Loading...
HomeMy WebLinkAboutAmendment No. 6 Chen & Associates, Inc.any- a s'~7 a' AMENDMENT No. 6 TO THE PROFESSIONAL SERVICES AGREEMENT .; BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND CHEN AND ASSOCIATES, INC, DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT OF WAY IMPROVEMENT PROJECT, SAID AMENDMENT IN AN AMOUNT NOT-TO-EXCEED $23,766; FOR THE PROVISION OF ADDITIONAL PROFESSIONAL SERVICES NECESSARY FOR THE REDESIGN OF LINCOLN LANE NORTH, NEIGHBORHOOD N0.9B, CITY CENTER RIGHT OF WAY NEIGHBORHOOD IMPROVEMENT PROJECT. This Amendment No. 6 to the Agreement, made and entered this~~~ay of~b~~6~rK-- 2008, 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, a Florida Corporation, having its offices at 420 Lincoln Road, Suite 240, Miami Beach, Florida 33139 (hereinafter referred to as the Consultant). RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 68-02/03, the Mayor and City Commission adopted Resolution No. 2004-25678, on September ~8, 2004., approving and authorizing the Mayor and City Clerk to execution an Agreement with Chen and Associates, Inc. (Consultant), in snot-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 February 8, 2006, the City Commission adopted Resolution No. 2006- 26126, approving Amendment No. 1 to the Agreement, in an amount not-to-exceed $347,925, to include the design of streetscape improvements on Meridian Avenue from 17th to 18th Street, and miscellaneous water and wastewater main improvements; and WHEREAS, on December 6, 2006, the City Commission adopted Resolution No. 2006-26388, approving Amendment No. 2 to the Agreement, in an amount not-to-exceed $88,081, to include the design of streetscape improvements on 21St Street, between Park and Collins Avenues, Construction Administration and Resident Project Representative (RPR) services for Lincoln Road, between Collins and Washington Avenues; and WHEREAS, on April 24, 2007, 'the Capital Improvement Projects (CIP) Office approved Amendment No. 3 to the Agreement, for anot-to-exceed amount of $16,973, for the design of bike lanes/routes within t he City Center Right-of-Way Neighborhood Improvement Project; and WHEREAS, on September 5, 2007, the Capital Improvement Projects (CIP) Office Executed Amendment No. 4, in an amount not-to-exceed $24,923, for the additional planning services for the proposed improvements along the Lincoln Road corridor, between Washington and Collins Avenues (Bid Package 9C); and WHEREAS, on May 5, 2008, the Capital Improvement Projects (CIP) Office approved Amendment No. 5 to the Agreement, for snot-to exceed amount of $23,935, for design revisions to the Bid Package 9B, City Center Commercial District Right-of-Way Neighborhood Improvement Project, necessitated by the Miami-Dade County Public Works Department Traffic Division; and WHEREAS, the Consultant has submitted a proposal for additional professional services for the additional scope of work associated with the redesign of improvements within the Bid Package 9B, Lincoln Lane North between Pennsylvania and Washington avenue adjacent to the New World Symphony project; and WHEREAS, the total additional fee requested by the Consultant for the additional work is $23,766; 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, this Amendment No. 6 to the Agreement, will revise the total contract sum to anot-to-exceed total of $2,670,376. 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. 6. 2. MODIFICATIONS The Agreement is amended to include and incorporate the additional work, as set forth in Schedule "A-6", 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. 6. IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 6 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: CITY OF MI I B AC LORIDA .7 ~,~ I Robert Parcher, City Clerk r E. Cha IP Dir or A S CON TANT: CH D ASSOCIATES, INC APPROVED AS TO S etary Presi FORM & LANGUAGE ~ & FOR EXECUTION Print Name Print Name .~ ld zY PIj' y AttorneyC~ ~ a SCHEDULE "A-6" SCOPE OF SERVICES Schedule "A" entitled, "Scope of Services", is amended as follows: ADD the Following under Task 5 -ADDITIONAL SERVICES Task 5.8 -Additional Design Services The CONSULTANT shall furnish additional design services associated with the City Center Neighborhood Right-of-Way improvements as noted below: Task 5.8 Revisions to Lincoln Lane North: The CONSULTANT shall provide professional services for the design of the revisions to the proposed right of way improvements along Lincoln Lane North between Pennsylvania Avenue and Washington Avenue adjacent to the proposed New World Symphony campus. The proposed configuration of Lincoln Lane North needs to be revised based on changes to the New World Symphony project. The following