HomeMy WebLinkAboutAmendment No. 2
,:l()oCa -;t.3f?8"
c 7 f) - /:tJ bibb
AMENDMENT No.2
TO THE PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH, FLORIDA
AND
CHEN AND ASSOCIATES, INC, DATED SEPTEMBER 8, 2004,
TO PROVIDE ARCHITECTURE, LANDSCAPE ARCHITECTURE, ENGINEERING,
AND CONSTRUCTION ADMINISTRATION SERVICES NECESSARY TO
COMPLETE THE PLANNING, DESIGN, AND CONSTRUCTION OF THE CITY
CENTER RIGHT OF WAY IMPROVEMENT PROJECT, SAID AMENDMENT IN AN
AMOUNT NOT-TO-EXCEED $88,081; FOR THE PROVISION OF ADDITIONAL
DESIGN PERMITTING, BID AND AWARD, AND CONSTRUCTION
ADMINISTRATION SERVICES FOR THE ADDITIONAL STREETSCAPE
IMPROVEMENTS TO 21st STREET, AND CONSTRUCTION ADMINISTRATION,
AND RESIDENT PROJECT REPRESENTATIVE (RPR) SERVICES FOR LINCOLN
ROAD, BETWEEN WASHINGTON AND COLLINS AVENUES, WITHIN THE CITY
CENTER RIGHT OF WAY NEIGHBORHOOD IMPROVEMENT PROJECT; WITH
FUNDING AVAILABLE FROM PREVIOUSLY APPROPRIATED CITY CENTER
REDEVELOPMENT AREA(RDA) FUNDS.
This Amendment NO.2 to the Agreement, made and entered this 6th day of December
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
CHEN AND ASSOCIATES, INC, having its offices at 5100 NW 33rd Avenue, Suite
250, Ft. Lauderdale, Florida 33309 (hereinafter referred to as the Consultant)
RECITALS
WHEREAS, on September 8, 2004, the Mayor and City Commission authorized
the execution of an Agreement with Chen and Associates, Inc. (Consultant), in a not-
to-exceed amount of $2,144,773, for the planning, design, bid and award, and
construction administration phases of the City Center Right-of-Way (ROW)
Neighborhood Improvement Project (the Project); and
WHEREAS, the Project includes improvements to the stormwater system,
water system, roadways, streetscape, landscaping, traffic calming, pedestrian lighting,
and linkages within the public right-of-ways; and
WHEREAS, the Project limits are bounded by 16th Street to the South; Dade
Boulevard to the North; and from Alton Road on the West, to Collins Avenue on the
East; and
WHEREAS, on December 9, 2004, and October 20, 2005, the City issued the
Notices to Proceed for the planning and design phases of the Project, respectively;
and
WHEREAS, on February 8, 2006, the City Commission adopted 'Resolution No.
2006-26126, approving Amendment NO.1 to the Agreement, to include the design of
streetscape improvements on Lincoln Road. between Collins and Washington
Avenues; and
\S. CC/l.1)1'l It.ow. 03 b-/ZD c.. 2-00"
WHEREAS, on July 11, 2006, a Community Design Workshop (CDW) was held
specifically to present the design options for this portion of the Project; and
WHEREAS, consensus was reached with regards to the recommended design
Option 2, which includes the installation of a new six (6) foot wide landscaped median
along the center of Lincoln Road, new sidewalks, bump-outs, and brick paved
crosswalks; and
WHEREAS, the design for the Lincoln Road improvements has been
accelerated, and is expected to be completed in early 2007; and
WHEREAS, in anticipation of the start of the construction, the Consultant has
requested additional Construction Administration and Resident Project Representative
(RPR) services, in the amount of $52,012, for separating this portion of the work for
the remaining City Center Bid Packages A and B; and
WHEREAS, during the Project planning process, it was determined that the
portion of 21st Street, between Park and Collins Avenues, needed to be added to the
Project, in order to complete the improvements in this area; and
WHEREAS, the Consultant has submitted a proposal for additional professional
services and reimbursable costs associated with the additional scope of work,
including survey, underground utility verification, and E-Builder software
implementation for the Project; and
WHEREAS, the total additional fee requested by the Consultant for the
additional work is $88,081; and
WHEREAS, the Capital Improvement Project Office. and the City's Program
Manager, Hazen and Sawyer, have evaluated the Consultant's cost proposal and are
in agreement that the proposal is reasonable; and
WHEREAS, the City Administration recommends approval of the attached
Amendment NO.2 to the Agreement, in an amount not-to-exceed $88,081, for the
aforestated additional services for the Project; and
WHEREAS, this Amendment No. 2 to the Agreement, will revise. the total
contract sum to a not-to-exceed total of $2,580,779.
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.2.
2. MODIFICATIONS
The Agreement is amended to include and incorporate the additional work, as
set forth in Schedule "A-2". attached hereto.
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.2.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment NO.2 to be
executed in their names by their duly authorized officials as of the date first set forth
above.
