Loading...
HomeMy WebLinkAbout2006-26319 Reso RESOLUTION NO. 2006-26319 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND THE CITY CLERK-TO EXECUTE AMENDMENT NO.6 TO THE AGREEMENT BETWEEN THE CITY AND EDAW, INC., IN AN AMOUNT NOT TO EXCEED $387,028.71, FOR THE PROVISION OF ADDITIONAL PROFESSIONAL SERVICES ASSOCIATED WITH WATER MAIN DESIGN BETWEEN INDIAN CREEK DRIVE AND COLLINS AVENUE, AND ADDITIONAL CONSTRUCTION MANAGEMENT AND RESIDENT PROJECT REPRESENTATION SERVICES DURING CONSTRUCTION, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM IN NEIGHBORHOOD NO. 6 - OCEANFRONT PROJECT; AND APPROVING THE USE OF FUNDS, IN THE AMOUNT OF $387,028.71, FOR THE AMENDMENT, FROM PREVIOUSLY APPROPRIATED FUNDS FOR THE OCEANFRONT NEIGHBORHOOD. WHEREAS, the Oceanfront Neighborhood ROW Project is one of the components of the City's Neighborhood ROW Infrastructure Improvements Program (the Project); and WHEREAS, the Design portion of the Project has been completed and Consultant has delivered 100% completion level construction documents. The necessary permits have been obtained to begin construction. A Job Order Contracting (JOC) proposal has been submitted by Pass International, Inc., one of the City's approved JOC contractors; and WHEREAS, the City's Public Works Department (PWD) has requested that the scope of the Oceanfront ROW project be expanded to include replacement of water mains running east-west on the cross streets from 26th Street to 40th Street between Collins Avenue and Indian Creek Drive; and WHEREAS, the CIP Office (CIP) has negotiated a fee of $156,510.19 with the Consultant to perform design services to include these water main replacements and incorporate the necessary drawings within the existing Oceanfront construction documents; and WHEREAS, The Consultants original scope of services provided for only partial Construction Administration services to be provided during the construction phase of the project; and WHEREAS, CIP has negotiated a fee of $71,543, with the Consultant to provide the appropriate level of Construction Administration services for the project. The additional services provided under this agreement will provide for the pre-construction conference and meeting with residents, project closeout, in order to address "punch list" items as construction is completed and post project services. Post project services will provide for preparing electronic record drawings, permit closeout and project certification; and WHEREAS, CIP and Hazen and Sawyer, the City's Program Manager (Program Manager) have determined that the construction phase of the Project would best be served by Consultant providing on- site personnel to assist in managing the construction process; and WHEREAS, CIP has negotiated a fee of $158,975.52 with Consultant to provide Resident Project Representative (RPR) services for the project during the construction phase. RPR services provide for a full-time, on-site representative of the Consultant to observe and verify that critical elements of the construction project are being complied with and that the general intent of the construction documents is being met. The RPR will also maintain daily progress logs, verify testing as being performed relative to the appropriate procedures, provide photographic records of the construction progress and review materials and workmanship used in the construction of the project; and WHEREAS, upon City Commission approval of this Resolution, CIP will execute the appropriate contract amendment with Consultant and finalize and execute the JOC contract with contractor; mobilization could be expected to begin in approximately four weeks from JOC contract execution and construction should begin shortly after mobilization. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and the City Clerk to execute Amendment NO.6 to the Agreement between the City and EDAW, Inc., in an amount not to exceed $387,028.71, for the provision of additional professional services associated with additional water main design, additional construction management services and Resident Project Representative Services, for the Right-of-Way (ROW) Infrastructure Improvemetilts Program, Neighborhood NO.6 - Oceanfront Project; and appropriating funds, for the Amendment from previously appropriated Water & Sewer Bond Funds for the Oceanfront Neighborhood. PASSED and ADOPTED this 6th day of David Dermer ATTEST: ~a fettL CITY CLERK Robert Parcher T:\AGENDAl2006lsep0606lconsentlOceanfrontROWReso - 9-6-06-ajc.