CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services

Similar documents
ADDENDUM NO. 2. Penny Owens, Assistant Purchasing Agent, City of Knoxville

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

(TO) TASK ORDER AMENDMENT TO CSC AGREEMENT (PROFESSIONAL CCNA SERVICES) Clerk Tracking No. /f,p -ooo 7'K

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

Attachment 1 Architectural Services

ATTACHMENT D SCOPE OF SERVICES

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN

APPENDIX D CONSTRUCTION PHASE CRITERIA

Berlin School RFQ / RFP: Clerk of the Works/Owner s Rep Berlin, Vermont

Document B252TM 2007

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

SECTION QUALITY REQUIREMENTS

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

September 17, located at of work: Bella. Rd. pay CPH for. This Task CPH, INC. By: Authorized Signature. By: Jeremiah. Printed Name.

Owner's Representative Scope Matrix - D/B Rev 10/28/2013

CLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract.

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Department of Public Works Division of Engineering. Nassau County, New York

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

Main Building Auditorium

Appendix 3. POLICY & PROCEDURE No

NAPA SANITATION DISTRICT

ARTICLE 1 - ARCHITECT/ENGINEER S BASIC SERVICES

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

A62 UT PRE-CONSTRUCTION MEETING AGENDA

A62 PRE-CONSTRUCTION MEETING AGENDA

Town of Brandon, Vermont US Route 7 (Center Street) Segment 6 Improvements NH 019-3(496) Request for Qualifications

TDOT PROPOSED SCOPE OF WORK CEI

Pre-Construction Conference Discussion Guide

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

SECTION BID FORM

ADMINISTRATIVE DIRECTIVE #CS-04

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

Chapter 4 State Requirements for Educational Facilities Section 4.1

CONTRACT FOR CONSULTANT SERVICES Agreement entered into as of MPS Board of Education approval date (if required, NA if not required):

SECTION QUALITY CONTROL

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

JUDD STREET LIFT STATION DEWATERING CONTRACT

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

SECTION CONTRACTOR QUALITY CONTROL

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019

Document B101 TM. Standard Form of Agreement Between Owner and Architect

The Home Depot U.S.A., Inc. Instructions to Bidders

SAN FRANCISCO PUBLIC UTILITIES COMMISSION INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURES

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

OSNI PONCA OFFICE REMODEL

REQUEST FOR PROPOSALS AUDIT

EXHIBIT 6 Preconstruction Work

PING YUEN & PING YUEN NORTH REHABILITATION

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

DRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project

INSTRUCTIONS TO BIDDERS

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

Bidders Name: DOCUMENT 330 BID FORM

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

Professional Practice 544

City of Palo Alto (ID # 4369) City Council Staff Report

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER

Highlands Housing Authority

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Appendix A - Technical Specifications Engineering Services for the Ponte Vedra Blvd 6 CI WM Replacement Project

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B , STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

CITY OF MARSHALL, MINNESOTA

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

Town of Shelburne, Vermont U.S. Route 7 and Falls Road Sidewalk Installation STP BP14(5) and STP SDWK(24)

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

DOCUMENT BID PROPOSAL

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

RESOLUTION NO. WHEREAS, the 2012 Long Range Water Plan was presented in a work session to the City of Dothan Commission May 28, 2013; and

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION 1.0 PROJECT REVIEW AND ACCEPTANCE PROCESS

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR MULTI-PRIME PROJECT (New Elementary School at McCandless)

QUALITY REQUIREMENTS

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

OWNER S AFFIDAVIT. I, certify that I am the owner of the property described as: ADDRESS: LOT: BLOCK: SUBDIVISION:

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

REQUEST FOR QUALIFICATIONS

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

Guidance for Rating Each Performance Category on Contractor Performance Evaluation

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

DEVELOPMENT SERVICES PO Box 1110 Tampa, FL Date: May 12, Interested Parties. John L. Barrios, CBO, Building Official

Roles & Responsibilities

Transcription:

