Loading...
HomeMy WebLinkAboutAmendment 8 - EAC 005 -- . 3 AMENDMENT NO. 8 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. 8 to the above referenced Agreement is made and entered this alg/ Way of e r , 2011, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the I ws 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 27; 2005, the Mayor and City Commission adopted Resolution No. 2005- 25973, approving and authorizing the Mayor and City Clerk to execute an Agreement with the Consultant, for Professional Architectural and Engineering Services for the Biscayne Point Neighborhood Right -of -Way (ROW) Improvement Project (the Project); and 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, modifying 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 i i Biscayne Point Amendment No. 8 Page 2 of 4. 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, 2009, 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, Amendment No. 6 is currently being processed for the City Manager's administrative approval, in the amount of $3,522, for additional services to investigate, assess, and recommend alternative swale reinforcement methodologies to be utilized along Stillwater Drive; and WHEREAS, - Amendment No. 7 is .currently being processed for the City Manager's administrative approval, in the amount of $7,251, for additional services to conduct an assessment of existing seagrasses, conduct and evaluate salinity readings, and provide a report of findings for areas near the Project's storm water outfalls as requested by the Miami -Dade County Department of . Environmental Resources Management (DERM) for the Class 11 Permit; and WHEREAS, the following Amendment No. 8, in the amount of $24,974, for additional services to provide the design and construction administration services for the Project's irrigation design as requested by the City's Parks and Recreation Department. 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:, 8. . 2. MODIFICATIONS The Agreement is amended to include the additional terms and conditions outlined in Exhibit . "A and the additional professional services for the Project to provide the.irrigation design for the Project, as described in EAC's proposal, dated October 5, 2010, attached as Exhibit "B" to this Amendment. 3. OTHER PROVISIONS All other provisions of the Agreement remain unchanged. 4. RATIFICATION I The City and Consultant ratify the terms of the Agreement, as per this Amendment No. 8. i 1 . i Biscayne Point Amendment No. 8 Page 3 of 4 IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 8, to be executed in their names by their duly authorized officials. as of the date first se(forth above. ATTEST: CITY OF MIAMI BEACH Cit . lerk V9&qVI' an er Robert Parcher ATTEST: CONSULTANT: EAC CONS , I C. Secretary: —Pfesident Lt�rh���r��a✓(� Print Name Print Name APPROVED AS TO FORM & LANGUAGE &, F(1 EXECUTION �,. -' ttorne r , ate ATTACHMENTS: V ` Exhibit A Exhibit B F; \CAPI \$all \Employee Files \BERT \Biscayne Point \Contract \EAC\Amendment #08 \Biscayne Point - Amendment No. 8.doc I I i Biscayne Point Amendment No. 8 Page 4 of 4 EXHIBIT A A. SCOPE OF SERVICES SCHEDULE A, "Scope of Services ", of the PROFESSIONAL ARCHITECTURAL AND ENGINEERING (A/E) SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH (CITY) AND EAC CONSULTING, INC. (EAC), dated July 27, 2005, is amended as follows: ADD the following under TASK 5 — ADDITIONAL SERVICES SUBTASK 5.08 — NEIGHBORHOOD IRRIGATION DESIGN, PERMITTING AND CONSTRUCTION ADMINISTRATION SERVICES Subtask 5.08.1 — Civil Engineering Design and Permitting: EAC will provide Civil Engineering design and permitting for at least nine new water mains of varying size and lengths terminating at new irrigation meters for connection to the proposed irrigation subsystem /network. This will require construction documents and necessary details and will be included in the Projects' Supplemental Bid Package (Bid Package No. 2). Subtask 5.08.1 — Civil Engineering Design and Permitting: Irrigation System design as directed at the meeting with the Capital Improvements Project Office (CIP), the City of Miami Beach's Parks and Recreation Department (PR) and EAC, dated September 7, 2010. This task includes the engineering analyses, plans, details, specifications and design coordination efforts as well as necessary permitting or approval with the City's PR. The anticipated plan set will include a minimum of twenty -five (25) plan sheets. r B. TIME OF COMPLETION Additional design services contemplated by this Amendment are to be completed a minimum of two (2) weeks prior to the