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ COMMISSION ITEM SUMMARY Condensed Title: A resolution of the Mayor and City Commission of the City of Miami Beach, Florida, approving and authorizing the Mayor and the City Clerk to execute Amendment NO.6 to the agreement between the City and EDAW, Inc., in an amount not to exceed $387,029, for the provision of additional professional services associated with water main design between Indian Creek Drive and Collins Avenue, and additional construction administration and resident project representation services during construction, for Phase 1 (east of Collins Avenue) of the Oceanfront ROW project, and approving the use of funds, in the amount of $387,029, for the amendment, from previously appropriated funds for the Oceanfront neighborhood. Ke Intended Outcome Su orted: To ensure well designed quality capital projects. Issue: Should the City Commission approve the Amendment? Item Summary/Recommendation: EDAW, Inc. (Consultant) has completed the design portion of the Oceanfront ROW Project (Project). Consultant has delivered 100% construction documents and the necessary permits have been obtained to begin construction. A Job Order Contracting (JOC) proposal has been submitted by Pass International, Inc., one of the City's approved JOC contractors. The City has requested that the scope of the Oceanfront ROW project be expanded to include the replacement of water mains running East-West on the cross streets from 26th Street to 40th Street between Collins Avenue and Indian Creek Drive. City staff has negotiated a fee of $156,510 with Consultant to perform design services to incorporate the water main replacements into the existing Oceanfront construction documents. Staff has negotiated a fee of $71 ,543 with Consultant to provide the appropriate level of Construction Administration services for Phase 1 of the project. The additional services provided under this agreement will provide pre-construction conference and meeting with residents, project closeout and post project services. Staff has negotiated a fee of $158,976 with Consultant to provide Resident Project Representative (RPR) services for Phase 1 of the project during construction. RPR services provide for a full-time, on-site representative of the Consultant to observe and verify that critical elements of the construction project are being complied with and that the general intent of the construction documents is being met. If this resolution is approved, staff will execute the appropriate contract amendment with Consultant and finalize and execute the JOC contract. Mobilization could be expected to begin in approximately four weeks from contract execution and construction could begin shortly after mobilization. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 $387,029 424-2340 [iJ 2 3 4 T otaJ $387,029 Financial Impact Summary: islative Trackin n-Ofts: Department Di.rector Assistant City Manager City Manager ,i\ TH ep0606lConsentlOceanfrontROWSummary.doc ----- ( m ..." MIAMI BEACH AGENDA ITEM DATE R'TI q-, -0' lD MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission ;.../"'- Jorge M. Gonzalez, City Manager J-' 1'--- "-) September 6, 2006 ,I A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE AMENDMENT NO.6 TO THE AGREEMENT BETWEEN THE CITY AND EDAW, INC., DATED MAY 16, 2001, IN AN AMOUNT NOT TO EXCEED $387,029, FOR THE PROVISION OF ADDITIONAL PROFESSIONAL SERVICES ASSOCIATED WITH WATER MAIN DESIGN BETWEEN INDIAN CREEK DRIVE AND COLLINS AVENUE, AND ADDITIONAL CONSTRUCTION ADMINISTRATION AND RESIDENT PROJECT REPRESENTATION SERVICES DURING CONSTRUCTION OF PHASE 1 (EAST OF COLLINS AVENUE) OF THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM IN NEIGHBORHOOD NO. 6 - OCEANFRONT PROJECT, AND APPROVING THE USE OF FUNDS, IN THE AMOUNT OF $387,029, FOR THE AMENDMENT, FROM PREVIOUSLY APPROPRIATED FUNDS FOR THE OCEANFRONT NEIGHBORHOOD. