C7R-REDUCED9OPTIMCOMMISSION ITEM SUMMARY
Condensed Title:
A resolution of the Mayor and City Commission of the City of Miami Beach, Florida, authorizing the Mayor and
City Clerk to execute Amendment No. 20 to the professional services agreement between the City of Miami
Beach, Florida, and CH2M Hill for the Professional Landscape Architectural and Engineering Services for the
Right-of-Way Infrastructure Improvements Program for Neighborhood No.8 Bayshore and Sunset Islands,
dated May 16, 2001, reallocating funds in the amount of $340,069.99, from construction administration to
bidding and award services for the Bayshore Neighborhoods No. 8B,
A resolution of the Mayor and City Commission of the City of Miami Mayor and
City to execute Amendment No. 21 to the professional of Miami
Florida, and CH2M Hill the Architectural and for the
Right-of-Way Improvements Program for Neighborh00d No.8 Islands,
May 16, 2001, to provide additional and permitting services to procure DERM
Tree Removal Permits for Bayshore Island Neighborhoods No. 8A, 8C, and 8D projects,
to participate in engineering, provide modifications and associated re-permitting services to
incorporate the level of service review comments requested by the City Commission, for a Not-to-exceed
amount of $1 12.97, and $63,605.00, for reimbursable expenses; with previously appropriated funding in
the amount of $113,297.18; appropriating $85,420.79 from Fund 429, Stormwater Projects line of Credit, with
such funds to be re aid from ro osed future stormwater bonds.
IRecommendation:
",""'t!lt!l,"'t!l''It between the CH2MHiII consisted of a requiring one set of construction
documents, permitting, biddingl and construction administration services for only one package.
The City required CH2MHiII to re-package project into four packages (Central Bayshore, Lower North Bay
Road, Lake Pancoast, and Sunset Islands 3 & 4). Additional effort by CH2MHiII was needed to convert the
original set into four independent sets of construction documents which required plan modifications and permit
resubmittals. The creation the independent bid packages increased the level of effort for bidl award
services, including the preparation of additional plans and environmental assessments required for permitting.
Due to the time required to conduct the environmental assessments required by the governing agencies as
support documentation for the dewatering strategies, the bidding award phases of packages 8A, 8B, and
8C were placed on hold in May, 2010 and re-released for bidding and award in October 2010 after the plans
were completed fully permitted, thus requiring additional services for additional bidding award phase
services by CH2MHili.
The purpose of Amendment No. 20, is to reallocate funds from the construction administration to bidding
and award for the Neighborhoods No. 8A, 8B, and 8D packages to provide
additional services with the bidding and award phase to additional
amount of $144,591 $120,716.06, $39,749.13, $35,012.96, respectively, for a
total contract realloc:ati()n $340,069.99; the total bidding award services from
$59,224 to $399,293.99, total construction administration from $371,441 to
$31,371.01.
On December 8,2010, the Mayor and City Commission awarded Bayshore Neighborhood No. 8B Right-
of-Way Infrastructure Improvements project to Trans Florida and Development Corporation. On January 19,
2011, the Mayor and City Commission awarded the Bayshore Neighborhood No. BAl8C Right-of-Way
Infrastructure Improvements project to Lanzo Construction. The contracts were awarded subject to a of
service review of the plans by the City's Public Works Department. In addition, the Mayor and City
Commission authorized the Administration to engage in value engineering to reduce the cost and completion
time of the projects. As a result of the level of service reviews and value engineering diSCUSSions, CH2M Hill
has requested additional services to incorporate comments and provide associated re-permitting services.
In addition, the Ci has re uested that CH2M Hill rocure the DERM
MIAMIBEACH 307
AGENDA ITEM
DATE
c7R
'1-13-11
Tree Removal Permit for the Bayshore and Sunset Island Neighborhoods No. 8A, 8B, 8C, and 80 projects as
these services were not a part of the original scope of of the Consultant. A OERM Removal
Permit will be required, prior to construction of each project, to remove and/or relocate existing trees that have
been as encroachments primarily to conflicts with proposed storm water related
.IllTliOn,ri"",ont No. 21 approves additional design and permitting services to procure the
Bayshore and Island Neighborhoods No. 8A, 8C. and 80 ",rt"l,io,-.tc.
in value engineering and provide aSE;OCllateid
",,,,,rH,,..,:>., to level service review 1""""''''''''
an additional amount of $63,605.00 for
[0-E~XCjged amount $1 7.97.
Financial Information:
Source of i Amount Account Approved
Funds: 1 $50,287.98 302-2205-069357
2 $44,825.34 429-2205-061357
I 3 $6,230.36 376-2326-061357
4 $2.663.24 384-2326-061357
5 $9,481.10 384-2326-069357
C~ 6 $27,547.97 428-2326-061357
7 $17,086.53 ~RA.·?~~5-069357
8 $14,941.93 429-2325-069351
J 9 $6,200.00 429-2318-061357
10 $19,453.52 429-2318-069357
OBPI Total $198,717.97
Financial Impact Summary: Amendment No. 20 will not increase the original total contract amount.
