HomeMy WebLinkAboutAmendment 2 to Agreement
,) () 0 (- 2 II" '1'1 .
7/U/'l-DDI'. {li'-
AMENDMENT NO 2
TO THE
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
CITY OF MIAMI BEACH, FLORIDA
AND
MC HARRY ASSOCIATES, INC., DATED JULY 12, 2000; SAID AMENDMENT
IN THE AMOUNT OF $54,247, FOR THE PROVISION OF ADDITIONAL ARCHITECTURAL,
ENGINEERING AND LANDSCAPE ARCHITECTURAL SERVICES TO COMPLETE THE
DESIGN, TO DEVELOP SPECIFICATIONS AND CONSTRUCTION DOCUMENTATION, TO
PROVIDE CONSTRUCTION ADMINISTRATION, FOR THE RENOVATION AND
RESTORATION OF FIRE STATION NO.4 AND THE CONSTRUCTION OF A NEW FIRE
STATION FACILITY ADJACENT TO THE EXISTING STRUCTURE.
THIS AMENDMENT NO.2, DATED AS OF SEPTEMBER 2Q, 2001, TO THAT CERTAIN
AGREEMENT, DATED JULY 12, 2000, BY AND BETWEEN THE CITY OF MIAMI BEACH,
FLORIDA (CITY), AND MC HARRY ASSOCIATES, INC. (CONSULTANT).
RECITALS
WHEREAS, on January 20,2000, Request for Qualifications (RFQ) No. 41-99/00, was issued for
architectural and engineering services for design and construction administration for the rehabilitation of the
existing building and an addition to Fire Station No.4; and
WHEREAS, on July 12, 2000, the Mayor and City Commission approved a Professional Services
Agreement, in the amount of $160,636, with the firm ofMC Harry Associates, Inc. (Consultant), for design
and construction administration services for the rehabilitation of the existing Fire Station No.4, as well as
an addition to the building to house doimitories and fire apparatus, plus a not to exceed amount of $5,000,
for reimbursable expenses, (the Agreement); and
WHEREAS, on June 6, 2001, the Mayor and City Commission approved an Amendment to the
Agreement and appropriated $21,794, from the $92 Million General Obligation Bond Program, to cover the
costs of additional testing services; and
WHEREAS, on September 20, 2001, the City Commission approved a Resolution instructing the
City Administration to explore design options for the relocation of the new combined Fire Station and Police
Substation facility to a northerly position on the site, for the restoration and renovation of the existing Fire
Station No.4 facility; and
WHEREAS, the City wishes to again amend the Agreement with Consultant, and increase funds,
in the amount of $54,247, available from the 1999 General Obligation (G.O.) Bond, to cover the additional
architectural and engineering fee for the Project.
NOW, THEREFORE, The City and Consultant agree to amend the Agreement as follows:
1. ABOVE RECITALS
The above recitals are true and correct and are incorporated as a part of this Amendment No.2.
Exhibit. A"
To Amendment No.2
Scope of Services/Compensation for Additional Services
Scope of Services:
The Scope of the Consultant's services shall include but are not limited to the following:
Preparation of schematic design, design development, construction documents, bid specifications, provision
of construction administration services, and cost estimates necessary to complete the improvements of the
Fire Station No.4. The total Project should not exceed the new construction of 9,258 gross square feet and
the renovation of 3,500 square feet. The improvements to Fire Station No.4 shall include the following:
I. Buildings
a) Demolition of the 1960's addition to the original 1930's Fire Station No.4 building.
b) Renovation of the Original 1930's Fire Station No.4 including:
I) Structural renovations required such that the existing building meets current building
codes.
2) Renovation of exterior and interior finishes while also bringing the mechanical,
electrical, and plumbing systems into compliance with current building codes.
3) Consultant herein acknowledges that it has received and revised the program
elements shown in the Pre-design Program Statement, dated November 7, 2001
totaling not more than 3,500 square feet (limited by existing building envelope)
4) Reuse of existing equipment where possible (i.e. furniture, kitchen equipment, shop
tools, lockers, etc.)
c) Construction of new facilities to augment the renovated fire station operations including:
1) Three (3) bay "back in" apparatus facility (not a drive-thru configuration)
5) Program elements shown in the Pre-design Program Statement dated November 7,
2001, totaling not more than 9,258 square feet (all elements except apparatus bays,
to be contained within a one story configuration).
n. Entrvwavs
a) Vehicular entryways for emergency vehicles.
b) Entranceways and walkways for pedestrians.
m. Site Lightin!!
a) Site and security lighting for the project area.
V. Landscaoin!!
a) New landscaping, and irrigation for the project area.
VI. Parkin!!
a) Public and employee parking with (24) as a maximum number of spaces.
Compensation:
Original Agreement amount $165.636
Amendment No.1 $21.794.
Amendment No.2 (for the above-described services) $54. 247
Revised Agreement amount $241.677
2, MODIFICATIONS
The Agreement is amended to include the Additional Services, as described in Exhibit "A" entitled
"Scope of Services/Compensation for Additional Services", attached hereto.
3. OTHER PROVISIONS.
All other provisions of the Agreement, as amended, are unchanged.
4. RA TIFICA TION.
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 forth above.
MAYOR
ATIEST:
fMf~
CITY CLERK
CONSULTANT
MC HARRY ASSOCIATES, INC.
By
PRESIDENT
A TIEST :
~/
l-\1'bMM l.L 4e~(.o IV
Print Name
SECRETARY
.
.)frM~ \?l~L
PrintName
APPROVED AS TO
FORM & LANGUAGE
a FOR EXECUTION
F:\WQRK\SAll.\DIXOPARKPROJECfS\FIRE ST AnON I4\AMENDMNT.McHARRY.doc