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING Funding, in the amount of $387,029, is available from previously appropriated funds in the 2000 Water & Sewer Bonds Budget for Oceanfront Neighborhood Number 6. ANALYSIS The Oceanfront ROW Project (Project) is one of the components of the City's Capital Improvement Projects ROW Improvements Program. The Design portion of the Project has been completed and EDAW, Inc. (Consultant) has delivered one hundred percent (100%) completion level construction documents. The necessary permits have been obtained to begin construction. A Job Order Contracting (JOC) proposal has been submitted by Pass International, Inc., one of the City's approved JOC contractors. City staff has determined that the scope of the Oceanfront ROW project should be expanded to include replacement of water mains running east-west on the cross streets from 26th Street to 40th Street between Collins Avenue and Indian Creek Drive. City staff has negotiated a fee of $156,510 with the Consultant (Attachment "A") to perform design services to include these water main replacements and incorporate the necessary drawings within the existing Oceanfront construction documents. The Consultant's original scope of services provided for limited Construction Administration services in the form of weekly meetings during the construction phase of the project. With the expanded scope and technical complexity of the project, it was necessary to expand the Construction City Commission Memorandum - Oceanfront ROW September 6, 2006 Page 2 of 2 Administration services to the negotiated a fee of $71 ,543. (Attachment "B") to provide the appropriate level of Construction Administration services for Phase 1 (east of Collins Avenue) of the project. The Resident Project Representative (RPR) services included in this Amendment will provide for the pre-construction conference and meeting with residents, project closeout, address "punch list" items as construction is completed, and post project services. Post project services will provide for preparing electronic record drawings, permit closeout and project certification. The Administration has also determined that with Projects of this magnitude, it will be necessary to have a qualified, full time RPR to provide an on-site representative of the Consultant to observe and verify that critical elements of the construction project are being complied with and that the general intent of the construction documents is being met. The RPR will also maintain daily progress logs, verify testing as being performed relative to the appropriate procedures, provide photographic records of the construction progress and review materials and workmanship used in the construction of the project to verify that critical elements of the construction project are being complied with, and that the general intent of the contract documents are being met. Staff has negotiated a fee of $158,976 with the Consultant (Attachment "C") to provide RPR services for Phase 1 (East of Collins Avenue) of the project during the construction phase. In order to cover a portion of these services, the City's Administration has reduced the Scope of Services for this Project under its Agreement with Hazen and Sawyer (H&S) as part of the contract changes approved by the City Commission. The credit is mainly attributed to a decrease in the required inspection services by H&S on the Project. If this resolution is approved, staff will execute the appropriate contract amendment with the Consultant and finalize and execute the JOC contract with the Contractor for the Oceanfront ROW Project. Mobilization could be expected to begin in approximately four weeks from JOC contract execution and construction could begin shortly after mobilization. Staff is currently coordinating a construction kick-off meeting to present to the residents. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission adopt the Resolution approving and authorizing the expenditure of funds to provide for additional water main design, additional construction administration services and resident project representative services for the Oceanfront Neighborhood, at a cost of $387,029, with funding from the previously appropriated 2000 Water & Sewer Bonds account. T:\AGENDA \2006\sep0606\Consent\OceanfrontROWmemo.doc EDAW EDAW INC 1688 MERIDIAN AVENUE SUITE 303 MIAMI BEACH FLORIDA 33139 TEL 305 604 5878 FAX 305 604 5704 LICENSE NUM8ER LC0000386 www.edaw.com A'TTAc H M€- 1\.Jl ftAf\. 02 August 2006 Mr. Jorge Cano Assistant Director City of Miami Beach Capital Improvement Projects Office 1701 Convention Center Drive Miami Beach, FL 33139 Re: City of Miami Beach Right-of-Way Infrastructure Improvements Program Neighborhood No.6 - Oceanfront (00070101.01) Water Main Add Service Dear Mr. Cano: Attached please find the requested additional services proposal for the additional effort required to modify the 100% complete construction documents as per Exhibit 40 14z-1 02_ Exh A-I received October 7, 2005 (enclosed). The level of effort is based on approximately 5,500 LF of new WM and assumes the creation of nineteen new WM sheets and minor revisions to thirty-eight existing sheets. The below proposed scope of work is based on meetings held with the City and the Program Manager on October 17,2005, November 6, 2005, and July 27,2006: · the limits of work will remain within the City of Miami Beach R.O.W. · Bidding and Award is not included in this proposal. It is understood that a contractor will already have been selected and this will be a change order to an existing contract. · Construction Administration related to this scope is not included in this proposal. It is understood that CA services related to this scope of work will be addressed in the City requested CA Add Service Proposal. Any services other than those above are not included in this proposal. We agree to provide the services described above for an hourly not-to-exceed amount of $ 156,510.19 (see enclosed spreadsheet for breakdown). If the above meets your approval, please sign below and this shall serve as our authorization to begin work and prepare a formal contract for your execution. If you have any questions regarding the proposal, please do not hesitate to call us. Best Regards, < < sent via email without signature> > Leonardo Alvarez Vice-President / Managing Principal David J. Troncale Director of Operations cc: Jorge Chartrand, Bert Vidal, Garren Owens, file DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE OCEANFRONT _ 060802_ WM ADD SERVICE REQUEST _REVISED.DOC Enc!. Confirmed and accepted by: EDA W, Inc. Authorized Signature Typed/Printed Name Title Date DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE City of Miami Beach Authorized Signature Typed/Printed Name Title Date OCEANFRONT060802_ INM ADD SERVICE REQUESTREVISEDJ)OC ~ , r-------------"""t I 1 1 1 I I / / / / / 1 I 1 CJ I ~ s c ~ .., ........ ........ ........ ........ ............................ r .......,...../ c Q) ~ E Q) E u :.:J ctl C. .:.::. Q) 0 0:: S Q) - c 0 :.:J Q) 03 C- o ro u S C/) "0 r' c I I Q) I I 0> I I Q) ---l I I - C Q) E Q) _0 ..- C CO loCi ~"=Q) :.c c a::: ..c ~ c x u.- WO~ ..... Q) ~ JPC).lOl-Zv~Ov\v ~Oj>Zp' .. III CO CO CO " .c: .- III ~ "" CO ~1Il ;:'t> 't> :<( LL:;: :;:;: <(.. we ... e ;:1: <( .. C CO w8 g g g g 8 g g g g g 8 ggggggggggg II _1'., ~@ u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ o '. ~I~ .liti.j .1........'... o ',~ ::5. ....'.'..h.:.:. '2' > l~ ::5 o ~ " "' . D C :l o ~ <5 " a: . 0: D iii i " D ~ ~ ~ :? j j 8. ~ t~i.~ ~~;B1 :! ! ~ ~ ~ C) ,~ .~ ~ l _~ ~~ ~ ~.~ t ~~ ~.~ ~ l ~ I J ~ ~ .~ ~ ! ! J ii:'~~.~~'~!5 ~~8~ ~ ~ E w < ~ U U 0 m <( i ~ ~ ~ ~ ~ ~ ~ ~ ~ m ::~~~~g!.7~ ll'i N u-i '<i c:ci ci r...: Iri ~tg;!~~loIt$~ =l~~;;; i"; g~~~~o;; w ~ w w 0 0 N ~ '" g '" '" .... oj N W N ~ 0 0 0 0 .... ~ w w ~ <0 ~ ~ 0 0 0 0 ~ ::i <0 <0 <0 <0 0 0 <0 0 ::i M :2 :2 ; N <0 D <0 <0 <0 0 ~ 0 ~ ::i ::i '" ~ ~ N <0 <0 ~ 0 ~ ~ ::j ~ '" 0 ~ oj '. .~ g e ~ 0 0 0 0 0 0 0 ~ '. j . :; ~ i ~ ;i f ~ ~ 8 :! i ~ E ~ ~ ~-~ ~ ~ g i~ ~ l.~~<t ~~~~~~.~~~ ~i~Q[fi~l 1~~.~C:E~~8 c ~ ~ ~ g !5 g ~ W ~U::DOUUDa..oil :: ""': ~ r'! "': ""'! ~ "': OJ. ~ N N N N N N N N ~ o <D " .j ;! 0000000 000 0 0 0 0 ggggggg 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ;; ] . c . ~ u 0 0 0 0 0 0 0 ; f . ! " u .