308
MIA IB
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Members of t City Commission
FROM: Jorge M. Gonzalez, City Manager
DATE: April 1 2011
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK EXECUTE
AMENDMENT NO. PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND CH2M HILL FOR THE
PROFESSIONAL LANDSCAPE ARCHITECTURAL AND ENGINEERING SERVICES
FOR THE RIGHT~OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM FOR
NEIGHBORHOOD NO.8 BAYSHORE AND SUNSET ISLANDS, DATED MAY 16,
2001, REALLOCATING FUNDS IN THE AMOUNT OF $340,069.99, FROM
CONSTRUCTION ADMINISTRATION TO BIDDING AND AWARD SERVICES FOR
THE BAYSHORE NEIGHBORHOODS NO. 8A, 8B, 8C, AND 8D PACKAGES.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE
AMENDMENT NO. 21 TO THE PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND CH2M HILL FOR THE
PROFESSIONAL LANDSCAPE ARCHITECTURAL AN D ENGINEERING SERVICES
FOR RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM FOR
NEIGHBORHOOD NO.8 BAYSHORE AND SUNSET ISLANDS, DATED MAY 16,
2001, TO PROVIDE ADDITIONAL DESIGN DOCUMENTS AND PERMITTING
TO PROCURE THE DERM TREE REMOVAL PERMITS FOR THE
BAYSHORE AND SUNSET ISLAND NEIGHBORHOODS NO. 8A, 8B, 8C, AND 8D
PROJECTS, TO PARTICIPATE IN VALUE ENGINEERING, PROVIDE DESIGN
MODIFICATIONS AND ASSOCIATED RE·PERMITTING SERVICES TO
INCORPORATE THE LEVEL OF SERVICE REVIEW COMMENTS REQUESTED
THE CITY COMMISSION, FOR A NOT-TO-EXCEED AMOUNT OF $135,112.97, AND
$63,605.00, FOR REIMBURSABLE WITH PREVIOUSLY
APPROPRIATED FUNDING IN THE AMOUNT OF $113,297.18; APPROPRIATING
$85,420.79 FROM FUND 429, STORMWATER PROJECTS LINE OF CREDIT, WITH
SUCH FUNDS REPAID FROM PROPOSED FUTURE STORMWATER
BONDS.
309
Bayshore CH2M Hill Amendments No. 20 and 21
April 2011
Page 2 of9
FUNDING
Amendment No. 21
Funding in the amount of $113,297.18 previously appropriated in the Capital Budget;
funding in the amount of $85,420.79 to be appropriated from Fund 429, Stormwater Projects line of
Credit, to repaid from proposed future stormwater bonds as follows:
$50,287.98
$95,113.32
$ 6,230.36
$ 2,663.24
$ 9,481.10
Pay-As-You-Go account # 302-2205-069357
Stormwater Projects Line of Credit account # 429-2205-061357(1)
Total (BP. 8A)
2003 G.O. Bond Neighborhood account # 376-2326-061
2003 G.O. Bond Neighborhood account # 384-2326-061357
2003 G.O. Bond Neighborhood account # 384-2326-069357
Stormwater Bonds 2000 account # 428-2326-061
Total (BP· 8B)
Lake Pancoast Neighborhood (Package 8C):
$17,086.53 2003 G.O. Bond Neighborhoods account # 384-2325-069357
$14,941.93 Stormwater Projects Line of Credit account # 429-2325-069351 (1)
$32,028.46 Total (BP-8C)
$ 6,200.00
~19,453.52
$25,653.52
Stormwater Projects Line of Credit account # 429-2318-061357(1)
Stormwater Line of Credit account # 429-2318-069357(1)
Total (BP. 80)
Grand Total: $198,717.97
(1) Previously programmed in Budget to repaid from future Stormwater r.;;!1'\'-".,!",
The intent of this resolution is to provide adequate and clear direction in order to properly
the CH2MHili contract In this memorandum we will explain, in detail, the purpose of Amendments
No. 20 and 21.
In Amendment No. 20 City is requesting additional services related to the requested additional
effort required by the Consultant to provide bidding award services for four (4) independent
construction packages, in lieu of providing for only one (1) construction package as
originally specified in their contract. This amendment requests additional services for the
increased effort associated with obtaining the Miami-Dade Department of Environmental Resources
Management (DERM) Dewatering Pen;nits for the Bayshore and Sunset Island Neighborhoods No.
8A, 8B, 8C and 8D projects. The intent is to reallocate from Construction Administration
services to Bidding and Award services to cover the increased level of effort required for this task
and decrease the budget for Construction Administration services, the replenishment of which shall
be addressed via separate amendment to the contract, if required.
purpose of Amendment No. 21 is to approve additional services to provide design documents
and permitting services to procure the DERM Tree Removal Permits for the Bayshore and Sunset
310
Bayshore CH2M Hill Amendments No. 20 and 21
April 13, 2011
Page30f9
Island Neighborhoods No. 8B, 8C, and 80 projects. A DERM Tree Removal Permit will be
required to remove andlor relocate existing that have been identified as encroachments
primarily to conflicts with proposed stormwater related improvements. In addition,
are required to participate in value engineering analysis as well as provide design
modifications associated re-permitting services to incorporate the level of review
comments requested by City Commission during award of the construction contracts for the
Bayshore Neighborhoods No. 8A, and 8C projects.
