Loading...
HomeMy WebLinkAboutAmendment No. 10 to Professional Landscape Architectural & Eng. Svs Agmt/Willliams, Hatfield & Stoner, Inc. ~oo6-~6~ if,! 7/~/o~ - c 7~ AMENDMENT NO. 10 TO THE PROFESSIONAL LANDSCAPE ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND WILLIAMS, HATFIELD & STONER, INC., D/B/A TETRA-TECH WHS, DATED JULY 18, 2001, FOR THE PROVISION OF PROFESSIONAL SERVICES, IN AN AMOUNT NOT -TO-EXCEED $555,540 FOR THE PROVISION OF ADDITONAL PROFESSIONAL SERVICES NECESSARY FOR PROCURING RESIDENT PROJECT REPRESENTATION AND ADDITIONAL CONSTRUCTION MANAGEMENT SERVICES FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.4-NORMANDY ISLE AND NORMANDIE SUO PROJECT. This Amendment No. 10 to the Agreement made and entered this /~ It. day of VUL'-j , 2006, by and between the CITY OF MIAMI BEACH.. a Municipal Corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139 (hereinafter referred to as City), and Williams, Hatfield & Stoner, Inc. d/b/a Tetra -Tech WHS, having its offices at 9600 Northwest 25th Street, Suite 3F, Doral, Florida 33172 (hereinafter referred to as Consultant). RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 07-00101, the City adopted Resolution No. 2001-24505, on July 18, 2001, approving and authorizing the Mayor and City Clerk to execute an Agreement with the Consultant, for professional services for the Neighborhood No.4-Normandy Isle and Normandie Sud Right-of-Way (ROW) Infrastructure Improvement Project (the Agreement); and . WHEREAS, the Agreement provides for the detailed planning, design, permitting, bidding 1 award and construction administrative services for various streetscape 1 landscape 1 utility improvements within the Normandy Isle and Normandie Sud Neighborhood (the Project); and WHEREAS, the Agreement was executed for a not-to-exceed amount of $617,664.00; and WHEREAS, on September 10, 2003, the Mayor and City Commission adopted Resolution No. 2003-25320, approving additional design services as Amendment No. 1 to the Agreement, for rear easement waterline relocation efforts, for a not-to-exceed amount of $50,529.00; and WHEREAS, on February 25, 2004, the Mayor and City Commission adopted Resolution No. 2004-25488, approving additional design services as Amendment NO.2 to the Agreement, for re-design of lighting system, pursuant to the City's new standards, a planning study related to hardscape and landscape revisions arising from the Community Design Review Meeting (CDRM), held on October 21, 2003, and for administration, specifications, and reimbursables associated with the additional Scope of Work, for an amount of $30,500.00; and WHEREAS, on November 16, 2004, Amendment No. 3 to the Agreement was executed, to include the additional professional landscaping architectural and engineering services for the detail design, permitting and bidding / award services for the extension of the proposed right-of-way improvements on Bay Drive between Marseille Drive and the Normandy Shores Bridge, which are required to complement the design efforts for the entire neighborhood, for a not-to-exceed amount of $17,047.00; and WHEREAS, on July 24, 2004, Amendment NO.4 to the Agreement was executed, to include the participation of the Consultant in eight additional design progress meetings, originated by design revisions, for a not-to-exceed amount of $7,458.00; and WHEREAS, the planning effort for the Normandy Isle and Normandie Sud Neighborhood has been completed and detailed design activities are underway; and WHEREAS, on November 10, 2004, the City Commission adopted Resolution No. 2004-25731, authorizing the execution of Amendment NO.5 to the Agreement, to include a Scope of Work which consists of additional design services for the replacement of additional existing 4-inch and 6-inch diameter cast iron water lines with new 8-inch diameter water lines, to be relocated under the Florida Department of Transportation (FDOT) right-of-ways at 71 st Street and Normandy Drive, for a not-to-exceed amount of $50,000.00; and WHEREAS, on November 10, 2004, the City Commission adopted Resolution No. 2004-25731, authorizing the execution of Amendment NO.6 to the Agreement, to include a Scope of Work which consists of additional design services for the design effort to implement the re-planning sturdy originated from the CDRM, for a not-to-exceed amount of $58,220.00; and WHEREAS, on December 6, 2004, Amendment No. 7 to the Agreement was executed, to include the Scope of Work necessary for the deletion of Rue Grandville Street-End from the Project scope, and the re-design of the Trouville Esplanade street- end; and WHEREAS, on March 18, 2005, Amendment No. 8 to the Agreement was executed, to include the verification of additional underground utilities to avoid conflicts in 150 boring sites, for a not-to-exceed amount of $24,700.00; and WHEREAS, on May 15, 2006, Amendment No. 9 to the Agreement was approved (and pending execution), to include the Scope of Work necessary to re-incorporate the type 2 encroachments (ET-2) into the contract documents, for a not-to-exceed amount of $10,750.00; and WHEREAS, this proposal has been evaluated and is hereby recommended by Hazen & Sawyer, the City's Program Manager, and the CIP Office. 