= ii 'll ~ .. c ~ ~ g g ~ l~~ ~o ~~ig 0 lc3~~:Jg~~ .~~~8~~!g 'a :J U "0 "'0 'ii u U :~~~~~i~ ~ u cD a.. c( lD U <( c:( ..- N M ~ l,l} lD r-- ~MMMMM<"iM '" g g g g g g g ggggggg 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 f ! " u . ! ~ '0 . "' " o " ] - ~ ,~ i~: 8a E~~ &5 ~~.~ c~c ~~~ B~ii =25 o~~g ~ ;,; u u :: !! .s u u~fgl~~~ : a: ~ ~ ~ c5j ~ a: "' c:( ..... N M "'" \0 CD t- if '<i '<i '<i o:i.q ooi <<i 8 o N N ii5 '" ;:, N '" ;J!.?f!.<f!.ff!. O("')"lfO ~cicOci ;f. o o ~ ~ ~ ! 8 ~- ;; 8 8 ci ci 8 ~ ~ ~ ~ ~ i u ~ 0 a ~ 0 ::5 '0 'J .. l C> .. "- ::5 0 ~ "' . D C :l " a: 0 . <5 " a: 0 I r '" ~ I! .2 ~ .. ~ ~ , ;; 0 c c B ~ 0 j ~ 1'ii ~ .. "' ~ w '5 . ] 25 ~ t D ~ . c E . ~ ~ a ~ "' U 0: "' ~ ~ ~ oj N M ~ -' i3 <0 <0 oj " ~ ] '0 .. ~, :> i' i' 0 EDAW EDAW INC 1688 MERIDIAN AVENUE SUITE 303 MIAMI BEACH FLORIDA 33139 TEL 305 604 5878 FAX 305 604 5704 LICENSE NUMBER LC0000386 www.edaw.com ATTA:cH fv\ ~N'( jt~,\ 02 August 2006 Mr. Jorge Cano Assistant Director City of Miami Beach Capital Improvement Projects Office 1701 Convention Center Drive Miami Beach, FL 33139 Re: City of Miami Beach Right-of-Way Infrastructure Improvements Program Neighborhood No.6 - Oceanfront (00070101.01) Construction Management Add Service Dear Mr. Cano: Attached please find the requested additional services proposal for the additional effort required to provide Construction Management Services for the Oceanfront Neighborhood. The below proposed scope of work is based on a request for proposal letter from the Program Manager dated October 27, 2005 as well as discussion held on July 27, 2006 (see attached): . Provide Construction Management Services for work zones east of Collins A venue during the 6 month construction period. . The purchase, implementation and use ofE-Builder software during the construction phase of this project (one license). . Prepare, attend and conduct one (1) Pre-Construction conference with residents of the Oceanfront neighborhood (as per above referenced letter). Any services other than those above are not included in this proposal. We agree to provide the services described above for an hourly not-to-exceed amount of$ 100,432.76 (see attached spreadsheet for breakdown). If the above meets your approval, please sign below and this shall serve as our authorization to begin work and prepare a formal contract for your execution. If you have any questions regarding the proposal, please do not hesitate to call us. Best Regards, < < sent via email without signature> > Leonardo Alvarez Vice-President / Principal David J. Troncale Director of Operations cc: Jorge Chartrand, Bert Vidal, Garren Owens, file Encl. DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE OCEANFRONT 051208 CMADD SERVICE REQUEST DOC Confirmed and accepted by: EDAW, Inc. Authorized Signature Typed/Printed Name Title Date DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE City of Miami Beach Authorized Signature Typed/Printed Name Title Date OCEANFRONT .()5l208__CM ADD SERVICE REQUEST_IXX: New PA -/laign. . tiC. FaIfII1<. VA' Allanla. SA' ~ R. -Boca Aafoq, R. . Foo PiIm:e. R. . prompt response ." ." <I: .. .. <J 'E .. GiCll .... .c = ~ .. o ~ ::l: .. = .. .. LL::O ::0= ~,g I- g ::~ <1:= C 0 WO .. = o .:: = .. .. <J o ggggggggggg dciddcidcidddd ~tI't"""""""""""""""''''' II 11 i~ID <3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ;;! ~ " . o ~" "I~" ~)jl" ~&: 5'.', ~~ ' :5 o j . o . ~ lWI II~".' ~m,~,: 0: Ii! . '" o < ili ~ ~ u o ~ tl a. a. ~g- OO! & r~~,~ oO~2'i --~.~~~ ~~~~~ !8~~.r!!~~~~ r~~:_i~.~.f'~'~~ iti~~~~~~~~~ o:-[~.~~'~ ~ 5~8~ iO-~UJ:~~~~:: .c _ ..... ,.....: It:! tC! .. - - gggggggg gggggggg 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ o .~. ~ ] - ~ o ~ ~ ii; ~ ~ ~ ~~ ~U ~ g .~j5~ iil~ ~~!8~f~~~ .i~]~~E~:i8 ~~~~8~8~~ = . N: <"'! . U'! tC! r--. . .c N N N N N N N N .. 8888888 ggggggg 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ '" . I ~ f j : ~ tl ~ <( is 0 '0" ~ ~g~~~o,ca ~~~~~;i~ ~~~~~~~~ w () lD 0. <( a:l U <( :;2 N <") q- '" \0 I'- :rMMMMMMM .. ~~~g:~~~g ~~~~~mEg :;zt~-~g~~ ....... ........ ;!~~~~~~o N 0 N 0 0 0 .. 0 ~ N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ .. 