Loading...
SUPPLEMENTAL CONSTRUCTION ENGINEERING & INSPECTIONS (CEI) - WORK ORDER ~" "!. CITY OF CLEARWATER ENGINEERING DEPARTMENT AYRES & ASSOCIATES. INC. SUPPLEMENTAL CONSTRUCTION ENGINEERING & INSPECTION (CEI) WORK ORDER Date: April 18, 2007 FPN 406539 1 58 01 City Project No. 99-0081-EN 1. PROJECT TITLE: "Clearwater Beach West Bridge Spur Connector" CEI services for a pedestrian I bicycle bridge over Mandalay Channel, connecting the existing sidewalks on Clearwater Beach and the Memorial Causeway segment of the Ream Wilson Clearwater East-West trail. 2. SCOPE OF WORK: Ayres Associates Inc, will assist the City's Construction Manager in providing the following CEI services during construction: Administration - Assure that the Contractor's Quality Control Plan is effectively and accurately implemented and that the project is constructed in reasonable conformity with the plans, specifications and contract provisions. Ayres & Associates, Inc. will advise the City of any omissions, substitutions, defects and deficiencies noted in the work of the Contractor and the corrective action taken. Work provided by Ayres & Associates, Inc. shall not relieve the Contractor of responsibility for the satisfactory execution of the construction contract. Survey Control - Ayres & Associates, Inc. will use the survey control baseline points and benchmarks established by the Contractor to make and record measurements necessary to calculate and document quantities for pay items, make and record pre-construction and final cross section surveys in areas where earthwork is performed, and perform incidental engineering surveys. On-site Insoection - Ayres & Associates, Inc. will monitor the Contractor's on-site construction and Quality Control operations, inspect materials entering the work area, and keep records of the Contractor's daily operations and significant events that affect the work. Presence of Ayres & Associates, Inc. staff shall not relieve the Contractor of full responsibility for project site safety. Ayres & Associates, Inc. shall have authority to stop work for reasons related to quality control and conformance to plans and specifications, but not for safety violations (will notify the Contractor and City if violations are observed). Samolina and Testina - Ayres & Associates, Inc. will be responsible for the sampling, testing, and verification of certification of materials that are not identified in Section 6, Control of Materials, within Section III, Supplementary Conditions. Ayres & Associates, Inc. will perform Quality Assurance to monitor the Contractor's Quality Control for production of concrete and asphalt at the respective source. Ayres & Associates, Inc. will coordinate the sampling, testing, and verification by others of the materials identified in Section 6, Control of Materials, within Section III, Supplementary Conditions. The above procedures are to determine the acceptability of materials and completed work items. .J Enaineerina Services - Includes documenting significant project changes, interpreting plans, specifications and construction contract provisions, making recommendations to the City to resolve construction contract disputes, and maintaining an adequate level of surveillance of Contractor activities. The construction project will also be monitored by Ayres & Associates, Inc. to determine whether construction activities violate the conditions of any permits, including NPDES requirements; whereupon the Contractor and the City will be notified for immediate resolution of the problem(s). Ayres & Associates, Inc. will analyze any changes and extra work that appear to be necessary and within the scope and intent of the original construction contract (all recommended changes and extra work must be approved by the City). Ayres & Associates, Inc. will assist the City in public information services as needed, including newsletters and advice on responses to inquiries from the public, public officials, and the news media. A digital photo log will be maintained by Ayres & Associates, Inc. throughout the construction period. 3. PROJECT GOALS: Provide CEI assistance to the City's Construction Manager during construction of the pedestrian / bicycle bridge over Mandalay Channel. 4. BUDGET: A lump sum of $390,537.00 has been approved for this assignment, and is based on a 413 calendar days construction period. 5. SCHEDULE: CEI services shall be provided for the duration of the construction phase, which is expected to start in May 2007. 6. STAFF ASSIGNMENTS: Ayres & Associates, Inc. Hisham Sunna, Ph.D., P.E. Project Manager - Structural Engineering 7. CORRESPONDENCE/REPORTING PROCEDURES: All correspondence and reports shall be sent to: Perry Lopez, Building Construction Manager City Of Clearwater 410 N. Myrtle Ave. Clearwater, Florida 33755 Copies of all correspondence shall be sent to: Michael Quillen, P.E., City Engineer P.O. Box 4748 Clearwater, Florida 33758-4748 8. INVOICING/FUNDING PROCEDURES: The budget for the project is a lump sum of $390,537.00, with invoicing based on percentage completed. Invoices will be sent to Marty Pages, Administrative Analyst, Engineering Department. City Expenditure Code: 0315-92340-561300-541-000-0000 .. , 9. PROJECT COMPLETION REPORT: Required for this project. Deliverables for the project identified in the Scope of Work. 10. MISCELLANEOUS: In addition, Ayres & Associates, Inc. will provide the following services during construction: Monthlv Payments - Ayres & Associates, Inc. will prepare progress payments on account of unit price work based on the number of units completed. Contractor shall submit - not more often than once a month - to Ayres for review an invoice for payment filled out and signed by the Contractor, covering the work completed as of the 25th of each month and accompanied by supporting documents required by the City and the contract documents. A retainage of not less than 5% of the amount of each approved invoice will be held until final completion & acceptance of the work covered in the contract documents. At the end, monthly payments shall be reviewed and approved by the Building Construction Manager. ChanQe Orders - Ayres & Associates, Inc. will issue all change orders that will be necessary during the construction period. However, prior to final payment a final change order will be issued to reflect actual overages or underages on account of all work actually performed by the Contractor, with the contract cost correspondingly adjusted. All change orders shall be reviewed and approved by the Building Construction Manager. 11. PUBLIC INFORMATION: For public information services Ayres & Associates, Inc. will assist the City as needed, however, Ayres shall direct all requests from the media to Mr. Gary Johnson, Public Services Director, at 727-562-4780, or Ms. Joelle Castelli, Public Communications Department, at 727-562-4881. >c,' . P~8Y: _- ~'? ",tfAa.- Mic el D. iIIen, P.E. Date Nizar K. Jetha, P.E. City Engineer Vice President 4/18/07 Date