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.1 O. 2. MODIFICATIONS The Agreement is amended as defined in exhibit "A" and schedule "A-10", 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. 10. IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 10 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: ~yP~ City Clerk ATTEST: CONSULTANT: WILLIAMS, HATFIELDS & STONER, INC. D/B/A TET -TEC Richard A. Lemmon Print Name By 4 - ..L iJ; I"/~tl DEN"!' 5" L. , "- r 1UJ1P-r 'Ii/lK. ;t. Y;t/I'II ,~ Pnnt Name APPROVED AS TO FORM & LANGUAGE ~c. UTION @ ~I:J:' EXHIBIT "A" TO AMENDMENT NO.1 0 TO THE PROFESSIONAL LANDSCAPE ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND WILLIAMS, HATFIELD & STONER, INC., D/B/A TETRA-TECH WHS, DATED JULY 18, 2001, FOR THE PROVISION OF PROFESSIONAL SERVICES, IN AN AMOUNT NOT -TO-EXCEED $555,540, FOR THE PROVISION OF ADDITONAL PROFESSIONAL SERVICES, NECESSARY FOR PROCURING RESIDENT PROJECT REPRESENTATION AND ADDITIONAL CONSTRUCTION MANAGEMENT SERVICES FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.4-NORMANDY ISLE AND NORMANDIE SUO PROJECT. Scope of Services: The Scope of Work consists of various tasks that will occur during the 24-month construction duration for this above referenced Project. The extent of the services was not anticipated during the development/negotiation of the original Scope of Work. The services, as currently addressed in the existing Task 4 (Construction Management services) of the original Agreement, deal primarily with office related support of the construction administration effort. The original Agreement will be revised to include new tasks 4.1A, 4.7, 4.8 and 4.9 for additional construction management services and a new task 5.7 for Resident Project Representation under the existing Task 5 (Additional Services). This will consist of the provision of a full-time, on-site Resident Project Representative and other associated services as required to allow certification of construction completion and record drawings. A detailed scope is defined in the attached schedule "A-10". Compensation: · Original Agreement Amount: $617,664 · Amendment NO.1 (relocation of existing utility improvements) amount: $50,529 · Amendment NO.2 (study of revisions from the CDRM) amount: $30,500 · Amendment NO.3 (improvements along Bay Drive) amount: $17,047 · Amendment No.4 (additional progress meetings) amount: $7,458 . Amendment NO.5 (additional water lines and meter relocation) amount: $50,000 . Amendment NO.6 (additional design of re-planning study) amount: $58,220 . Amendment NO.7 (Rue GrandvillelTrouville Esplanade Street-Ends) amount: $0 . Amendment NO.8 (verification of additional Underground Utilities) amount: $24,700 . Amendment NO.9 (re-incorporate ET -2 encroachments into the contract documents) amount: $10,750 · Amendment NO.1 0 (additional construction management services and Resident Project Representation) amount: $555.540 · Revised Agreement amount: $1.422.408 SCHEDULE" A-1 0" SCOPE OF SERVICES CITY OF MIAMI BEACH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.4 - NORMANDY ISLE AND NORMANDIE SUO AMENDMENT NO.10 The following scope of work consists of additional construction management (CM) services and Resident Project Representation (RPR) for the 24-month construction duration on the above referenced Project. The original Agreement between the City of Miami Beach and Tetra Tech, Inc. shall be amended to include the following new tasks 4.1A, 4.8, 4.9 and 5.7 and the revised task 4.7: Task 4.1A - Pre-Construction Conference with Residents The CONSULTANT shall prepare, attend and conduct a pre-construction conference with residents of the Normandy Isle Neighborhood. 