BACKGROUND
On May 16, 2001, the City of Miami Beach (the "City") adopted Resolution No. 2001-24387,
approving and authorizing the execution of an agreement (the "Agreement") with CH2MHiII, Inc. (the
"Consultant") for professional for the Right-of-Way (ROW) Infrastructure Improvements
Program for Neighborhood No.8 -Bayshore and Islands project (the pursuant to
for Qualifications No. 134-99/00. was negotiated for a not-te-exceed
amount of $133,174 for detailed planning services various streetscape, landscape, and utility
improvements creation of a of Report for Bayshore neighborhood,
including all the Sunset Islands, Central Bayshore, Lower North Bay Road, and Pancoast. The
scope of work was subsequently to include design for
neighborhoods and further amended to assemble multiple bid packages.
On April 9, 2003, the City Commission approved the Basis of DeSign Report (BOOR), completed
and submitted by CH2MHili for the Neighborhood No.8 Bayshore 1 Sunset Islands Project. This
BOOR was the CUlmination of a comprehensive planning effort that included input from and reviews
by various City Departments, and the Design Board (ORB).
Since the execution of the original Agreement, there have a total of nineteen (19) amendments
which have been either approved by the City Commission or administratively approved. The
previous amendments have resulted in a total contract value of $2,919,373. Amendments No. 20
and are concurrently being presented herein for approval by the Mayor and City Commission. A
complete list of executed amendments and proposed amendments for this project is provided in
Attachment A.
The Central Bayshore Neighborhood 8A 8A) is located within mid
area. The project limits includes, but is not limited to, the public right-ot-ways (ROWs) within all
areas generally bounded the north by 40th west along Avenue; along
Flamingo Drive; and south along West 28th Street.
The Package 8A Scope is not limited to, demolition, site preparation,
earthwork, storm paving and restoration, concrete sidewalks and valley gutters, water
distribution, landscape up lighting, vegetation and planting, and irrigation.
Lower North Road Neighborhood 8B Project (Package 8B) limits, in general are
bounded by Sunset Drive, Alton Road, Biscayne Bay and Lake.
The 8B Scope ot Work includes improvements to storm water collection and disposal
system, including construction of four (4) and two storm pump stations,
curb and gutter, improvements to the water distribution system, demolition, site preparation,
earthwork, roadway reconstruction, roadway milling and sidewalk
signage and pavement markings.
311
Bayshore CH2M Hill Amendments No. 20 and 21
April 13, 2011
Page 4 0'9
Lake Neighborhood 8e Project (Package 8e) is located within the mid
area. The project limits includes, but is not limited to the public rights-of-way (ROW) within all areas
generally to the north by West 26th includes approximately 500 feet of Flamingo
Drive to the north (of West 26th Street); to the west by Pine Tree Drive; to the south by West 24th
to the by Pancoast
l-'aiCKCiIQe BC Scope of Work includes, but is not limited to, demolition, preparation,
earthwork, street resurfacing, sidewalk repair, planting strip restoration and enhanced landscaping,
curb and gutter upgrades, entryway and enhanced signage, light upgrades,
streetscape for traffic calming, Flamingo Drive water main replacement, and streetscape for
improved on-street parking and is not included as part of these amendments.
The Sunset Islands Neighborhood 80 Project (Package 80) is comprised of Sunset Islands III
and IV. The BD of Work is anticipated to include improvements to the stormwater
collection and disposal system, water main replacement, demolition, site preparation, earthwork,
resurfacing, sidewalk landscaping, curb and gutter upgrades, entrywayfeatures
and enhanced street signage, and street lighting upgrades. The Bayshore Bid 0 Project is
currently 30% level of ru::",,,,.,n
On November 25,2009, Invitation to Bid (ITB) No. 2-09/10 was issued and bids were received on
February 2010 from Lanzo Construction of Florida, Metro Equipment Service, Inc.,
Southeastern Engineering Contractors, Inc., and Trans Florida Development Corporation. On
December B, 2010, the Mayor and City Commission adopted Resolution No. 2010-27567,
authorizing the award of a contract to Development Corporation, for the Right-of-Way'
Infrastructure Improvement Program -Neighborhood No. B Lower North Bay Road (Package BB).
On December 31,2009, Invitation to (lTB) No. 1B-09/1 0 was issued and bids were received from
Construction, LLC, Lanzo Construction Co., Florida, and Southeastern Engineering
Contractors, on November 10,2010. On January 20,2011, Mayor and City Commission
adopted Resolution No. 2011-275B7, authorizing the award of a contractto Lanzo Construction Co.,
Florida, for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. B-
Bayshore (Package BA) and Lake Pancoast (Package BC).
At both of these awards the City Commission directed City Manager to have the City Engineer
conduct a peer review of the engineering plans to ensure that the proposed drainage system met
required level of
ANALYSIS
A. AMENDMENT No. 20
original 2001 Agreement between the City and the ConSUltant outlined one (1) project, requiring
one (1) construction documents, permitting bidding award services, and
construction phase assistance for only one (1) bid package. As part the original Agreement
City and Consultant, City a total and Award fee
$59,224 and a total Construction Administration of ,441 Table 1, Page 7). During the
design of the project the City Consultant to the project into four (4)
distinct areas (Central Bayshore -Package BA, Lower North Bay Road -B, Lake
312
8ayshore CH2M Hili Amendments No. 20 and 21
April 13, 2011
50f9
Pancoast -Package C, and Sunset Islands 3 and 4 -Package D). Consequently, following the
City's directive, additional effort was necessary to repackage the original set of permit plans into four
(4) independent sets of construction documents. This required modifications to the plans as well as
a resubmittal of the to the various permitting agencies for review.
