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