Loading...
HomeMy WebLinkAboutAmendment 6 - EAC Consulting, Inc. 00' 2S 4 AMENDMENT NO.6 TO THE PROFESSIONAL ARCHITECTURAL AND ENGINEERING (A/E) SERVICES AGREEMENT +. BETWEEN THE CITY - OF MIAMI BEACH, FLORIDA AND EAC CONSULTING, INC. DATED JULY 27, 2005 " FOR THE PROVISION OF PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE BISCAYNE POINT RIGHT -OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT. This Amendment No. 6 to the above referenced Agreement is made and entered this 2� day of 6 KLC, fy , 201 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 the City), and EAC CONSULTING', INC., a Florida Corporation, having its principal office at 815 NW 57 Avenue, Suite 402, Miami, Florida, 33126 (hereinafter referred to as the Consultant). RECITALS: WHEREAS, on July 2, 2005, the Mayor and City Commission adopted Resolution No. 2005- 25973, approving and authorizing the Mayor and. City Clerk to execute an Agreement with Consultant, for Professional Architectural and Engineering Services for the Biscayne Point Neighborhood Right -of -Way (ROW), Improvement Project (the Project); and . r WHEREAS, the Agreement provides for the planning, design, bidding and award, construction administration, and reimbursables for the Project; and WHEREAS, the Agreement was executed in the amount of $1,186,807; and WHEREAS, on March 6, 2006, the Mayor and City Commission approved Resolution No. 2006- 26133, approving Amendment No. 1 to the Agreement, in the amount-of $129,325, for professional services for the design, permitting and construction of an additional 11,000 linear feet of water main infrastructure required by the City's Public Works Department; and WHEREAS, on January 6, 2009, Amendment No. 2 to the Agreement was approved, in the amount of $24,924, for additional storm water system modeling services; and ' WHEREAS, on January 28, 2009, the Mayor and City Commission approved Resolution No. 2009- 26979, approving Amendment No. 3 to the Agreement, in the amount of $27,000, for additional professional services for the inclusion of pavement markings and signage drawings which were not included in the original design; and WHEREAS, on September 9, 2009, the Mayor and City Commission adopted Resolution No. 2009- 27191, modifyin the approved Basis of Design Report (BODR) to change the design of Stillwater Drive, the 77 . Street entryway, provide improvements to the Tatum Waterway Bridge and provide additional neighborhood signage; and t Biscayne Point Amendment No. 6 Page 2 of 3 WHEREAS, on December 9, 2009, the Mayor and City Commission approved Resolution No. 2009- 27257, approving Amendment No. 4 to, the Agreement; in the amount of $113,984, for additional professional services to design storm water pump- stations; and WHEREAS, on December 9,- the Mayor and City Commission also approved Resolution No. 2009 - 27258, approving Amendment No..5 to the Agreement, in the amount of $75,664, for additional design and construction administration services for the redesign- of Stillwater Drive (as per the revised BODR requirements addressed in Resolution No. 2009- 27191); and WHEREAS, the following Amendment No. 6, in the amount of $3,5.22, is for additional services to investigate, assess, and recommend alternative swale reinforcement methodologies to be utilized along Stillwater Drive. 1. ABOVE RECITAL 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 additional professional services for the Project consisting of investigations, assessments, and recommendations of alternative swale reinforcement methodologies for the approved modifications to Stillwater Drive, as described in EAC's proposal, dated May 4, 201 0, :attached as Exhibit "A" to this Amendment. 3. OTHER PROVISIONS All -other provisions of the Agreement remain unchanged. 