The creation of the four independent bid packages significantly increased the level of effort required
for bid and award including the preparation of additional plans environmental
assessments required for permitting purposes. Likewise, the level of effort required by the
Consultant for construction administration services also increased with the creation of the four (4)
independent packages.
Given significant additional level of effort to repackage the independent sets of contract
documents and to provide the additional design documents and environmental i::I~~.I::~~
associated with the permitting of the projects, staff authorized CH2MHiII to proceed with the work in
order to able to advance the project through bidding and award phase. This directive was
issued with the understanding that, although there was sufficient balance in the contractto cover the
additional permitting expenses and bid and award additional funding for construction
administration would need to be addressed separately.
Amendment No. 20 (see Attachment B) is requesting the reallocation of from Construction
Administration to Bidding and Award services to cover the increased time necessitated by
the City's request to provide Bidding and Award for four independent construction
packages. initial Bidding and Award was scheduled to provide Bidding and Award services
for one (1) construction package. The replenishment of the Construction Administration _"",-,"r',;;,,;:,
Task for this Consultant, if warranted, will be addressed via separate amendment to the Contract.
During bidding and award phase of the Central Bayshore Package 8A, Lower North Bay Road
Package and Lake Pancoast Package 8C, concerns were raised about having the Contractor
procure the Miami-Dade County Department of Environmental Resources Management (DERM)
Dewatering Permit and South Florida Water Management District (SFWMD) Water Use Permit
following award of project due to recent SFWMD and DERM policy changes. In the past,
obtaining a dewatering permit was considered part of the Contractor's means and methods of
construction, to be secured by the selected Contractor as an engineering sub-consultant e>""nJ''''''''
after award of the contract. the Consultant's original contract, executed in 2001, did not
include scope of services associated with obtaining this permit during the permitting phase of the
projects. In 2007, due to more stringent permitting requirements handed down by SFWMD, DERM
began requiring sampling and testing for the presence of ammonia-nitrogen from the extracted
ground water. Part of this requirement was monitor and control the discharge of any ammonia-
nitrogen water to Biscayne to a very low level of 0.1 mgt!. To obtain the DERM Class II ..... "".n"lI1'
and a DERM Dewatering Permit for the Bayshore projects, City was required by DERM to
provide environmental assessments in each neighborhood and provide details regarding the
construction dewatering methodologies.
Due to the time required to conduct the environmental required by SFWMD and DERM
as support documentation for the dewatering strategies, the bidding and award phases of all three
packages were postponed indefinitely in early April 2010. After Dewatering Plans were
completed and fully permitted by the respective governing agencies, the Central Bayshore, Lower
North Bay Road, and Pancoast packages were bidding and award in
October 201 necessitating additional for bidding and award phase services by the
Consultant.
Typically, procuring the DERM Dewatering Permit and SFWMD Water Use Permit are the
responsibility of the Contractor. However, due to the additional requirements by DERM and SFWMD,
313
Bayshore CH2M HilI Amendments No. 20 and 21
April 13, 2011
Page 6 0'9
the City determined that it would be in its interest to have the Consultant obtain these permits
prior to construction award. engineering and scientific expertise required to facilitate the
permitting process was best by having engineers undertake this effort prior to bidding.
This would provide potential bidders with a complete understanding of the requirements of the
dewatering permits. The upfront effort with obtaining this permit, prior to award of
contracts, provides additional flexibility during construction phase of the projects. It also allows
the City to limit potential change resulting from complications with dewatering and further
limits the potential delay claims from contractor associated with the time required to complete
environmental develop methodologies, plans, specifications; and procurement of
the DERM Dewatering Permit and SFWMD Water Use Permit, which are required for the project.
The support documents, plans and speCifications required for securing the dewatering permits were
completed by the Consultant and provided to the Contractor with a schedule of dewatering options
that would be permitted by the goveming agencies, subject to the site conditions ,found during
construction. ConSUltant was instrumental in negotiating project specific water quality and
quantity requirements with DERM and in providing altemative dewatering strategies that would
aplpec:tse the department. due diligence services conducted by the Consultant have resulted in
the securing of DERM Dewatering Permits.
Additional permitting services required to secure the new permits or re-permit of the four (4)
independent construction packages and along the assessment, analysis, development of plans and
specifications, and permitting with obtaining Dewatering Permits from governing
t:>nr'it:>'" are included as part of Amendment No. 20. A summary of the additional permitting
for all packages follows:
.. Provide additional permitting assistance to respond to regulatory agency comments for all four
(4) construction packages and to incorporate modifications with regulatory changes
that occurred since original applications were filed.
11\ Prepare an environmental proposal, suitable for review by the governing
agencies, outlining the scope of environmental assessments requested by the governing
agencies as part of their review and approval of environmental permits for construction
package.