City Manager 22 S. Beach Street Ormond Beach Florida 32174 (386) 676-3200 Fax (386) 676-3384 CITY MANAGER MEMORANDUM To: Through: From: The Honorable Mayor Kelley and City Commissioners Joyce A. Shanahan, City Manager John Noble, City Engineer Date: July 30, 2013 Subject: John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services Introduction This is a request for approval to award contract amendment No.3 to Ghyabi & Associates, Inc. (GYA) for construction administration and inspection services for the John Anderson Drive Roadway Improvement project, Bid Number 2013-07. Background On a separate agenda item, the City Commission will vote to approve the award of the bid for the John Anderson Drive Roadway Improvement project, Bid Number 2013-07. Should this project bid be awarded for construction, professional services from the City s continuing contract engineering consultant will be required for construction administration and inspection services. Although staff will maintain project oversight and assist in resolving the various challenges that will be encountered throughout the construction of this project, the current staff workload, length of construction, and the time commitment required for administering and inspecting this project exceeds staff resources to provide this service in-house. The project construction will involve milling and resurfacing of John Anderson Drive and includes extensive stormwater, and utility system improvements. The Construction Contract for this project allows for 280 calendar days to reach substantial completion and will involve extensive interaction between the contractor, engineer and residents throughout the course of the work. Staff has an open contract with Zev Cohen & Associates, Inc. to provide public coordination throughout construction with local residents. The residents were notified at a public meeting on April 24 th of the upcoming project and will be kept involved throughout construction. Discussion Staff has negotiated a scope of work (see attachment) with GYA, to provide construction administration and inspection services for the John Anderson Drive Roadway Improvement project, Bid Number 2013-07 in the amount of $255,402. Due Page 1 of 3

to the complexity of this project and need for strict oversight of the underground work due to the extensive utilities that exist within this roadway, full-time inspection is being proposed for this project. This cost represents approximately 7.4% of the construction contract cost of $3,438,255.52 which is at the low end of standard engineering percentages for CEI services considering the complexity of the project work, length of the contract time, and inclusion of full time inspection services. Budget Impact Funding for this contract amendment work will be derived from Fund 308-Transportation Fund ($63,850), Fund 107-Stormwater Fund ($166,011), and Fund 409- Water and Wastewater Fund ($25,541). As this project was budgeted several years ago, a budget amendment will be needed to include the cost in the current budget. Sufficient funding is available in each of the aforementioned funds to approve the contract amendment. Recommendation Staff recommends approval of contract amendment No.3 for construction administration, engineering inspection services for the John Anderson Drive Roadway Improvement project, Bid Number 2013-07, to Ghyabi & Associates, Inc., for the not-toexceed amount of $255,402. Attachments: 13-116 John Anderson Amendment 3 w-ghyabi _P13-0121G_ (PDF) Ghyabi & Assoc Amendmnt 3 _John Anderson Design Svcs P13-0121G_ (PDF) REVIEWED BY: APPROVED BY: Page 2 of 3

Page 3 of 3

RESOLUTION NO. 2013-116 A RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT NO. 3 TO THE AGREEMENT BETWEEN THE CITY AND GHYABI & ASSOCIATES, INC. REGARDING THE JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS PROJECT; AUTHORIZING PAYMENT THEREFORE; AND SETTING FORTH AN EFFECTIVE DATE. WHEREAS, on June 22, 2012 by Resolution 2010-81, the City Commission authorized the execution of a Professional Services Agreement with Ghyabi & Associates, Inc. regarding the John Anderson Drive roadway improvements project ( the project ), and WHEREAS, on November 15, 2011 by Resolution 2011-171, the City Commission authorized the execution of Amendment No. 1 to the above-described Professional Services Agreement for the purpose of investigating alternative designs in the project scope, and WHEREAS, on April 17, 2012 by Resolution 2012-56C, the City Commission authorized the execution of Amendment No. 2 to the above-described Professional Services Agreement for the purpose of amending the Scope of Services to reflect a limited reconstruction design, and WHEREAS, the parties desire to further amend the aforestated agreement for the purpose of amending the Scope of Services and increasing the costs associated therewith to reflect the addition of construction, administration and inspection services, and WHEREAS, the City Manager has certified that $255,402.00 for the additional Scope of Work will be appropriated in the Transportation Fund, the Stormwater Fund and Water and Wastewater Fund and has not been appropriated for any other purpose, now therefore, S:\Legal\CITY COMMISSION ITEMS\RESOLUTION\2013\07-30-13\13-116 John Anderson Amendment 3 w-ghyabi (P13-0121G).docx

BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF ORMOND BEACH, FLORIDA, THAT: SECTION ONE. The Mayor and the City Manager are hereby authorized and directed to execute Amendment No. 3 to the Agreement between the City of Ormond Beach and Ghyabi & Associates, Inc. for the limited purpose of amending the Scope of Services and additional costs associated therewith. A copy of said Amendment No. 3 is attached hereto and incorporated herein by reference. SECTION TWO. This Resolution shall take effect immediately upon its adoption. APPROVED AND AUTHENTICATED this 30 th day of July, 2013. ATTEST: ED KELLEY Mayor J. SCOTT McKEE City Clerk S:\Legal\CITY COMMISSION ITEMS\RESOLUTION\2013\07-30-13\13-116 John Anderson Amendment 3 w-ghyabi (P13-0121G).docx

AMENDMENT NO. 3 TO AGREEMENT THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT is entered by and between the City of Ormond Beach, Florida (hereinafter referred to as City ), and Ghyabi & Associates, Inc., (hereinafter referred to as Engineer ) for the purposes stated herein, as follows: WHEREAS, the City and Engineer are parties to an Agreement dated June 22, 2010, subsequently amended on December 19, 2011 (Amendment No. 1), and May 1, 2012 (Amendment No. 2), and WHEREAS, the City and Engineer desire to amend the subject Agreement for the limited purpose of amending the Scope of Services and increasing the costs associated therewith; now therefore, Paragraph 1 of that certain Professional Services Agreement between the City and Engineer is hereby amended to read as follows: 1. SCOPE OF PROFESSIONAL SERVICES A detailed description of the scope of professional services to be provided is provided in Exhibit A, Exhibit 1A, and Exhibit 2A, and Exhibit 3A. effect. All other terms and conditions of the subject Agreement shall remain in full force and IN WITNESS WHEREOF, the parties hereto have caused this amendment to be executed by the undersigned officials as of the date listed below. DATED:, 2013. CITY OF ORMOND BEACH, FLORIDA BY: Ed Kelley, Mayor ATTEST: Joyce A. Shanahan, City Manager DATED:, 2013. GHYABI & ASSOCIATES, INC. BY: Name: Title: ATTEST: Name: Title: S:\Legal\CINDY\Contracts\Ghyabi & Assoc Amendmnt 3 (John Anderson Design Svcs)(P13-0121G).docx

ENGINEERING PLANNING EXHIBIT 3A July 1, 2013 John Noble, P.E. City Engineer City of Ormond Beach 22 S. Beach Street Ormond Beach, FL 32174 RE: John Anderson Drive Roadway Improvements City of Ormond Beach Project 2013-07 Construction Administration/Resident Inspection Dear Mr. Noble: Thank you for requesting Ghyabi & Associates, Inc. (G&A) and McKim and Creed (M&C) to provide a proposal for Construction Administration and Resident Project Representative Services (RPR) to the City of Ormond Beach for the John Anderson Drive Roadway Improvements project. Project Summary This scope of services includes construction administration and construction observation services for the John Anderson Drive project. The scope of services is detailed in the following tasks: I. Scope of Services A. Preconstruction Meeting G&A will schedule and conduct the preconstruction conference. Also in attendance will be M&C and the RPR. G&A will prepare an agenda which will be distributed at the meeting. G&A will prepare minutes of the preconstruction conference and distribute the minutes electronically via email to all who attend. B. Shop Drawing Review G&A will log all Shop Drawing submittals received from the Contractor. Then either G&A or M&C, as is appropriate, will review the shop drawings and material certificates. After review for conformance with the contract documents, and processed; the Shop Drawings will be sent to the City and Contractor. w w w. g h y a b i. c o m 1459 North US Highway 1, Suite 3, Ormond Beach, FL 32174 (386) 677-5499 118 West Adams Street, Suite 700, Jacksonville, FL 32202 (904) 396-5727 Exh 3A-1