changes will be implemented as part of these revisions: • Elimination of roadway connection between Lincoln Lane North and 17th Street • Creation of roadway connection between Lincoln Lane North and Washington Avenue • Shift of cross section alignment for Lincoln Lane North to north • Installation of wider sidewalk and landscape areas along south side of Lincoln Lane North • Replacement of existing drainage facilities within right of way for Lincoln Lane North The proposed north edge of pavement will act as boundary between the City Center project and the New World Symphony project. Professional services to be provided by the CONSULTANT shall include: 5.2.21 CONSULTANT shall attend coordination meetings with the design team for the New World Symphony Project to properly incorporate the-- details of the New World Symphony at the .boundary between the two projects. The design team for New World Symphony Project will be responsible for obtaining regulatory approval from Miami-Dade Traffic Engineering for the realignment of Lincoln Lane North and its connection to Washington Avenue. 5.2.22 The CONSULTANT shall revise all design drawings impacted by the reconfiguration of Lincoln Lane North between Pennsylvania Avenue and Washington Avenue adjacent to the New World Symphony Project. Revisions will be conducted on Sheet 16 and Sheet 20 of the Bid Package 9B design plans for all of the impacted disciplines. 5.2.23 The CONSULTANT shall update the construction cost estimates based on the revisions to Lincoln Lane North between Pennsylvania Avenue and Washington Avenue adjacent to the New World Symphony Project. 5.2.24 CONSULTANT shall attend meetings with regulatory agencies, including Miami-Dade Traffic Engineering, to assist the design team for New World Symphony Project in gaining approval for the reconfiguration of Lincoln Lane North between Pennsylvania Avenue and Washington Avenue. 5.2.25 The CONSULTANT shall revise all design drawings per comments received from the regulatory agencies. TIME OF COMPLETEION The Consultant shall incorporate the design changes and update the associated cost estimate for the design modifications for Bid Package 9B within six weeks of the execution of this amendment. PAYMENT AND COMPENSATION The method of calculating fees for the aforementioned proposed additional professional architectural and engineering services is based on estimated labor plus direct costs. The total fee proposed for this Scope of Work shall be on snot-to-exceed basis, in the amount of $23,766. Invoicing will be monthly and based on hourly rates as defined in the current Agreement between the City and Consultant. COMPENSATION • Original Agreement amount $2,144,773. • Amendment No.1 (Design services for the installation miscellaneous water and wastewater main upgrades, and improvements on Meridian Avenue from 17th to 18tH Street), amount $347,925. • Amendment No.2 (Design services for the improvements to 21St Street, between Park and Collins Avenues, Construction Administration and Resident Project Representative (RPR) services for Lincoln Road, between Washington and Collins Avenues), amount $88,081. • Amendment No.3 (Design. services for the installation of bike lanes/routes), amount $16,973. • Amendment No. 4 (Design services for Lincoln Road Streetscape .Improvements between Washington Avenue and Collins Avenue, Bid Package 9C), amount of $24,923. • Amendment No. 5 (Design revisions for City Center Neighborhood 96 necessitated by the Miami-Dade County Public Works Department Traffic Division), amount $ 23,935 • Amendment No. 6 (Redesign of Lincoln Lane North Adjacent to the New World Symphony Project, Bid Package 9B), amount $23,766. • Revised Agreement amount $2,670,376. x m m ~~_ i~ V LL N ~ ~_ V ~"' Q J Z O V W a C7 a w V Z Q O I- C9 W J D W V w w LL Z a z w a V ~"' Q J N z 0 V r c m m `m C d V W . ~A~ E" ° M O O O OC 0 I ~ O~ N D 1 0I i a D C O c 0 ~ 1 ^ ~'!n 69 0 ~ Yi ~ N N ~"p f A I A F A ~•U N ~ I N n c 0 h 0 i ( 0 O 0) m ~:~ N F-,.~ O.O I ~,2 J V' •~ ~ w- ~ 0 N a00 J V W F- ll~ ~ N a00 ~ O O ~: LL:',lW ~ ~,: 7: F-:= O In ~ In N 0 .~- ~ 0 lf) c0 DO N:~ W ,~ w w rn 00 z . , o o l Z w $: , ,~ .. w ~ ~ o `„ ~ " ` ' W CJ ~ ~ ~ W ~ ~ Q.. ~ V7 0 ~ N M ~ ~x~ ': ".'1: Y ; ~ ~~~ U Q war. N ao -V ~: N N V ~ O ~~ a_p :, `n w z ~ z z 0 r Q W U , ,~~= ~ Q ~ W 5~ ~ ~ e:d~'O } p W ~~,. Z F. ~ ~~`~ w ~ ~ g o w: ~ o o, ~ w w z ~ ~ N z w ~ ~ cn ~ °D ~ ?_c i N ~ :.:? S Z Q 3 Z Y Iw- ao z z w ? z z ~ > z g C9 F tn W C9 0 ~ w - w W Z F Z (A ~ O w tA O ~ ~ w w ur " ~- rJ' O W U W ~ W O S J i l J ' g ,¢UM-~ ~ ~ w ~ v~ ~ W rn ~ F m a N s f' - ~ O F ' ~ ~ 3 Q ' U d' 2' Q Q V ) 2 ~"y4 Y~:'. ~ -_ ~j r N M ~ ~ ~l,l:;: CO In CO In 00 ~ OD to a0 lC 7