.. Evaluate the feasibility of alternate dewatering discharge disposal methods to be used during
construction of package; provide details and descriptions for each dewatering discharge
method deemed feasible by the governing agencies; develop a dewatering site plan for each
construction package; and submit to the governing agencies for approval.
.. Perform a hydraulic proposed dewatering methods, to proposed for
construction package, determine the potential limits of groundwater drawdown at each
location and superimpose limits and horizontal limits of contamination as identified in the
Phase I and II Environmental Assessment Studies (provided by others). This dewatering
influence area map was required by governing !:i ..... =>nr·'t:>'"
.. plans, and bidding requirements for methods to used to and
dispose any potential contaminated groundwater from contaminated sites.
.. Prepare dewatering plans for package to be submitted to the goveming agencies
review in advance of bidding ,
.. Prepare construction costs for alternate dewatering be utilized on
each the construction packages.
Amendment No. 20, for the reallocation of the funds from construction administration to
bidding and award services the Bayshore Neighborhood No. 8A, 88, BC, and 8D packages
the previously described associated with additional bidding and award as well as
additional plan modifications submittals expedite and meet permitting
requirements. At this the scope of services for bidding and award are currently underway and
314
Sayshore CH2M Hill Amendments No. 20 and 21
April 13, 2011
Page 70(9
the of services additional permitting are complete for Bayshore Neighborhood Packages
BA, BC. The bidding and award services and additional permitting services for 8ayshore
Neighborhood have not yet to the re-packaging of the project, the
Construction Administration included as part of the original Agreement do not reflect the
level of effort required for each individual package. Therefore, the current Construction
Administration underfunded, regardless of budget Funding
for the Construction Administration services required for package be addressed
via a Contract amendment, if
proposed reallocation of $340,069.99, from Construction Administration to Bidding and
Services the Right-of-Way Infrastructure Improvements Program for Neighborhood No. B
Bayshore and Sunset Islands. Amendment No. 20 Attachment B) will not increase original
Bid and Award and Construction Administration total contract value of $430,665.00. Refer to Table 1
below for reallocation details.
1 -CH2M HILL AMENDMENT NO. 20
ADDITIONAL SERVICES BREAKDOWN
Revised
Bid and
Additional Award
1
B $135,522.06
C $54,555.13
(1) Includes additional permitting
$49,818.96
$399,293.99 I
AMENDMENT NO. 21
Invitation to Bid (lTB) No. 02-09/10 for the City of Miami Beach Right-of-Way Infrastructure
Improvement Program, Bayshore Neighborhood BB: Lower North Bay Road project opened on
November 9,2010. ITB No. 1B-09/10 for the Bayshore Neighborhoods BA and BC: Central Bayshore
and Pancoast projects opened on November 10, O. Following the bid openings, two
<::&::>f"l!:lr,!:It&::> Technical Review Panels (TRPs). as well as the Consultant's support staff, convened to
review, evaluate and rank bids submitted the Projects. TRPs also conducted interviews
of the Contractors' key personnel. At the conclusion of the interviews, the unanimously
recommended Florida Development Corporation as the lowest and best bidder for the
Bayshore Neighborhood No. BB project, and Construction the Bayshore Neighborhoods
. No. BA and BC projects. On 2010, the Mayor and City Commission awarded
Bayshore Neighborhood No. BB Right-of-Way Infrastructure Improvements project to Florida
Development Corporation and on January 19, 2011 awarded the Bayshore Neighborhoods No. BA
BC Right-of-Way Infrastructure Improvements to Construction. The Mayor
City Commission authorized the Administration to engage in value engineering on projects to
the and completion time of the and awarded contracts. of
Commission approval and award of contracts they made the recommendation that the Public Works
Department the to verify that an acceptable of was incorporated in the storm
water drainage plans.
The City's Works Department finalized their storm water level of service review for the
315
Bayshore CH2M Hill Amendments No. 20 and 21
April 13, 2011
Page 80f9
""""nl"\l'''' Neighborhood project on February 1 2011 and provided a of comments to be
incorporated by the Consultant. These level service review comments and
modifications generally included removal of proposed tideflex valves, modification of
spacing, upsizing of existing outfalls, and incorporation of storm water elements to alleviate sidewalk
flooding. The has recognized that some the design modifications were
considered in the original design by the Consultant because the design was conducted under a
different regulatory framework.
Since a level of service review after the bidding and award of the project was not a part of the
Consultant's original scope of the Consultant is requesting additional services, as part of
Amendment No. 21 Attachment B) to incorporate the requested design modifications. The
Consultant's original contract scope of services excluded value engineering services which are
required to begin value engineering discussions. Therefore, the Consultant is also requesting
additional to participate in value engineering discussions with the Contractor provide
recommendations of the proposed options to the City with respect to their conformance with
documents the
Any design impacted by the value engineering will to City
Commission as an additional service for approval. These design changes, if any, shall be completed
along with the modifications approved by this amendment and re-permitted
Capital Improvements Project Office estimates that all design modifications/changes and associated
re-permitting shall be completed within months, with construction projected to begin in the 3rd
quarter of 2011. In order to meet the proposed the City will proceed by executing the
construction contracts with the Contractors for the Bayshore Neighborhoods 8A, 8B, and
projects; issuing the first notice-to-proceed (NTP) once value engineering discussions have
completed; and issuing the second NTP two (2) months following issuance of the first
Any savings resulting from the value engineering discussions and implementation shall handled
as a deductive change order to the construction contract.