C. Site Visits G&A and M&C will make periodic site visits to observe construction activities at times requested by the City and/or the RPR. G&A assumes an average of sixteen (16) hours per month for site visits by design staff during the construction phase of the project. D. Monthly Progress Meetings G&A will schedule and lead monthly construction progress meetings. M&C and the RPR will also be in attendance. With the assistance of the RPR, G&A will prepare an agenda, RFI logs, and shop drawing logs for distribution at the meeting. G&A will prepare minutes of the monthly progress meeting and distribute the minutes electronically via email to all who attend. E. Prepare and Process Additional Work Request G&A will prepare, review, and process Contractor additional work requests. This includes review of the cost associated with the additional work and a summary (either memorandum or email) with the recommended course of action along with any justification leading to the additional work. F. Review and Verify Contractor Pay Requests The RPR will perform a monthly pay request walk thru with the Contractor prior to submittal of each month pay request. The RPR will review and verify Contractor pay requests. G&A will then signoff on the pay request prior to sending the City the final approved pay request. G. Respond to Contractor Requests for Additional Information and Engineer s Plan Clarification G&A and M&C will respond to Contractor Requests for Additional Information (RAI). RAIs will be logged by G&A as they are received, and will be reviewed and responded to by the appropriate firm. Request for Additional Information will be responded to in a format providing direction to the Contractor either via plan revisions or written direction. G&A will also provide Engineer s Plan Clarification (EPC) when direction is required but no impact to contract pricing or contract schedule is involved. H. Attend the Substantial Completion Inspection G&A s and M&C s project teams will attend the substantial completion inspection at the project site. G&A will prepare a memorandum with punch list items that the Contractor will need to address prior to final completion. I. Review Project Close-out Documents G&A and M&C will review project close-out documents which include: Evidence of compliance with requirements of governing authorities; Contractor s Project Record Documents including As-built surveys Evidence of Payment and Release of Liens; Certificate of Insurance for Products and Completed Operations; Warranties and Bonds. Exh 3A-2

II. Resident Project Representation During Construction G&A will provide a Resident Project Representative for construction observation in accordance with the provisions of the attached Attachment A. Construction observation services are scoped during normal working hours (five 8 hour working days) for a period of 46 consecutive weeks commencing at the Contractor's Notice to Proceed and do not include time spent over holidays or weekends Full time RPR Services shall average 40 hours per week and be directed by a certified Professional Engineer (PE) registered in the State of Florida familiar with the design elements of the John Anderson Drive project. The PE will have the discretion to utilize resources within G&A to meet the demands of the project through professional engineers, engineer interns, designers and support staff. III. Compensation: Compensation for the above services is outlined in the attached staff hour and fee estimate (page Exh 3A-12). The referenced fee does not include services not specifically listed. Should additional services be required, they can be furnished with compensation based on the Schedule of Hourly Rates contained in the Standard Conditions. Receipt of the fully executed Amendment No 3 document will be considered our notice to commence work. Thank you for requesting this contract from our firm. We look forward to working with you on this project. If you have any questions, please feel free to contact me. Sincerely, Alan L. King, P.E. Senior Project Engineer Exh 3A-3

