Loading...
HomeMy WebLinkAboutAmendment 14 to PSA with Chen Moore & Associates $2,144,773 . aooy-aS��B AMENDMENT No. 14 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND CHEN MOORE & ASSOCIATES, INC. (FORMERLY CHEN AND ASSOCIATES, INC), DATED SEPTEMBER 8, 2004, FOR THE CITY CENTER RIGHT OF WAY IMPROVEMENT PROJECT, IN AN AMOUNT NOT-TO-EXCEED OF$24,640; FOR EXTENDED CONSTRUCTION ADMINISTRATION AND RESIDENT PROJECT REPRESENTATION SERVICES FOR NEIGHBORHOOD NO. 9C, CITY CENTER RIGHT OF WAY NEIGHBORHOOD IMPROVEMENT PROJECT. This Amendment No. 14 to the Agreement, made and entered this AeAiay of ZZekw 2013, 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 MOORE AND ASSOCIATES, INC, a Florida Corporation, having its offices at 500 W. Cypress Creek Road, Suite 410, Fort Lauderdale, Florida 33309 (hereinafter referred to as the Consultant). RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 68-02103, the Mayor and City Commission adopted Resolution No. 2004-25678, on September 8, 2004, approving and authorizing the Mayor and City Clerk to execute an Agreement with Chen and Associates, Inc. (Consultant), in a not-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 16`h 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 171'to 18w 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 2151 Street, between Park and Collins Avenues; and 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 executed Amendment No. 3 to the Agreement, for a not-to-exceed amount of $16,973, for the design of bike lanes/routes within the 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 executed Amendment No. 5 to the Agreement, for a not-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, on November 14, 2008, the Capital Improvement Projects (CIP) Office executed Amendment No. 6 to the Agreement, for a not-to exceed amount of$23,766, for design revisions to Lincoln Lane North, between Pennsylvania and Washington Avenue, adjacent to the New World Symphony project; and WHEREAS, on September 9, 2009, the City Commission adopted Resolution No. 2009- 27159, approving Amendment No. 7 to the Agreement, in the amount of $580,424, for Resident Project Representative (RPR) services for Bid Packages 9A and 96, during construction of the Project; and WHEREAS, on May 19, 2010, the Capital Improvement Projects (CIP) Office executed Amendment No. 8 to the Agreement, for a not-to-exceed amount of 21,078, for design revisions necessary for the re-design of 17`h Street, Pennsylvania Avenue, and Lincoln Lane North, adjacent to the New World Symphony project, and WHEREAS, on February 14, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 9 to the Agreement, for a not-to-exceed amount of$11,235, to provide revisions to electrical drawings indicating service access points from Sound Space Park, and additional services for preparation of a stormwater model to be used to establish existing conditions and determine future stormwater design and collection on Lincoln Road; and WHEREAS, on August 8, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 10 to the Agreement, for a not-to-exceed amount of $25,000, for additional professional services necessary for Resident Project Representative (RPR) and supplemental construction administration services for Lincoln Road, between Washington Avenue and Collins Avenue, Neighborhood No. 9C, City Center Right of Way Neighborhood Improvement Project; and WHEREAS, on September 28, 2011, the Capital Improvement Projects (CIP) Office executed Amendment No. 11 to the Agreement, for the not-to-exceed amount of $6,181, for additional professional services required to revise the design plans to reflect a wider pedestrian crossing at 17"' Street and Drexel Avenue and roadway geometry changes at the intersections of 17'h Street and Pennsylvania Avenue; and 17'x' Street and Convention Center Drive, resulting from the proposed pedestrian signalization additions on 17th Street between Convention Center Drive and Washington Avenue; and WHEREAS, on February 8, 2012, the City Commission adopted Resolution No. 2012- 27834, approving Amendment No. 12 to the Agreement, in an amount not-to-exceed $152,155, for extended Construction Administration and Resident Project Representation Services (RPR) during construction of the project; and WHEREAS, on March 13, 2013, the City Commission adopted Resolution No. 2013--28161 approving Amendment No. 13 to the Agreement, in an amount not-to-exceed $147,044;for additional professional services required for the City Center 9A Project; and WHEREAS, the Consultant has submitted a proposal for additional professional services required due to extensions of time required as a result of to the Contractor's default on the City Center 9C Project; and WHEREAS, the total additional fee requested by the Consultant for the additional work is $24,640.03; and WHEREAS, the Capital Improvement Project Office has evaluated the Consultant's cost proposal and are in agreement that the proposal is reasonable; and WHEREAS, this Amendment No. 14 to the Agreement, will revise the total contract sum to a not-to-exceed total of$3,638,133 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. 14. 2. MODIFICATIONS The Agreement is amended to include and incorporate the additional work, as set forth in Attachment 1 and Schedule B, 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. 