In addition to the value engineering analysis, design modification, and re-permitting the
City has requested that CH2M Hill provide and permitting to procure the DERM
Removal Permit for the Bayshore and Sunset Island Neighborhoods No. 8A, 8B, 8C, and 80
projects as these services were not a part of original scope of services of the ConSUltant. A
OERM Tree Removal will be required to remove and/or relocate existing that have been
identified as encroachments primarily to conflicts with stormwater related
improvements. In addition, expanded services are required to participate in value engineering
analysis as well as provide design modifications re-permitting incorporate
the level of service review comments requested by the City Commission during award of the
construction for the Neighborhoods No. 8B, 8C projects.
CONCLUSION:
It is recommended that two (2) individual of the Mayor City of City
of Miami Florida, be authorized by the Mayor and City Clerk to execute Amendm~nts No.
and to the City of Miami Florida, CH2M
Hill for the Professional Landscape Architectural and Engineering Services for the Right-of-Way
Infrastructure Improvements Program for Neighborhood NO.8 Bayshore Islands, dated
May 16, 2001 (the Agreement), to reallocate funds in the amount of $340,069.99, from construction
administration to bidding and award for Bayshore Neighborhoods No. 8A, 8B, 8C, and
80 to provide additional design documents and permitting services to procure the OERM
Tree Permits for Bayshore Neighborhoods No. 8A, 8B, and 80 packages; to
participate in value engineering; and to provide design modifications and associated re-permitting
316
8ayshore CH2M Hill Amendments No. 20 and 21
Apr/I 13, 2011
Page 9 of9
to incorporate the level of review comments for the Neighborhoods No.
8A, 88, and 8C packages, for a negotiated not-to-exceed amount of $1 112.97 $63,605.00
for reimbursable with previously appropriated funding in the amount of $113,297.1
appropriating $85,420.79 from Fund 429, Stormwater Projects of Credit, with such funds to be
from proposed stormwater bonds.
Attachments: Attachment A -Executed Amendments
Attachment B -Amendments No. 20 21
JMG/OB/FV
T:IAGENDA\201114-13-11IBayshore CH2MHili Amendment No. 20 and 21\Bayshore CH2MHiiI Amendments No. 20 and 21
MEMO.doc
317
RESOLUTION NO. 2011-__
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY
CLERK EXECUTE AMENDMENT NO. 20 TO THE PROFESSIONAL
SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH,
FLORIDA, AND CH2M FOR THE PROFESSIONAL LANDSCAPE
ARCHITECTURAL AND ENGINEERING SERVICES FOR RIGHT -OF-
WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM FOR
NEIGHBORHOOD NO. a BAYSHORE AND SUNSET ISLANDS, DATED
MAY 16, 2001, REALLOCATING FUNDS IN THE AMOLINT OF
$340,069.99, FROM CONSTRUCTION ADMINISTRATION TO BIDDING
AND AWARD SERVICES FOR BAYSHORE NEIGHBORHOODS NO.
aA, 8B, 8C, AND 80 PACKAGES.
WHEREAS, on May 16, 2001, the Mayor and City Commission adopted Resolution
No. 2001-24387, approving and authorizing the Mayor and City Clerk to execute an
agreement with the Consultant for professional services (the Agreement) for the Right-of-
Way Infrastructure Improvements Program Neighborhood No.8 Bayshore and Sunset Island
project (the Project), pursuant to Request for Qualifications No. 134-99/00; and
WHEREAS, the Agreement provides for the detailed planning services for various
streetscape, landscape, utility improvements within the Bayshore and Sunset Island
neighborhoods; and
and
WHEREAS, the planning effort for the Bayshore and Sunset Island neighborhoods
been completed and detail design activities are underway;
WHEREAS, the Agreement was executed in the not-to-exceed amount of $133,174;
WHEREAS, on December 10, 2003, the Mayor and City Commission aOC)lJIt:lO
Resolution No. 2003-25432, approving additional design services as Amendment No.1 to
the Agreement, planning, design, permitting, bidding 1 award, and construction
administrative services for the Bayshore Sunset Island neighborhoods in the not-to-
exceed amount of $1 ,913,302; and resulting in a revised contract of $2,046,476; and
WHEREAS, on February 24, 2005, Amendment No. 2 to the Agreement was
administratively executed, to re-package Sunset Islands 1 and 2 from Package to Bid
Package at no additional cost, resulting in no change to contract; and
WHEREAS, on November 8, 2005, Amendment No. 3 to the Agreement was
administratively executed to include the completion of a topographic survey along Pine
Drive, from West 28th to West 40 th along east side of road, in the not-to-
exceed amount of $12,850; resulting in a revised contract fee of $2,059,326; and
WHEREAS, on February 17, 2006, Amendment No.4 to the Agreement was
administratively executed include the evaluation, permitting and preparation of
construction cost alternatives for the installation of curblvalley gutters to Sunset Islands 1
318
and 2, in the not-to-exceed amount of $2,500; resulting in a revised contract fee of
$2,061,826; and
WHEREAS, on February 16, 2006, Amendment NO.5 to the Agreement was
executed to include the installation of four (4) drainage test wells to provide additional
information for the preparation of a Letter of Reasonable Assurance to be submitted to the