0 N ~ 0 0 ~ .. .. 0 ~ N 0 ~ .. 0 ~ N C .. .!1 .. ~ N m N ~ 0 ~ 0 ~ M M .. i i ., ~ 8 .. .. 0 .. 0 0 ~ < 0 E .. . ~ ~ ~~ ~ i i ~ 0 ~ <( j iD. U ~>~~o i t: ~.: g :E.tl~ ~g'~i E .! ..!! :E ij .; : ~88ii goF:s ~~~~ ~~i~ ii~8().2~1t3 8!~fgi}~~.1 ~ti:n:~~~ti~a: (/) III N ..,. \0 I'- ~ ..j ~ ..,j..j..j -<i "'" "<i '" I"- ::i 0> '" 0> ~ on 0> ~;;~~ ~ -:"":dON ci ;;! .. 8 8 8 8 8 .. ~ ~ ~ & ~- :it :it !l ~ ~ ;; ;; :i ~ :5 0 j . 0 . ~ is 0: ~ 0 l ~ I ." ." 15 ~ I- .. , ~ J .. 1; ~ ~ ~ .. ~ i <3 ~ " . < o ~ " :5 11 .- 0: .. i 1! ~ ~ ~ ~ ~ -5~ g~ ~ [ o . u '" I N m <11- ~j ~ =. .~j clio -o;,~ ~ ! i i .." w i ..... N M ~ \() o <D t.ci lLi <0 0 '" g ~ <Xl '0 1l. .. ll. " ~ ~ ~ " ~, " ~I is l' o EDAW EDAW INC 1688 MERIDIAN AVENUE SUITE 303 MIAMI BEACH FLORIDA 33139 TEL 305 604 5878 FAX 305 604 5704 LICENSE NUMBER LC0000386 www.edaw.com A--rr4C-M fv\EN T ;\C-iA, 2 August 2006 Mr. Jorge Cano Assistant Director City of Miami Beach Capital Improvement Projects Office 1701 Convention Center Drive Miami Beach, FL 33139 Re: City of Miami Beach Right-of-Way Infrastructure Improvements Program Neighborhood No.6 - Oceanfront (00070101.01) Resident Project Representative Add Service Dear Mr. Cano: Attached please find the requested additional services proposal for the additional effort required to provide Resident Project Representative Services for the Oceanfront Neighborhood. The below proposed scope of work is based on a request for proposal letter from the Program Manager dated October 31,2005 (see attached) as well as our discussion on July 27,2006: . Provide Task 5.4 - Resident Project Representative Services east of Collins Avenue during the 6 month construction period. · Provide Task 4.7 - Project Closeout services as revised in the above referenced letter. · Provide Task 4.8 - Post Project Services as noted in the above referenced letter. Any services other than those above are not included in this proposal. We agree to provide the services described above for an hourly not-to-exceed amount of$ 198,089.92 (see attached spreadsheet for breakdown). If the above meets your approval, please sign below and this shall serve as our authorization to begin work and prepare a formal contract for your execution. If you have any questions regarding the proposal, please do not hesitate to call us. Best Regards, << sent via email without signature >> Leonardo Alvarez Vice-President / Principal David J. Troncale Director of Operations cc: Jorge Chartrand, Bert Vidal Garren Owens, file Encl. DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE OCEANFRONT 051220 CMB_RPR AD!> LETTER.DOC Confirmed and accepted by: EDA W, Inc. Authorized Signature Typed/Printed Name Title Date DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE City of Miami Beach Authorized Signature TypedlPrinted Name Title Date OCEANFRONT_051220 CMB RPR AOD LETTER,DOC SAWYER fS & Scientists Hazeiil and Sawyer, p.c. 975 AI1hur GodfnIy Road Suite 211 Miaml8each. f1.. 33140 305 5324192 Fax: 305 534-8887 October 31. 2005 -Faxed This .Oatf- EDAW, INC. . 1688 Meridian Avenue. Suite 301 Miami Beach, Florida 33139 ents Program Request forP~ -,Resident ~ Re~ntative Dear W~ Garcla-Pons: In atecent correspondence, the City requested that your firm address potential revisions to the fee associated with T 4 Construction nt subject project. These seMces. as currently in the AId . deal related support of thEftons1ruction ad . effort At this time. under City would like to it is sing the EOAW scope of 88M e resident project and construction completion I record drawings. To this end. as this . yet 'ty Administration, the City requests that your firm submit a for the provision of a full-time. on-site resident project services as to allow your firm to certify the record project as below, As there is no final decision to does request that minimal effort be expended to prepare the itive decision is made to proceed in this manner. then a detailed as such will be as the basis for discussion and negotiation, In general, the services being include, but not necessarily be limited to: ~ect Representative: The CONSULTANT shal provide one qualified. representative to' provide an adequate quantity and quality of verify that critical elements of the construction project are I intent of the contract documents is being met. In this shall ed upon a period of up to twelve (12) man- represen , Should this level of effort be exceeded or adjustment shall be made accordingly. The CONSULT the Contractor is on the job. as In the assumption that the t P re tative shall monJtor all Contractor work as specified by the CONSUL TAN in the contract document construction sequencing requireme Page '1014 UB: 4OO6L 134 ............