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 4.7 shall be deleted in its entirety from the existing Scope of Services and replaced with the following: Task 4.7 - Project 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 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. The following new Task 4.8 shall be added to the existing scope of services: Task 4.8 - Post Project Services The CONSULTANT shall assist the CITY, through the PROGRAM MANAGER, with the coordination of requested warranty work. This assistance shall be provided for the duration of the Project to a period not to exceed the final completion date and acceptance of the 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 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 - Ongoing throughout Program. The following new Task 4.9 shall be added to the existing scope of services: Task 4.9 - E-Builder Software License and TraininQ The use of E-Builder software will be implemented during the construction phase of this Project. To this end, the CONSULTANT shall procure requisite licenses and training of its staff as required allowing for the use of this software throughout the Project completion by both its field and office staff. The following new Task 5.7 shall be added to the existing scope of services: Task 5.7 - Resident Project 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 twenty four (24) man-months (4,160 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. 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 / 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) 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 by month, and signed by the CONSULTANT. (f) Review materials and workmanship of the Project 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 recommendations to the 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 observes 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. 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. (I) The CONSULTANT's Resident Project Representative shall coordinate with its office staff as necessary to resolve 1 address all Requests for Information 1 Contract Document Clarifications 1 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. PAYMENT AND COMPENSATION The total fee proposed for this scope of work shall be a not-to-exceed basis in the amount of $555,540. This fee is based on estimated labor hours per task and other direct costs, as shown in the attached Exhibit liB" - fee proposal from Tetra Tech, Inc., dated May 25, 2006. Invoicing will be monthly and based on hourly rates in accordance with the original Agreement between the City of Miami Beach and Tetra Tech, Inc. ~ 6"X H"~iT ,,\ B " frnt AJ [) rU:AJ T }.J ~ 10 TETRA TECH, INC. 'nfrastructure Group RECEIVED HAZEN AND SAWYER. P.C. Ml&m1 Beacla. Florida May 25, 2006 MAY 2 6 2006 sJf Job No. ~ /I.~ ~ /f01'; 10.1. /f Stephanie Harari, P.E. Program Manager Hazen and Sawyer, Inc. 975 Arthur Godfrey Road, Suite 211 Miami Beach, FL 33140 City of Miami Beach Normandy Isle and Normandy Sud ROW Improvements Proposal for Additional Professional Services Stephanie: Thank you for giving TetraTech the opportunity to submit this proposal for additional professional services. As you stated in your letters, the City of Miami Beach is considering procuring RPR services for the 24-month construction duration and additional construction management Services. During our negotiation meeting yesterday, we agreed to the following scope of work and fees. . o Task 5.7 - Resident Project Representatives Civil Engineering RPR - Full time 2 years x 52 weeks/year x 40 hours/week x $80 per hour = $332,800 Subtotal Task 5.7 $332,800 o Task 4.7 - Project Closeout (Revised Total Fee for Task 4.7) Project Manager 8 weeks x 5 days/weeks x 8 hours per day x $137 per hour = $43,840 Project Engineers (Two Each) 8 weeks x 5 days/week x 8 hours x $117 per hour x 2 each = $74,880 Administration 8weeks x 5 days/week x 4 hour per day x $45 per hour $7,200 Landscape/Streetscape Inspection 8 weeks x 5 days/week x 4 hours/day x $85 per hour = $13,600 Electrical Inspection 8 weeks x 5 days/week x 4 hours/day x $85 per hour = $13.600 Subtotal Task 4.7 $153,120 9600 ~-,joltr't/est 25lh Str,,:ct, Suite 3F, Dora!. FL 33172 Tcl186.845.8819 Fax 786845.8867 .N'NW.tetratech.com 0 Task 4.8 - Post Project Services Project Manager 4 weeks x 5 days/week x 8 hours/day x $137 per hour = $21,920 Project Engineer 4 weeks x 5 days/week x 8 hours per day x $11 7 per hour = $18,720 CADD Technician 4 weeks x 5 days/week x 8 hours per day x $83 per hour = $13,280 Administration 4 weeks x 5 days/week x 4.0 hours per day x $45 per hour = $3,600 Reimbursable Printing Costs = $5.000 Subtotal Task 4.8 $62,520 0 Task 4.9 - E-builder Software Reimbursable Cost of $2,000 for two licenses; Training Sessions At $700 lump sum. Subtotal Task 4.9 $2,700 o Task 4.1A - Pre Construction Conference with Residents Project Manager I week x 5 days/week x 4 hours per day x $137 per hour = $2,740 CADD Technician and Administrative Support I week x 5 days x 4 hours per day x $83 per hour Subtotal Task 4.IA = $1.660 $4,400 Proposed Additional Services Grand Total = $555,540 Thank you for your offer to extend our professional services. I look forward to the City's favorable response. ~ Mark B. Wolfe, P.E. Senior Project Manager