Florida Department of Environmental Protection (FDEP), as required in the permit
application for the Project, in not-to-exceed amount of $55,863; resulting in a revised
contract fee of $2,117,689; and
WHEREAS, on September 2006, the Mayor and City Commission adopted
Resolution No. 2006-26283, approving Amendment No.6 to the Agreement for design of
"P3.2" classified water main replacements required by the City's Public Works Department,
in not-to-exceed amount of $372,230; resulting in a revised contract of $2,489,919;
and
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted
Resolution No. 2006-26283, approving Amendment No.7 to the Agreement for the design
lanes/routes required by the City's Public Works Department, in the not to exceed
amount of 28; resulting a revised contract of $2,548,047; and
WHEREAS, on September 9, 2006, Amendment No. 8 to the Agreement was
administratively executed to include design of alternative parking in the Lake Pancoast
area, in not-to-exceed amount of $24,900; resulting in a contract of
$2,572,947; and
WHEREAS, on September 9, 2006, Amendment NO.9 to the Agreement was
administratively executed to include the design of road edge treatment to Sunset Islands 1
and in the amount of $3,200; resulting in a revised contract of
$2,576,1 and
WHEREAS, on September 9, 2006, Amendment No. 10 to the Agreement was
administratively executed to include the of requested modifications in the
Lake Pancoast area; in the not-to-exceed amount of $8,680; resulting in a revised contract
fee of and
WHEREAS, on August 6, 2007, Amendment No. 11 to Agreement was
administratively executed for an additional thirty seven (37) soil borings in Sunset Island No.
1 to verify underground utility and potential conflicts, in not to amount of
$10,400; resulting in a revised contract fee of $2,595,227; and
WHEREAS, on April 11 , 2007, Mayor City Commission adopted Resolution
No. 2007-26504, approving Amendment No. 12 to the Agreement for additional services
regarding verification of additional underground utilities to avoid conflicts in 103 boring sites
along North Bay Road between Drive and Alton Road, in the not to exceed amount of
$27,500; and 334 boring for Package 8A -Central Bayshore, in the not to exceed
amount of $94,675; and to perfonn a traffic study at the intersection of West Street and
Prairie Avenue, in not to amount of $20,780; all resulting in a revised contract
of $2,738,1 and
319
WHEREAS, on December 7, 2007, Amendment No. 15 to the Agreement was
administratively executed for additional services to prepare a re-application package for the
Historic Board for the Lake Pancoast Bid Package, in the not to amount
of $2,145; resulting in a revised contract of $2,777,886; and
WHEREAS, on December 7, 2007, Amendment No. 16 to Agreement was
administratively executed for additional services for design services, preparation
materials, and at a meeting with discussing options for the intersection
of 28 th Street and Prairie Avenue, in the not to exceed amount of $2,947; resulting in a
revised contract of $2,780,833; and
WHEREAS, on December 20,2007, Amendment No. 13 to the Agreement was
administratively for additional to expand the traffic study of alternative
design concepts for the 28 th Street and Prairie Avenue intersection (previously authorized
under Amendment No. 12), in the not to amount of $22,1 resulting in a revised
contract of $2,760,338; and
WHEREAS, on December 20,2007, Amendment No. 14 to Agreement was
administratively executed for additional services to implement miscellaneous design
to bike traffic tables, crosswalks, the 28 th and Prairie Avenue
intersection, and water mains, in the not to exceed amount of $15,403; resulting in a revised
contract of $2,775,741; and
WHEREAS, on January 6, 2009, Amendment No. 17 to the Agreement was
administratively executed for additional services for design preparation of
materials, and attendance at various Board and civic meetings discussing options on Sunset
Islands No. I and II, in the not to amount of 5,344; resulting in a revised contract
of $2,796,177; and
WHEREAS, on January 6, 2009, Amendment No. 18 to the Agreement was
administratively executed for additional services for design services necessary for the
preparation of a technical memorandum evaluating the use of exfiltration trenches in lieu of a
stormwater pump station in Lake Pancoast, in the not to exceed amount of $1 96;
resulting in a contract fee of $2,811 and
WHEREAS, on October 14, 2009, the Mayor and City Commission adopted
Resolution No. 2009-27223, approving Amendment No. 19 to the Agreement which provided
for additional design scope on Sunset Islands NO.3 and that included preparation of a
technical memorandum which investigated the existing stormwater system, proposed
improvements required to a 5-year, 1 of service, and presented them in a
schematic plan; that relocated water meters in rear easements to the right-of-way; that
added valley gutters, catch basins, replacementlupsizing of outfails, tideflex valves,
stormwater quality improvements; that coordinated the undergrounding electric, cable, and
phone that coordinated new and that updated the condition
sheets; in the not-to-exceed amount $108,000; resulting in a revised contract fee of
$2,919,373.