----..--..-- fflIw Va<k. ftr.1vmoo!o, ftr. ~ 11.1' 0\lIr0il. Ml'~ PA'~,.NC 'l)hat1olle. f'lC'~" VA' AUanIa. GA'~, Ft.. 80ca 1liIloo. It. fott Plelte. It.~, It. ~ It. $ata$(lll. It. 'll1n1pa. fL HAzEN AND Mr.C...~ October 31. 2005 In general, the CONSULTANT's resident project representative shall observe the construction of the work and; site observations of the work in progress to assist in determining if the Contract Documents and permit conditions are being fulfilled and to > the CITY, through the PROGRAM MANAGER, against defects and in the work of ntractor. CONSULTANT shall report, to the CITY, through the PROGRAM GER, in writing, whenever it is believed that , faulty or defective and I or does not conform to the contract does not meet the requirements of inspections, tests, or has been rior to final payment. (b) CONSULTANT detennine if with and to work defects and d I PROGRAM MANAGER. theoontract documents. meeting with the Contractor. (c) Maintain a dally log of work performed. The dally notes shaJJ include records of when the Contractor is on the job-site, conditions, change orders, or changed conditions, list site visitors, dal and testing activities, observations in general, and observations in detail as in the case of observing test procedures. , in writing, the outcome of these inspections. CONSULTANT identify any utilities damaged and verify that the Contractor (s) has notified the utility owner. on-site observations of the work in progress to end permit requirements are being complied gh the PROGRAM MANAGER. against Contractor CONSULTANT shall advise the CITY. through the , whenever work is determined to not conform to SUL TANTs observer shall attend all scheduled am conducted in the presence of .ntains adequate records thereof; s relative to the test procedures (e) Provide a docu shall be labeled as to dale. location, CONSULTANT. of the construction, beginning with pre-construction with post-construction photographs. Pho phs en to define the progress of the project and I be w. electronically filed my month. and signed by the (f) of the projects and report to CITY, through the from the Contract Documents that may come a . Determine the acceptability of the work and m 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. Page 4 MB: 134 HAzEN Field observes critical points in the construction process. (i) Direct and rvise the sampling and testing of materials to be performed by independe ratories under su to the CITY. This task includes the receipt, and processing of In from the independent testing Iaboratorieator payment by the CITY. CONSULTANT shalt CONSUlT. verification PROGRAM and sign off on aU pay requisition quan . p a FJeld Measurement Form and items. In this effort the CONSULTANT s quantities being approved for concurrence. 00 Monitor that record drawing ma~-:-ups are properly .maintalned by the Contractor. (I) The CONSULTANT's resident project representative shall coordi staff 8$ necessary to resolve I address aU Requests for Document Cladfications I Field Orders and other such correspondence as may be forwarded by the Contractor, through MANAGER. ith its office I Contract act related PROGRAM purposes that affect the Substantial completion documents, and shall also DeIiverebJes - Provide full time resident project representation on the project - Prepare Daily Construction Observation FomlS and distribute to the PROGRAM MANAGER. ScQedule - Ongoing throughout Project. · In addition. . ting Task 4.7 In its entirety and repJace with the following: Contractor(s) advising the . conjunction with an overview of nch list" of items list shall be lion shall be 'ect