ATTEST:
~ fcutk
Robert Parcher, City Clerk
CONSULTANT:
CHEN AND ASSOCIAT
By
OCQ~ ~, Ko{lo
Print Name
--'~e ~'\ H
Print
Name
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
''2,\, \U
~
SCHEDULE "A-2"
SCOPE OF SERVICES
Schedule "A" entitled. "Scope of Services". is amended as follows:
ADD the Following under Task 5 - ADDITIONAL SERVICES
Task 5.2.17,5.2.18.5.2.19,5.2.20.5.2.21 - Additional Design Services
The CONSULTANT shall furnish additional design services associated with the City Center
Neighborhood Right-of-Way improvements as noted below:
Task 5.2.17 Pre-Construction Conference with Residents:
CONSULTANT shall prepare, attend, and conduct a pre-construction conference with
businesses on this section of Lincoln Road. The purpose of the meeting 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.
Task 5.2.18 Resident Project Representative:
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 the
CONTRACTOR complies with critical elements of the construction project and meets the
general intent of the contract documents. CONSULTANT's level of effort shall be based upon a
period of up to three (3) man-months (520 man-hours) of field representation. 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. 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 / or does not conform to the contract
documents. does not meet the requirements of inspections. tests. or has been
damaged prior to final payment.
(b) 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 meetings 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 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. and view; electronically filed my week; and signed by
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 CONSULTANT'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 CONTRACTOR's 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.
U) 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. CONSULTANT shall advise PROGRAM
MANAGER of quantities being approved for concurrence.
(k) Monitor record drawing mark-ups to ensure that they are properly maintained by the
CONTRACTOR.
(I) The CONSULTANT's resident project representative shall coordinate with its office
staff as necessary to resolve / address all Requests for Information / 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."
Task 5.2.19 - Project Closeout:
Upon receiving notice from the CONTRACTOR 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 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
be limited to, providing recommendations concerning acceptance of the project and preparing /
collecting necessary documentation, including but not limited to. lien waivers, CONTRACTOR's
final affidavit, close-out change orders, 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.
Schedule
"Ongoing throughout Program."
Task 5.2.20 - Post Project Services:
CONSULTANT shall assist the CITY. through the PROGRAM MANAGER, with the coordination
of requested warranty work. This assistance shall be provided for a period up to one year
following the final completion date and acceptance of the construction project.
In addition, the CONSULTANT shall coordinate with the Contractor as necessary to transfer
record drawing markups, 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 CITY, through 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
"Ongoing throughout Program."
Task 5.6 21st Street Streetscape Improvements:
The CONSULTANT shall provide professional services for the planning, design, permitting and
construction administration (all in general accordance with the base scope of services) of
proposed streetscape along 21st Street between Park and Collins Avenues and in coordination
with the Collins Park Improvements plans prepared by MC Harry and Associates. The
improvements generally consist of roadway, curbing, irrigation. landscaping, lighting, pavement
marking, decorative type cross walks. and / or hardscape improvements as typically outlined in
the City Center BODR approved by the City Commission on October 19, 2005. It shall be the
CONSULTANT's task to review the subject documents. and through a series of up to two
meetings, reach a consensus final design concept with City Regulatory agencies including, the
City's Planning and Public Works Departments. as well as any applicable Miami-Dade County
Public Woks Department Traffic Division concerns.
ADD the Following under Task 6 - OTHER DIRECT COSTS:
Task 6 - Other Direct Costs: The E-Builder software will be implemented by the Consultant
during the construction phase of this Project. The CITY will reimburse the CONSULTANT for the
purchase of one license and necessary software training.
::5C;;~~I~'
('1CO(")Vj"
(')0)'111"'11
MMt09""1G
~ ~
0_"';
~"'O
_M
.....N..
-~-
~ ~
~OOOO!
0000
lI}"::tON
4l't1~1"'0X)~.
M,ttt... ;;
-
..
"
!
l-, oecU')
M[:g.nl'"
0"'"
~N
"
0>
'"
.. ;:J~ ~" .. ~
N !I'
~
'It~OO 0 .. 8
" '" "
"NN '"
8
000 >ON ~
_N_
;;
....
::l
!:i ~ :is >0 ~ ill
"'w '"
<II.... ~
Z",
00
Uw
w:z:
CU N
<II
:EW" ~ '"
i3~~i N 0 s
1Il~~2l~
w ...!ji.
....- E
~;~~C -
-
W:E:::t w I ~N 0 ~
~~g~1 -
~ct:U"
.... U
ij3~~ ::!
zU
"'c 0000 ~>O Sl ~
~!:i ...N........
~'"
:d!
...0 !
OU to
.... I
:z: N >ON N ~
(!) -
ii!
.
I
I
"'", ~
'" j
<
i!:~
"'.. 8
~-", I
.~a:
I!! z
Q::>
5 ....
i
I
~
I
!
i
.
.. ..
vi"'~(')
"''''>0
ll"llrHO