HomeMy WebLinkAboutAmendment 2 - CSA Southeast, Inc. AMENDMENT NO. 2
TO THE PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH, FLORIDA
AND
CSA SOUTHEAST, INC. (NOW KNOWN AS C.A.P. GOVERNMENT, INC.) .
DATED SEPTEMBER 2005
FOR THE PROVISION OF PROFESSIONAL SERVICES ASSOCIATED WITH ADDITIONAL
CONSTRUCTION ADMINISTRATION SERVICES FOR STAR ISLAND ROW
INFRASTRUCTURE IMPROVEMENTS IN A NOT TO, EXCEED AMOUNT OF $24
This Amendment No. 2 to the Agreement made and entered this 11 day of ®v&wi8 2011, by
and .between the CITY OF MIAMI BEACH, a Municipal Corporation existing under the. laws of the
State of Florida. (herei nafte r referred to as City), having its principal offices at 1700 Convention
Center Drive, Miami Beach, Florida.33139, and C.A.P. Government, Inc., a Florida Corporation,
'having its offices at 8350 NW 52, nd Terrace, -Suite 209, Doral, Florida; 33166 (the firm formally known
as CSC Southeast, Inc. and hereinafter referred to as Consultant):
RECITALS
WHEREAS,. on September 2005, the City entered into a Professional Services Agreement
with CSA Southeast, Inc. (Consultant), pursuant to Request for Qualifications (RFQ) No. 10- 04/05,
to Provide Professional Architectural and Engineering Services in Various Professional Specialties
On An "As- Needed Basis ", for Capital Projects In Which the Basic Construction Cost, Does Not
Exceed $500,000 Per Project, or for Study Activities for Which the Fee Does Not Exceed $25,000, :
and Continuing Contracts Up To $50,000 for the Duration of Two Years With Two Optional One -
Year Renewals (the Agreement); and
WHEREAS, the Agreement provides for the detailed planning, design, bid, award and
rt construction services for Star Island ROW Infrastructure Improvements; and
WHEREAS, on July 21, 2011, the City, through its Capital Improvements Project (CIP) office,
executed Amendment No. 1 to the Agreement, for additional compensation to add additional time to
the Resident Project Representative Services (RPR) to enhance the RPR services from part time to
full time RPR Services, and
WHEREAS, the project has encountered additional time delays due to unforeseen conditions
and- rain delays "that has added time to the project completion date from November 1 -5, 201,1 to
February 15, 2012, and
WHEREAS, on October 17, 2011, the Consultant transmitted an additional service request
for extended construction administration for a not to exceed amount of $24,960.00, and
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. 2. \
2. MODIFICATIONS f
A. The Agreement is amended to include "Exhibit A", and incorporated herein.
B: All references to Consultant in the Agreement,. referring to Consultant as "CSA
Southeast, Iric., shall be deemed amended to refer to Consultant's new name,
"C.A.P.' Government, Inc." Additionally, the Article 16 of the Agreement entitled
"Notices, shall be amended to reflect Consultant's new name and address as
follows: C.A.P. Government, Inc., a Florida Corporation, having its offices at 8350
NW 52 " Terrace, Suite 209, Doral, Florida, 33166
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. 2. -
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No., 2 to be executed in
their names by their duly authorized officials as of the date first set above.
ATTEST: CITY OF MIAMI cl/
By
City Clerk Cit an g° r
Robert Parcher Jorge M. Gonzalez
ATTEST: CONSULTANT:
C.A.P. Government, In
0
By ..�..
Secretary _ President
Print Name Print Name
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
l
-Aj Attocn Date
Exhibit A
cap g ovemmen t
October 17 2011
Mr. Roberto Rodriguez
Capital .Projects Coordinator
City of Miami. Beach Capital Improvements Projects Office
1700 Convention Center Drive
- - Miami Beach, Florida 33139
Re: Proposal for Professional Engineering Services for City .of Miami Beach Star Island..
ROW Infrastructure Improvervaents — Extended Construction Phase Services R
Mr:..Rodriguez : _ v - _ - - .._.___ ._:_. _ _
We - appreciate `the opportunity extended to C.A.P. Government Inc. (CAP) to submifa Proposaffor
Professional Engineering. Services. for- .the referenced project: The following Scope_ of -_ - -
- Services is based on the information and direction that wee - have received - from your office and is
hereby submitted.for your review and approval. -
T
PROJECT UNDERSTANDING _
- - - Our - current - agreement for construction -phase services - assumes a construction -duration of -- --
_ . months with a full time inspector for the duration of the project . Final completion of the project
- was scheduled for November 15� -2011 _ _ ______ __ _ _
The scope of services - below provides the Resident Project Engineer for an additional .3 months
due to additions in the scope of the Contractors work. Substantial Completion is scheduled for
January 15, 2012 and Final Completion for February 15 2012.
SCOPE OF SERVICES
CONSTRUCTION PHASE SERVICES
A. CONSTRUCTION PHASE SERVICES
CAP will provide construction phase services as follows
a. Resident Project Representative Inspections for a construction duration of an additional
three months . Inspection of construction activity as required for conformance with Contract
Documents and final- certification of project.
C onstruction Phase Lump Sum Fee .....:.........................:..... .......:........... .I........... $24,960.00
C.A.P. Government, Inc.
8550 NW 52 " Terrace Suite 209 Dorai, Florida 33166
Office (305) 448 -1711- Fax (305) 448 -1712-
www.capfla.com
I ,
i o
o
- o
o� 00000goo °noo�o�c�o� °o °o °o,o$._.. o 0 0 0 0
a.: ooa 0 0 0 0 0
N 000 cio o o O O
o�i'o:0000co'oOC o 0 o o a
U ��a��►��esrw�eo ��v) w�nv�c� w rn � w
N N N 04 N
Z. O O . O
U }a a p O
(L' v O a
m
w � z
ur o p
. 1 `.y 0
p ' O J X, J
o E .
cl
0
d
C a
- til y to __ . _ _ _.- .-•- . -- _ _._ . __.
a c •
n _ .
w a o O
mc 0.
pmoiN o
C 4 0 ) ti a N
o m c aLnrnc9OO
ck:
� y �V) LU
N
' c u a o p 9
w -
.�
-
U a o rn
m c n a� d C:
0 CD aU0.C� �W G
O. m �.
z
000000c)c
t�a0000c>c, !�
m ^ ? 69 bA U9 (Fi EA Y)
ui
d
4
U ..
ui
a�
' - v
06 � fl p
E7! r. N w W 0
:R
m Q ¢ O
a z Z L) N U
cell p w p 13 En
C! �D V W Q
z t9 : X a
4f M N W F- a w' � j' ..
z F'
Q 06
0.
O 4, M
a. Q u' o w m Q a
o m M cr p
v