Loading...
Amendment No. 101( ~'2S vZ ~o~a -~. ~ gq~ AMENDMENT N0.10 ~; TO THE PROFESSIONAL ARCHITECTURAL AND ENGINEERING (A! E) SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND WOLFBERG ALVAREZ ~ PARTNERS, DATED SEPTEMBER 25, 2002 IN AN AMOUNT NOT-TO-EXCEED $18,052, FOR ADDITIONAL PROFESSIONAL SERVICES, FORTHE RE-BID, AND ADDITIONAL PERMITTING OF THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO. 12C -SOUTH PO[NTE RDA PHASE II PROJECT. ro This Amendment No. 10 to the Agreement made and entered this I ~~day of ~Tclo~"L, 2009,' by and between the CITY OF MIAMI BEACH, a Municipal Corporation existing under the Eaws of the State of Florida (hereinafter referred to as City}, having its principal offices at 1700 Convention CenterOrive, Miami Beach, Florida 33139, and WOI_FBERG ALVAREZ &PARTNERS, a Florida Corporation, having its offices at 1500 San Remo Avenue, Suite 300, Cora( Gables, Florida 33146 (hereinafter referred to as the Consultant}. RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 57-00/01, the Mayor and City Commission adapted Resolution No. 2002-24993, on September 25, 2002, approving and authorizing the Mayor and City Clerk to execute an Agreement with the Consultant far Professional Services for the South Pointe RDA Phase tl Neighborhood Streetscape and Utility Improvement Project (the Agreement); and WHEREAS, the Agreement provides forthe detailed planning, design, permitting, bidding / award and construction administrative services forvarious streetscape /utility improvements within the South Pointe RDA Phase II Neighborhood(the Project); and WHEREAS, the Agreement was executed for snot-to-exceed amount of $469,634.00; and WHEREAS, on February 16, 2005, the City approved Amendment No. 1 to the Agreement, in the amount of $19,750, for the implementation of additional underground utility field verification efforts to further refine contract documents by selectively investigating "utility" foca#ions where proposed underground infrastructure will intersect with existing improvements; and WHEREAS, on March 11, 2005, the City approved Amendment No. 2 to the Agreement, in the amount of $10,750, for additional services for updating I revising the survey for areas within the Project boundary that recently impiementeci right-of-way improvements adjacent to the new private developments, and within along the Alton Road right-of-way from Fourth to Fifth Streets; and WHEREAS, on October 19, 2005, the Mayor and City Commission adopted Resolution No. 2005-26037, approving Amendment No. 3 to the Agreement, in the amount of $272,673, for additional .planning, design and construction administration services associated with the expanded scope of the Project ;and WHEREAS, on January 10, 2006, the City approved Amendment No. 4 to the Agreement, in the amount of $12,626, for additionai efforts associated with Geotechnicai Evaluation services associated wi#h the expanded scope of the Project; and WHEREAS, on May 11, 2007, the City approved Amendment No. 5 to the Agreement, in the amount of $24,999, for additional efforts associated with subsurface exploration/utility verification for the Project; and WHEREAS, on October 2, 2008, the City approved Amendment No. 6 to the Agreement, in the amount of $20,469, for additionai efforts associated with additional design efforts for the paving, grading and drainage of the alleyways, survey and dedication of an Easement and various proposed staging configurations for the Project; and WHEREAS, on November 20, 2008, the City approved Amendment No. 7 to the Agreement, in the amount of $17,921, for the reconfiguration of Parking on Jefferson Avenue; and WHEREAS, on February 25, .2009, the Mayor and City Commission adopted Resolution No. 2009-27009, approving Amendment No. 8 to the Agreement, in the amount of $492,458, for Resident Project Representative (RPR}and Supplemental Construction Administration Services, additional design Services, and Reimbursable Expenses ;and WHEREAS, on March 27, 2009, the City approved Amendment No. 9 to the Agreement, in the amount of $20,000, for design modifcations necessitated by the Miami-Dade County Public Works, Traffic Engineering Division ;and WHEREAS, the following Amendment No. 10 to the Agreement, is for $15,455, for assisting the City with the re-bid effort, and the renewal, and extension of numerous pem~its for the Project;. and WHEREAS, the following Amendment No. 10 increases the total Agreement by $18,052; for a total fee of $1,379,332. 