14. IN WITNESS WHEREOF, the es hereto have caused this Amendment No. 14 to be executed in their names by their du 0. ; icials as of the date frst set forth above. �P ATTEST: `� Cl Y OF MIAM EACH, FLORIDA �--`�� '��..-� ,. INCORf' ORATED' Rafae Granado, Cityc •... ;` J my L. orates, City Manager C NSULT T E C EN O RE AND ASSOCIATES, INC. I 9 ecretary ✓ Pre s' t D--�,C"— Z. c v pF try Print Name Print qame APPROVED AS TO FORM & LANGUAGE 6FOR EXECUTION ity orneO6 Date AMENDMENT NO. 14 SCOPE OF SERVICES ADDITIONAL DESIGN SERVICES FOR CITY CENTER RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROJECT SERVICES DURING CONSTRUCTION CITY CENTER—NEIGHBORHOOD NO.9C Basis of Scope: • It is anticipated that the construction timeframes for Bid Package 9C will be 4 months. Schedule "A"entitled, "Scope of Services", is amended as follows: Please add the following Task 5.10.6.1 to the existing scope of services: "Task 5.10.6.1 — Additional Construction Administration Services: The CONSULTANT shall provide a qualified field professional to provide an adequate quantity and quality of observation as required to reasonably verify that critical elements of the construction project are being complied with, and that the general intent of the contract documents is being met. In this effort, CONSULTANT's level of effort shall be based upon a period of up to four (4) months for Bid Package 9C of field representation and office construction administration support. Should this level of effort be exceeded or decreased, an equitable adjustment shall be made accordingly. In general, the CONSULTANT's field professional shall observe the construction of the work and; (a) Conduct on-site observations of the work in progress to assist in determining if the provisions of the Contract Documents and permit conditions are being fulfilled and to reasonably protect the CITY against defects and deficiencies in the work of the Contractor. CONSULTANT shall report, to the CITY in writing, whenever it is believed that work is unsatisfactory, faulty or defective and / or does not conform to the contract documents, does not meet the requirements of inspections, tests, or has been damaged prior to final payment. (b) Verify that tests, equipment and systems start-up are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof;and observe,record, and report appropriate details relative to the test procedures and start- up. (c) Review materials and workmanship of the projects and report to CITY any deviations from the Contract Documents that may come to the CONSULTANT's attention. Determine the acceptability of the work and materials and make recommendation to CITY to reject items not meeting the requirements of the contract documents. (d) Check Contractors' material certifications and samples, verifying that delivered materials match approved shop drawings. Page 1 of 2 (e) Direct and supervise the sampling and testing of materials to be performed by independent testing laboratories under subcontract to the CITY.This task includes the receipt, review and processing of invoices from the independent testing laboratories for payment by the CITY. (f) CONSULTANT shall verify and sign off on all pay requisition quantities in the field. In this effort the CONSULTANT shall advise the CITY of quantities being approved for concurrence. (g) The CONSULTANT's field personnel shall have suitable training, understanding of the Project, and authorization, to address, process, evaluate, recommend, respond to, review and issue Requests for Information, Contract Document Clarifications, Field Orders, Change Order, requests for Proposals and other such Project contraction related correspondence and documents as may be forwarded by the Contactor, or requested for issuance as the Project needs dictate. In this effort, Office Support may be provided by CONSULTANT on an as-needed basis. (h) The CONSULTANT shall perform independent reviews for the Change Orders and provide a written opinion as to the merit / value of such items to the CITY. It is understood that no legal claims assistance or support services are inferred by the work effort noted under this Task. If Contractor's work schedule requires field personnel to visit the site outside of normal work schedule, CONSULTANT will be entitled to an equitable adjustment accordingly, based on the hourly rates set in the Schedule B. Deliverables - Provide specialty visits. - Review and prepare responses for monthly contractor pay requests. - Prepare responses for RFI's and prepare Field Orders. Schedule - Ongoing throughout Project." C:\Users\obell o\Docur nenrs\C1ren\Projects\Aliatni Beach\Ciry Center 9CV JOd 1 S Ciry Center-Scape jar Anrendmenr XX(CM CC9C).doc Page 2 of 2 \ � \ � [! , /\ - . $ ° � a, § : �� I \� ] § � S§ § LuLuk A �MLL e ��§w $ LU—03 z m 10 o §� � A7 2 WIL L) §§In $ mz � r k ! /§ Z I k � . � | ' � § | � fig, � ' C § � k; § f ) uj LU �> \ kc « ) % M » ? Rom�§ g k 'r° ° U) k � � ) d\ ) ) | k§% k§) j �/ ' 2 ; fi�& � � f � $ I � | \} � .f � § �$ � f UJ [ , ( \x � g m Aw � « §§� � § ƒ «oz � � _oo00 .j % 0 �MI . 6 Ll §�§a � wom -- ow ol k z kz BS � k � ! ; 2 z ! � $ § § k cc § '$ ƒ § ! . $ U§ K 2 2) § � ) ■@§ r f C.) u , LLI �a: k % 22» @ S @§ ] kk/ U- § § ) ■k - «< 822 . 00 ) / �§§ �