ATTACHMENT A DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE ENGINEER shall furnish a Resident Project Representative ("RPR"), to assist ENGINEER in observing progress and quality of the work of Contractor. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the RPR, ENGINEER shall endeavor to provide further protection for CITY against defects and deficiencies in the work of Contractor. However, ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have Control over Contractor's work nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, sequences or procedures selected by Contractor, for safety precautions and programs incident to the work of Contractor, for any failure of Contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor's performing and furnishing the work, or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Contract The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER s agreement with the CITY and in the construction Contract Documents, and are further limited and described as follows: A. General RPR is ENGINEER s agent at the site, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR s actions. RPR s dealings in matters pertaining to the on-site work shall in general be with ENGINEER and Contractor, keeping CITY advised as necessary. RPR s dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with CITY with the knowledge of and under the direction of ENGINEER. B. Duties and Responsibilities of RPR 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with ENGINEER concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences; progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: Serve as ENGINEER s liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of Contract Documents; and assist ENGINEER in serving as CITY s liaison with Contractor when Contractor's operations affect CITY s on-site operations. Assist in obtaining from CITY additional details or information, when required for proper execution of the Work. Exh 3A-4

4. Shop Drawings and Samples: Record date of receipt of Shop Drawings and Samples. Receive Samples which are furnished at the site by Contractor, and notify ENGINEER of availability of Samples for examination. Advise ENGINEER and Contractor of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by ENGINEER. 5. Review Work, Rejection of Defective Work, Inspections and Tests: Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the compelled Project as a functioning whole as indicated In the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered 'for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel and that Contractor maintains adequate records thereof; and observe record and report to ENGINEER appropriate details relative to the test procedures and start-ups. Accompany visiting inspectors representing public, specialty product manufactures or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. 6. Interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by ENGINEER. 7. Modifications: Consider and evaluate Contractor s suggestions for modifications in Drawings or Specifications and report with RPR s recommendations to ENGINEER Transmit to Contractor in writing decisions as issued by ENGINEER. 8. Records: Maintain at the job site (within the Job Site Trailer if provided by the contractor) orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents including all Work Change, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, ENGINEER s clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing submittals received from and delivered to Contractor and other Project related documents. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the job site, weather conditions, data relative to questions of Work Change Directives, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in Exh 3A-5

general, and specific observations in more detail as in the case of observing test procedures; and send copies to ENGINEER. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 9. Reports: Furnish to ENGINEER periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample Submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the work. Draft proposed Change Orders and Work Change Directives, obtaining backup material from Contractor and recommend to ENGINEER Change Orders, Work Change Directives, and Field Orders Report immediately to ENGINEER and CITY the occurrence of any accident. 10. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule or values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to ENGINEER for review and forwarding to CITY prior to final payment for the Work. 12. Completion: Before ENGINEER issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. Observe whether Contractor has had performed inspections required by laws, rules, regulations, ordinances, codes, or orders applicable to the work, including but not limited to those to be performed by public agencies having jurisdiction over the work. Conduct a final inspection in the company of ENGINEER, CITY and Contractor and prepare a final list of items to be completed or corrected. Observe whether all items on final fist have been completed or corrected and make recommendations to ENGINEER concerning acceptance and issuance of the Notice of Acceptability of the Work. Exh 3A-6

C. Limitations of Authority by RPR Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or-equal" items), unless authorized by ENGINEER. 2. Shall not exceed limitations of ENGINEER s authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors, Suppliers, or Contractor's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or Sample submittals from anyone other than Contractor. 7. Shall not authorize CITY to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. Exh 3A-7

EXHIBIT 3A SCOPE OF SERVICES McKIM and CREED CONSTRUCTION PHASE SERVICES JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS McKim & Creed s Scope of Services, as outlined below, pertains to the utility structure and pipeline construction associated with the roadway improvements, and is based on an eleven (11) month construction duration. TASK 1 ATTEND PRECONSTRUCTION CONFERENCE McKim & Creed s Project Manager will attend the preconstruction conference conducted by the Ghyabi & Associates, Inc. (Ghyabi). McKim & Creed will address and respond to questions related to the utility portion of the construction contract and if not able to address at the meeting, will follow-up through e-mail or other correspondence so that a written record is available in the files. Meeting minutes will be prepared and distributed by Ghyabi. TASK 2 ATTEND MONTHLY PROGRESS MEETINGS McKim & Creed will attend up to eleven (11) monthly construction progress meetings. Meetings will be held at a location designated by the City. McKim & Creed will be copied on all RFI logs, shop drawing and change proposal logs. McKim & Creed will respond to utility issues discussed at the meeting. If unable to address at the meeting, follow-up correspondence will be sent to all parties, through Ghyabi. TASK 3 RESPOND TO CONTRACTOR REQUESTS FOR ADDITIONAL INFORMATION McKim & Creed will respond to Contractor Requests for Additional Information (RFI) with regard to utility construction issues. RFIs will be logged by McKim & Creed as they are received. RFI s will be responded to in a format providing direction to the Contractor either via plan revisions or written direction. Exh 3A-8