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: ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment No. 10. 2. MODIFICATIONS The Agreemen# is amended to include and incorporate the additional work, as set forth in Schedule "A-10", attached hereto. 3. OTHER PROVISIONS. Ali 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. 2 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: CfTY OF MIAMI BEACH ~. - - _ ~t,° ~,G % _ By ~, -Robert Parcher, City Clerk J' r~~an ' z , ~ y anager ATTEST: CONSULTANT: . WOLFBE LVAR 8~ P RTNERS By Secretary; Presid t: LI ~ ~ ~ ~ Z Print Name Print Name APPROVEfl AS TO FORM $ LANGUAGE FOR EXECUTION '~ , j3 4°~ City Attu e ~ Dats 3 SCHEDULE "A-10" SCOPE OF SERVICES Schedule "A" entitled, Scope of Services", is amended as follows: ADD the following under Task 5 -ADDITIONAL SERVICES The CONSULTANT shall furnish additional design services associated with the South Pointe RDA Phase f I Project (Project} as noted below: Task 5.'I5 -Additional Bid and Award Services Associated with the Re-Bid Effort. The CONSULTANT shall, revise the Construction Documents, which currently propose 7-foot wide parallel parking stalls along 4"' Street and 2"d Street, to reflect the 8-foot wide parking stalls mandated by the Miami-Dade County Public Works Department, Traffic Engineering Division during the permitting review process. The hardscape, drainage, landscape and irrigation, and lighting drawings shall also be modified and coordinated to comply with this parking .stall width requirement. The required changes will be implemented within four (4) weeks of the approval and issuance of the Notice to Proceed for this service. The South Pointe Phase !( Project Invitation to Bid (ITB} No. 13-07/08, was issued on January 25, 2008, and referred to various Committee meetings prior to being rejected by the City Commission on September 17, 2008. On September 30, 2008, [TB 48-07/08, was issued for the re-bid of the Project. As a result of this extended Bid and Award Phase, most of the permits previously obtained for the construction of the Project have expired, or require extensions. The CONSULTANT shall submit for the renewal and/or extension of aA the necessary permits, through Project completion. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 4 ~. C6 ~ ~ M ~ p ~ Lf) N N eD 69 ~ f9 t0 C U~ N ~ ~ ~ N ~ ~ pj T U ~ C w ~ ~ ~ ~ N p cD ti U a ~ ,~ ~r O m ~ C ~"' C) ~ ~ r- ~ n. lA z w .r v~ E» v, 0 c U C¢ ~ 00 ~., p ~ ~ U ~ ~1 ~ ~ ~ ~ ti ~ ww b9 to m ~ Cl ~ ~ ~ ~ M ~ Q w J N ~ C ~ ~ O ~ ' OO ~ ~ 1JJ ~ t!3 N ~ ~ ~ ~ ~~ O ~- O r- N p O W N N c ~ `' r tL J Q fIi ~ fA U N 11') 00 'd' ~ Q. O C~ N N ~ r ~ ~ N ~ to a~`~ w ~+ ~ ~ Z u~ ~ w U O ~ U d o 1~ ~ r n ~ r ~" a ~ ~~ {f~' ~ ~ ~ ~ u, ° ' n a cs Z H w w ~ ~ ~ ~ m ° ~ U -_ ~ ~ ~ ~ J J ~ ~ ~~ Q O ~ ~ V .J. H ~ F" ~~w M- C. Q .~ ~ N O ZpQ ~ o, p N Q m N Qw¢ cn ~ m o ~ a z n m a ~ ~ c~ ~w Y ~ c n .~ o s ~ c O ~ 0] ~ i a b Q J ,S+ f- 2 tL Q ~ c Q ~ ~ ~ 0 W ~ 4 _ ~ a T a o o w~ 0 0 Q X 0 ~ c g w o c , ~ om ¢ ~ ~ ~ ° ~- c~ ~ E-- ~ z U Z ¢ Q ~ ~, ~' ~_ CAPITAL IMPROVEMENT PROJECTS OFFICE TO: Jorge M. Gonzalez, City Manager FROM: Charles Carreno, P.E., CIP.Director DATE: September 28, 2010 ~- t MEMORANDUM SUBJECT: Amendment No.10 - Wolfberg Alvarez and Partners, South Pointe RDA Phase ll Neighborhood No.12C Right-of-Way Infrastructure Improvement. The attached Amendment No.10 covers the provision of additional Bid and Award Services, associated with the rejection of the original South Point RDA II Invitation to Bid (ITB) 13-07/08, and.the issuance if a new ITB 48-07/08 for the Project. The Consultant was required to attend and participate in a pre-bid conference, bid opening, providing responses to bidders' inquiries via written addenda, bid evaluation and technical review, participation in multipleTechnical Review Panel (TRP) interviews, modification of "As-Bid" Contract Documents for a conformed set. In addition, the Consultant was required to apply, for extensions to existing permits, or apply for new permits which. expired as a result of the re-bidding of the Project. The total fee proposed for this Scope of Work shall be anot-to-exceed basis in the amount of $18,052. The Consultant met with the City and its Program Manager, and it was established that this additional service request appear fair and reasonable. . We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.