .... ~ 'TI :t: m Hi g m ::u CIl CIl -l ~ m '0 i (II ::l g, 5. Cl C Q. CI) -g 3 a 5' e '" ~ 01 o o --l !: c.> I\J :,. --l '" ~ ~ ~ --l o '" <0 (l) o .". '" CD o in <0 '" '" --l :,. o '" .". ~ ~ 01 I... NI !~i enl 1 . I " . I ' ' I , I' " . , ~ o , CIl ~ c.> , I CIlICll CIl ~ ~ ~ N N ~ .., 0 <0 : I Ii' CIl ~ ~ ~~IG) g ~ ~ g g Q S N 00 0> l;; ::0 , CI) ::0 < ~, t. ~ ~ III Q. a C I C 1 ::0 1 If ~ If t' III ::l Q. C '8. ~ '. , I I ;II 2 G) ~ ~ ~ ~ ~ ~ ~ z z i ~ ~ 1(1) en i ~ ~ ill. III i i i If If If , ..:0'):.:.:' ~ .... -. .... .... I\) ..... .... .... ..... f\)1\) .... ..... ..... --. .... .... _ .... ... : CIl CIliCll ~,~:~ OI!--liCl> i \ ~ ~ ~ ~I:: ~1' 'ic;1 ~ ~ ~ ~ """"" """." m CIl CIl CIl CIlCll CIl CIl CIl 0 ~ ~ ~ ~'~ ~ ~ ~ .... gggggl-ggg ~ zzzzzl~zzz ::0 ~ 8 ~ ~ ~ ~~ ~ ~ ~ m.,,-f-lC"l "00::0 ." Qril>~:::! l1'>3:~C ~ n E H ~~~ n n I C> ~ '-l >, ,Sl , ~ p ~ ~ ~ ::u::u ~ ::0 ~ ~. ~. ~ i~. ~. ~. ~ I I I ~ ,I I ~ ~, jji' ~ z:> :> ~ g i ,~~ . i CI) ~ II> ::l Q. I\J ". N 1<0 0> : ". 01 . 0> .' ". --l CIl CIl CIl VI CIl CIl CIl ~ ~ ~ ~ ~ ~ ~ (J1 ". c.> (It ". *" c.> ~ (j o 0 ~ ~ ~ ~ m m " ." ::u ::u o 0 ::!! ::!! .... ,... m m CIl CIl , I ... 01 ..... .... ... .... ... ~ I\) A . .... N N .... .... .... :ii: ~I". I , ~ ,,~j~l~j. ~ ~ ~ 1--+ I : 1 ~,fl,~!~I!~ ~ f !0I1''''!c.> w ". 00 I , ! , I iii' , g' I I N ... ~ I\J .., ... ". ". ". .". ...... ...... . 'I I : U) , --l I I N I\) ..... l I ". "" N "" ~ ~ c -. ~ N ~ C ~ ~ ~ ~ ~ ~ ~i~ N ~ ~ N N N .' N (It '" ;>> '" N '0 (It '" .... -IN , I ' I ~ ~I",.." N :"I'~I~ CD 00 ".ICD (It 1 (J1 I I ... ~IE ~I~ .". ". .".1... ..I... fti--- ...... 1" ...a. ....a.""i""'~ "" ..,. ., N ~II~,!~II.,~ ~ ~I~ ~ U'I WIWW (.J VJ CA) i I ! tIJ ~ ~ jjj ~ en.... ....w o tIJ 30: :IE "'tJ AI AI litn ... ~ "'tJ~ C III 3tIJ "C en S' .... o' :;,