TASK 4 REVIEW SHOP DRAWINGS McKim & Creed will process and review shop drawings and material certificates for those items that are part of the utility portion of the Contract. Shop drawings (in Adobe PDF format, where applicable) will be sent to McKim & Creed by Ghyabi. Submittals received will be logged and processed. A copy of the submittals (in Adobe PDF format, where applicable) will be sent to the City for review. McKim & Creed will review the shop drawing and include the City s comments. The reviewed shop drawing will be sent to Ghyabi, who will in turn distribute the reviewed shop drawings to the appropriate parties. TASK 5 SITE VISITS McKim & Creed will make periodic site visits to observe construction activities at times requested by Ghyabi or the City. McKim & Creed assumes an average of twenty (20) hours per month for eleven (11) months for site visits by design staff during the construction phase of the project. It is our understanding that the City will have on site a qualified full time project observer and that the observation daily reports prepared by that individual will be made available to McKim & Creed on a daily basis. TASK 6 PREPARE AND PROCESS CHANGE ORDERS McKim & Creed will prepare, review, and provide our recommendation of Contractor initiated change orders, up to a limit of six (6). Our effort for this task is strictly for the utility portion of the Contract. This includes review of the cost associated with the change order request and a summary (either memorandum or email) with the recommended course of action along with justification leading to the change order claim. TASK 7 - REVIEW CONTRACTOR PAY REQUESTS McKim & Creed will review each monthly pay request for mathematical accuracy and compliance with the specified format. Verification of quantities will be performed by the full time on-site City employee, or others, prior to submission to City for payment. TASK 8 ATTEND THE SUBSTANTIAL AND FINAL COMPLETION INSPECTION McKim & Creed will attend both the substantial and final completion inspections at the project site. Following the substantial completion inspection, McKim & Creed will prepare a memorandum with punch list items for the utility portion of the project. Once the Contractor completes the deficiencies, the final completion inspection will be scheduled. Exh 3A-9

TASK 9 REVIEW PROJECT CLOSE-OUT DOCUMENTS McKim & Creed will review project close-out documents which include: Evidence of compliance with requirements of governing authorities; Evidence of Payment and Release of Liens Certificate of Insurance for Products and Completed Operations; Warranties and Bonds TASK 10 REVIEW CONTRACTOR AS-BUILT DRAWINGS McKim & Creed will review the as-built drawings submitted by the Contactor for conformance with the observed utility construction. Questions or requests for clarification will be submitted to the Contractor. TASK 11 PROJECT CERTIFICATION McKim & Creed will prepare and execute required permit certifications pertaining to wastewater, water and stormwater to FDEP, Volusia County Board of Health and St. John s River WMD. Applications, attachments and registered surveyor signed and sealed As-Built drawings will be included with the certifications/requests for clearance. COMPENSATION McKim & Creed will complete the Scope of Services in the preceding paragraphs for the fee located in the Construction Services Fee Matrix attached. Exh 3A-10