Bid Opening Date for the Project. C. PAYMENT AND COMPENSATION The method of calculating fees for the aforementioned A/E additional services shall be as outlined in Article 7 of the Agreement. Original Contract Value $1,186,807 Amendment No. 1 $129,325 Amendment No. 2 $24,924 Amendment No. 3 $27,000 Amendment No. 4 $113,984 Amendment No. 5 $75,664 Amendment No. 6 $3,522 Amendment No. 7 $7 Amendment No. 8 $24,974 Total Revised Contract Value: $1,593,450.50 i j� Y G /V�[A.N\l BEACH­ X to 5 (-,0 Ex N151T 6: Authorization for A/E Additional Services A/E Firm: EAC Consulting, Inc. A/E Principal Partner: Enrique Crooks Name gignature at Project Name: Biscayne Point Right-of-Way Improvements Additional Services Title: Irrigation Design P.O. Number: 005264 Additional Service Number Amendment #S Cause (Check All That Apply: UTILITY COMPANY /PUBLIC AGENCY REQUEST OWNER/ CONTRACTOR REQUEST El OWNER / CONTRACTOR DELAY UNFORSEEN CONDITION 0 OTHER Contract Reference: Reason for Service: (Back -up attached): Parks and Recreation Department requested bulb -outs throughout the project be irrigated." Consultant states that the irrigation design was an additional service because the contract only requested -bulb -outs be xeriscaped. Description of Services: Civil Engineering design and permitting of at nine (9) water mains of varying size and length term inating at new irrigation meters for connecting to o the proposed irrigation network. Irrigation system design including engineering analysis, plans/ drawings, detai s, specifications and design coordination ; efforts, and permitting. Sch luled Start Date: 12/15/10 Scheduled Completion Date: 12/30/10 Sch led Construction Cost: S N/A Cost of Services: S V � P/ S ring : Funding Ac #: 1 t C SCP / CPC, C pi tal Improvement Projects UZM1 iana. e Office 8 G.l Assistant Director, Capital Improvement Projects 4eDi ec or apit rov me' t P f jects. i Budget - Office , A^ October 5, 2010 EAC Consulting, Inc. Janette Fernandez- Arencibia, P.E. Capital Projects Coordinator City of Miami Beach - Capital Improvements Office 1700 Convention Center Drive Miami Beach, EL 33139 Re: Biscayne Point Neighborhood Infrastructure improvements Project Supplemental Professional Services Proposal for Neighborhood Irrigation Design Services Dear Ms. Arencibia: Pursuant to the project meeting held with CIP and the City's Park and Recreation Department, please find as follows our fee proposal to undertake the requisite professional services for the neighborhood wide irrigation system. As you will recall, the meeting deliberations concluded that this work was not included in the original scope of services as the BOW did not recommend irrigation of all new planters and bulb outs included as part of the streetscape improvements. Our services on this supplemental scope of services will require the following: • Task 1 : Civil Engineering Design and Permitting for at least nine new water mains of varying size and ,length terminating at new irrigation meters for connection to the proposed irrigation subsystem /network. This will require construction documents and necessary details and will be included in the project's supplemental bid package (Bid Package No. 2). • Task 2 : Irrigation System Design as directed at the meeting referenced above. This task includes the engineering analyses, .plans /drawings, details, specifications and design coordination efforts as well as necessary permitting or approval with the City's Parks'and Recreation Department. These services will be provided by a specialty consultant through our landscape sub consultant and the fees for these services are included as a reimbursable item. As noted previously, these tasks detailed above constitute a variance from the established Basis of Design (i.e. BOOR) / contractual obligations of EAC Consulting, Inc and as such, our proposal to undertake the requisite work is consistent with the City's policies to compensate for work done or to be performed in addition to the established Basic Scope of Services. Please find attached our fee proposal tabulation consistent with the scope of work itemized above. Please forward to us amendment to our current contract and Notice -to- Proceed (NTP) as we will require these documents prior to commencing and /or finalizing this scope of services. Sincerely, EAC C ns` to nc Michael A i e, : P.E'. Civil Engineering Manager c.c. file 815 NW 57 Avenue, Suite 402 Warm. FL 33126 !Phone: 305. 264.2557 Wax: 305.264.8363 Iwww.eacconsult.com tCA# 7011 p L 7 i Fl Fl 5 O _ - g N�O�CVW E � ` Sol ;r4 If i 4 II vpq a s Q � g MIX Q t7 t M 0 11 `yit ;