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 ;