FEE MATRIX AMENDMENT NO. 3 CITY OF ORMOND BEACH JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS CONSTRUCTION SERVICES FEE PROPOSAL TASK NO. 1 2 Attend Pre-Construction Conference Attend Monthly Progress Meetings Travel RATE: $ 150.21 RATE: $ 103.00 RATE: $ 73.60 RATE: $ 80.71 RATE: $73.00 0.55/Mile HOURS TOTAL HOURS TOTAL HOURS TOTAL HOURS TOTAL HOURS TOTAL 3 $450.63 3 $309.00 $22 $781.63 44 $6,609.24 12 $876.00 $242 $7,727.24 3 Respond to Contractor RFI's 24 $3,605.04 40 $4,120.00 8 $588.80 32 $2,582.72 12 $876.00 $11,772.56 4 Review Shop Drawings 16 $2,403.36 16 $1,648.00 44 $3,238.40 12 $876.00 $8,165.76 5 Site Visits 110 $16,523.10 110 $11,330.00 $4,840 $32,693.10 Prepare & Process Change 6 Orders 8 $1,201.68 16 $1,648.00 16 $1,168.00 $4,017.68 7 8 DESCRIPTION Review Contractor Pay Requests Attend Substantial & Final Completion Inspection Sr.Project Manager Project Engineer Engineer Intern CAD Designer Project Admin 12 $1,802.52 12 $1,236.00 8 $584.00 $3,622.52 16 $2,403.36 16 $1,648.00 8 $588.80 4 $292.00 $44 $4,976.16 9 Docs 8 $1,201.68 2 $206.00 16 $1,168.00 $200 $2,775.68 10 Review Contractor As-Builts 8 $1,201.68 4 $412.00 16 $1,291.36 $2,905.04 11 Project Certification 4 $600.84 8 $824.00 2 $146.00 $500 $2,070.84 TOTAL 253 227 60 48 82 $81,508 Printing TOTAL PER TASK DIRECT EXPENSES Description Price Travel Mileage $5,148.00 Printing $ 700.00 Total $5,848.00 Exh 3A-11

EXHIBIT 3A ESTIMATE OF WORK EFFORT AND COST - GHYABI AND ASSOCIATES Name of Project: John Anderson Drive Roadway Improvements Consultant Name: Ghyabi and Associates County: Volusia Construction Services Amendment No.3 to the Professional Services Agreement Consultant No.: 3004.000 for the John Anderson Drive Roadway Improvements project Date: 7/9/2013 Estimator: Alan King Staff Classification Total Staff Hours RPR Project manager Senior Engineer Project Engineer Senior Designer SH Salary Average By Cost By Rate Per $75.00 $163.00 $140.00 $125.00 $100.00 $80.00 Activity Activity Task Project Tasks 276 0 138 0 28 55 55 276 $35,894.00 $130.05 RPR 1,840 1,840 0 0 0 0 0 1,840 $138,000.00 $75.00 Engineer Intern Total Staff Hours 2,116 1,840 138 0 28 55 55 2,116 Total Staff Cost $138,000.00 $22,494.00 $0.00 $3,500.00 $5,500.00 $4,400.00 $173,894.00 $82.18 SALARY RELATED COSTS: $173,894.00 Ghyabi SA #3 Fee $173,894.00 McKim and Creed SA #3 Fee $81,508.00 TOTAL AMENDMENT 3 COMBINED FEE: $255,402.00 Project Tasks Units No of Units Hours/ Unit Total Hours Comments Est. Costs Shop Drawing Reviews LS 1 40 40 Includes processing and/or review - assume 10 shop drawings to process $5,202.03 Site Visits MN 11 8 88 periodic based on 8 hrs/month $11,444.46 Process Additional Work Requests EA 3 4 12 Assume 3 for this estimate $1,560.61 Review and Verify Contractor Pay Requests MN 11 4 44 Monthly $5,722.23 Respond to Contractor's RAI's EA 3 4 12 Assume 3 for this estimate $1,560.61 Attend Substantial Completion Inspection LS 1 16 16 $2,080.81 Review Project Close-Out Documents LS 1 16 16 $2,080.81 Meetings LS 1 48 48 See listing below $6,242.43 Resident Project Representative WK 46 40 1840 $138,000.00 Project Tasks Total Hours 2116 $173,894.00 Meetings: Preconstruction Meeting EA 1 4 4 Includes Preparation, attendance, and minutes Monthly Progress Meetings EA 11 4 44 Includes Preparation, attendance, and minutes Total Project Manager Meetings 12 48 Exh 3A-12