4. RATIFICATION The City and Consultant ratify the terms of the Agreement, as per this. Amendment No. 6. i Biscayne Point Amendment No. 6 Page 3 of 3 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 MIAMI BEACH, FLORIDA ity Clerk; jt Cit ager Robert Parcher Jorge zalez ATTEST: CONSULTANT: EAC CONSULTI . Secreta ry: . GiPsI ,r Alt, iiICOjel A✓C. AAWA1iq4/'e- Print Name Print Name APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION . � . ate ttorne ATTACHMENTS: Exhibit A ti.:.. )Cyt. _j ,i_ '_ 9 '! :{'C: yr a . �y i..,.y, ti (' "!'.,r: rr.._.,�_ � Y�. �,L..0 :/i'Iti: { 4�IY3i,:�' — �, ail.. �fi�...�S��EEti.� \Ji3:.3.'�'7.,, t EAC Cnut4n1 .p. E XH 16 17 May. 4, 2010 Miguel Perez, Capital Projects Coordinator City of Miami Beach Capital Improvements Office 1700 Convention Center Drive Miami Beach, FL 33139 Re: Biscayne Point Neighborhood Improvements Project Additional Services Proposal - Swale Reinforcement Revisions Dear Mr. Perez: Based on the directives of the City C.I.P office, please find attached our proposal to undertake services related to the investigation, assessment and recommendation (s) of alternative swale reinforcement methodologies to be utilized along Stillwater Drive. As detailed in our sub consultant's proposal request (on the following page), this effort requires addition time and services. We have estimated the staff hours to complete the tasks associated in this effort and have provided them as a summary consistent with City contract and fee estimation standards. This is also provided as an attachment to this letter. Our total fee proposal of $ 3,522.00 is also provided on the attached fee tabulation. Please feel free to contact our office for any questions and /or clarification relating to this request.. Sincerely, EAC Consulting, Inc Mike Adeife, P.E. Civil Engineering Manager 815 NW- 57-Avenue. Suite 402 1MIarni; FL 33126 1 Phone 305 -254- 2557 Fax: 305"264-8363 w'vnla;eziccoh u[t.com I CA #7011 A ME WALE REINFORCE SCHE CITY OF N RIGHT OF V4tt,AY 'INFRAS TRUCTI CONSULTANT'S C{ MP.E BISCAYN POIN € EAC P# €meConsu 5aWna Miter TX + SCRIP' IO prinii#s l Senior Staff Pev;ect Lrr�iaca t d, tt t n a rear CE insp rtvr clerical m a sia9rs€r CARE PxakM -3r ErsgEfleer� 1 'Engineer Drafter 8.sa2ayes AscPlitert ........... _._ _.. ... _ ._ _ ... i Review and Recommend ,Alternative Swale Reinforcement. pproach 05;1 ParRin r :Snd Reinfei rnem Attern<;tives Are„ lyres 0 0 0 "� #} ..__.. ......... € . 2F ai iron Lai ut Sti iXeS - a rx ;e awd 0 sa,:te :a sh u €3 � t3 G �a s .. :2? 4 xCUt i' jti s� a .#.tuteet r :c (Three �3�i Coo d nati .n Meet,nga. Akre Com.mu ,�t h4o� n9; _ . :._- .. _ _... SUB-TOTAL. F€flUf'a ;EsdGINE,'~F+'3t'dGSERVICES) ..: 0 12 1 0 .. __._. .... ._._ :..:_ __.. .. ........ ....... .:........._ ......... .. ... ....... .. ...... ............. .. ._ .. ....... g . .. .. ..._ . . .. . 15iS8JOTAL FEc: ATE (SAS C SERVICE$€ ....... _. .... ....... ...... . ._ .ti OTHER' DIRECTCOST� .......... " a REPRODUCTION €tai': SERV €CLS. _. e•..1,» 3 TRA .JELAt ID: UBStSTF —KCE ,A €7owar<.,e fo= Per In . ..... . .......... ......... ..... _ SUB -TOTAL C1.D:C. FEE EI~TfIMSITE ..... ........ . .__.._... . ,,_.. TOTAL FEE ESTiMA E ......... r Ids MEN $ A °a ENT�''A L.TERNATI Y ES l4 �f LE S - �Ml :BEACH I RE:,PR.OGRAM AE CONSULTANT iSATION;FEE SCHEDULE NEIGHBORHOOD. 4 Vlers Electrical ' E =silences -- - - -- - -- - - - public SOURS !?raject. Senior Sdaff Prrjacs ProjecaW f?v iic � — E - � = ral ar CSQrical - L.ngtnecr. .. Designer �CAS3D DraHer Ctetical Engaaicer �cluricai � �Invul>otrasnt: tnvofaarnen4 Manager Engineer E Engineer Afaneger Rtanagar j € CafCcer t 6 wc-er 2 t ......... _._ . . _ ... ............ - -__. X2.4 ..._..... - ......: ..:.._.. ::.__:_. ....: .. ..:.:.: ....... ____..- ......... _ - . ....... .. .......... _. ......._..... . .... ......... .. .. ... .. 34 $3.474 e7 .._. .... - _..._... .._.... ......... ._. ...... _. -. ......_. :: ..... .�.:. .. .... .._ ....... ...... _...._ .......... .... .......... ....... ... .......... .....__. ....... i I i I I