can be utilized for the completed, but all items d function of the project capable of continuous use. as specified by the CONSULTANT In its contract up of warranties accordingly. s) all remaining .punch list" it have been resolved, the n with ropriate CITY and PROG MANAGER staff, shall finished project. Based on successful completion of all ing r, the CONSULTANT shall assist CITY, through the RAM the construction contract. This shall include, but not limited to, conceming ptance of the project and preparing I collecting documen including but t limited to. lien waivers. Contractor's final affidavit, change orders. and processing the final payment application. Page 3 of 4 us: 4006L 134 lIAzENAND SAWYER Mr. Cesar Garcitl-Pons 0ct0bel31, 2006 Schedule Receive Contractor substantial completion notification. Coordinate and attend field meetings to review Substantial Completion. Prepare and verify that punch lists are compteted. Certify project completion to appropriate agencies. throughout Program." Task 4.8 to the existing scope of services: Deliverabfes - - Assist the CITY. through the PROGRAM MANAGER. with warranty work completion. Schedule record drawings and certify project as complete per 081 requirements. size of final record drawings with applicable of com - Ongoing throughout Program." City appreciates your cooperation on this matter. Should you have any questions. please Very truly yours. HAZEN AND SAWYER, P.C. ~ ~t{) J\"\- Bert Vidal, P .E. Program Manager c: L Alvarez J. Chartrand J.Cano K. UlzeIf I Uzama File No. 4006/1.4 Pt1fJ&4of4 UB: 4006L 134 CD 0 0 .,. 0 N '" 0 0 0 0 0 8 0 0 0 0 0 0 0 0 '" 0 '" 0 0 8 8 '" iij 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .,. to to "' 0 0 0 "' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ..,; ..,; ,...: <ri 0 0 0 0 0 <ri ::J ro '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" ~ 0 '" 0 "' '" '" 0 .... Ol '" '" "' "'. "! 0 '" :::J (5 m m c;j c;j ;; ;; <D .; <l: >- '" '" 0 "' '" ~ '" ;; ;; '" '" 0 ~ ::l 0 '" 0 to I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ '" '" ro .,. ~ (5 >- :;; '" '" o '" a. '" - 'C II) II) 'C w .c <( a. ~ a:: ... ll. 0 a:: 3: - II) c II) 0 w LL ... a. ... 3: c 0 111 'c <( II) " o U en wO 0> ~ ~ iii 13 '5 " ~ '" C C 0 0 " .. E C ::l " .. - 0 :s 'l! 0 .. 13 .. :it ~ " c( c .. u ~ 'tl 0 :s c 0 " .. C 0> rJ) 0> 0 C C c 13 'c '" :;; ~ C 'ii 'tl .. " iii 0:: c C .., 0 N W 0 " " rJ) .. '" .. .. c( ..; ~ ~ :z: 11. 11. 11. c ~ '" i! C -;; " c ~ E E ::l " " " 'tl ,2: " " 0 c( Qj C " 0 c 0 ~ C 'tl 13 .2 C .,!! '" C t;; ~ ,2 ~ 1:) (I) C 1ii ~ C 2 E 0 0 ::l 0 '" ::l 13 0 -;; " 'tl 'tl ro c 0 '9 C > ~ 'tl 0 0 (I) w O? '0 C U '0 ~ '0 '0 0 ~ .,. jjj a. 4: jjj 0 w '" '" .., "' to .... rJ) c( ..; ..; ..; ..; ..; ..; :z: 11. 0 .,. '" '" 0 0 ~ ~ 0 '" 0 0 0 0 to to 0 0 '" '" .,. .... ~ .,. '" c ~ i! ::I 'tl C o u .5 .. C o u ,s c o E co .. .. E ::I .. .. ~ '0 '" (I) C Ei ~ " .. to en 'tl J2 i;l 'w .. c. 0 '" 2- 0 ~ .. '" 1l 1l '" C C 0 0 C C :a> 0 0> W ~ ~ " J2 c en .,!! .,!! ::;; .~ 5 C C C '" 1l w '" 0 0 0 (I) '" (I) 0 0 0> " 13 c e C -' 2' C C ~ '" a. ,2 ::l 0 0 ~ 0> 1ii 0 " 13 13 0 en C ~ ill ~ ::l C 'j; 13 0 .E ill 0 " '" 0 0 '" 0 c C >- 0 ;;; 0 .0 "e- o 0 !!l 0 ~ a. y y 32 Q c. 'tl (I) ~ " ~ u: r:r 0 Qj "[ '" a. " ~ 0 a. '" '" en u: a. a. ~ '" '" .,. "' CD .... '" ..,; ..,; ... ..,; ... ... ..,; ..,; ..,; ~ ro 0 " co 'C " 0 0 0 :! Ii; ~ 0 ~ .. Ii; ~ C 0> 'w " 0 0 :5 .,. ~ 13 " "e- o. 0 ~ .... 0 C1l Ol Ol C- o :5 0 5 'c " en :;; 0> '" 0 0 c '" ~ ::;; '0 C a. ~ i! 5 ::I 13 'tl .,. ~ 0 c '" is co ~ " '[ 2 a. -;; 1! c 0 ::l U 0 I ,s ro ro c (5 (5 0 >- E >- co ro .. 0> E " ~ C ::I ,2: .,. ~ '5 .. 1ii ~ ::l OJ .. 2 0 u C c. " ~ ill ,s e .f -5i .. " c. " c '" '0 .. '" ,2 C " u is. " " '" ~ .. .,!! " c 1ii " " " " " " * ::l E LL is. '" .. ,S 2' .. .. ro c. ro en rJ) 13 ~ 'tl " 'w > '5 (5 'tl " 11. en .0 .. w 1ii " ::l r:r >- '0 C "[ '0 '0 " en :s ~ w 4: ::l :c ~ a. r=- u '0 '0 0> 'c .. '" c ~ ::l C C ~ .. a. :;; " .. '0 '" '>. " ro '" '0 '0 E !J e Qj " " ~ wi c( 'w E .. c. > ~ (5 ., " ::I 0 " '" ::l " '" ::;; w '" rJ) U '" ,= en C> ::;; 0 cn ~ 1:) ",' <C .,. 0 '" '" .., "' .0 ~ 0 :z: <ri '" <0 <0 <0 <0 <0 '" 11. -' 15 0 ~ -' c ,g c '" " " 0