WHEREAS, the following Amendment No. 20, funds from construction
administration bidding and services for Bayshore Neighborhoods No. 8A,
8C, and 8D packages for additional services associated with the extended bidding and
award to additional permitting requirements, in the amount $144,591.84,
320
$120,716.06, 13, $35,012.96, respectively, for a total reallocation of
$340,069.99; increasing the bidding and award services budget for Neighborhoods No. 8A,
8C, and 80 from $14,806 to $159,397.84, $14,806 to $135,522.06, $14,806 to
$54,555.1 and 4,806 to $49,818.96, respectively, for a total bidding and award services
budget of $399,293.99, and the construction administration budget from
$371,441 to $31,371.01.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that Mayor and City
Commission and authorize Mayor and City Clerk Amendment
No. 20 to professional services agreement between the City of Miami Beach, Florida,
and CH2M Hill for Professional Architectural for
the Right-of-Way Infrastructure Improvements Program Neighborhood No.8 Bayshore
and Sunset dated May 16, 2001, reallocating funds in amount of $340,069.99,
from Construction Administration to Bidding and Award services the Bayshore
NeighborhoodS No. 8A, 8B, 8C, and 8D packages.
PASSED AND ADOPTED this __ day of _____ ,. 2011.
ATTEST:
ROBERT &. PARCHER, CITY CLERK MATTI HERRERA BOWER, MAYOR
T:\AGENDAI2011\4-13-11\Bayshore -CH2MHili Amendment No. 20 and 21\Bayshore CH2MHili Amendments No. 20 -
RESD.doc
321
APPROVED AS TO
FORM & LANGUAGE
& FOA EXECUTION
RESOLUTION NO. 2011-__
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING MAYOR AND CITY
CLERK TO EXECUTE AMENDMENT NO. TO THE PROFESSIONAL
SERVICES AGREEMENT BETWEEN CITY OF MIAMI BEACH,
FLORIDA, AND CH2M HILL FOR PROFESSIONAL LANDSCAPE
ARCHITECTURAL AND ENGINEERING SERVICES FOR THE RIGHT·OF·
WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM FOR
NEIGHBORHOOD NO.8 BAYSHORE AND SUNSET ISLANDS, DATED
MAY 16, 2001, TO PROVIDE ADDITIONAL DESIGN DOCUMENTS AND
PERMITTING SERVICES TO PROCURE DERM REMOVAL
PERMITS FOR BAYSHORE AND SUNSET ISLAND
NEIGHBORHOODS NO. 8A, 8B, 8C, AND 80 PROJECTS, TO
PARTICIPATE IN VALUE ENGINEERING, PROVIDE DESIGN
MODIFICATIONS AND ASSOCIATED RE-PERMITIING SERVICES TO
INCORPORATE THE OF SERVICE REVIEW COMMENTS
REQUESTED BY CITY COMMISSION, FOR A NOT-TO-EXCEED
AMOUNT OF $135,112.97, AND $63,605.00, FOR REIMBURSABLE
EXPENSES; WITH PREVIOUSLY APPROPRIATED FUNDING IN THE
AMOUNT OF $113,297.18; APPROPRIATING $85,420.79 FROM FUND
429, STORMWATER PROJECTS LINE OF CREDIT, WITH SUCH FUNDS
TO REPAID FROM PROPOSED FUTURE STORMWATER BONDS.
WHEREAS, on May 16, 2001, the Mayor City Commission adopted Resolution
No. 2001-24387, approving and authorizing the Mayor and City Clerk to execute an
agreement with the Consultant for professional services Agreement) the Right-of-
Way Infrastructure Improvements Program Neighborhood NO.8 Bayshore and Sunset Island
project (the Project). pursuant to Request for Qualifications No. 134-99/00; and
WHEREAS, the Agreement provides for the detailed planning services for various
streetscape, landscape, and utility improvements within the Bayshore and Sunset Island
neighborhoods; and
WHEREAS, the planning effort for the and Sunset Island neighborhoods
has been completed and detail design activities are underway; and
WHEREAS, the Agreement was executed in not-to-exceed amount of $1 74;
and
WHEREAS, on December 10, 2003, the Mayor and City Commission adopted
Resolution No. 2003-25432, approving additional design as Amendment No. 1 to
the Agreement, for planning, deSign, permitting, bidding I award, and construction
administrative services for the Bayshore and Sunset Island neighborhoods in the not-to-
exceed amount of $1,91 and resulting in a revised contract of $2,046,476;and
WHEREAS, on February 24, 2005. Amendment No. 2 to Agreement was
322
administratively executed, to re-package Sunset Islands 1 and 2 from Bid Package 8D to Bid
Package at no additional cost, resulting in no change to contract; and
WHEREAS, on November 8, 2005, Amendment No. 3 to Agreement was
administratively executed to include the completion of a topographic survey along Pine Tree
Drive, from West 28 th to 40 th Streets, along the side of the in the not-to-
exceed amount of $12,850; resulting in a revised contract fee of $2,059,326; and
WHEREAS, on February 17, 2006, Amendment No. 4 to the Agreement was
administratively executed to include evaluation, permitting preparation
construction cost alternatives for the installation of curb/valley gutters to Sunset Islands 1
and 2, in the not-to-exceed amount of $2,500; resulting in a revised contract fee of
$2,061 and
WHEREAS, on February 16, 2006, Amendment NO.5 to the Agreement was
executed to include the installation of four (4) drainage wells to provide additional
information for the preparation of a Letter of Reasonable Assurance to be submitted to
Florida Department of Environmental Protection (FDEP), as required in the permit
application for the Project. in the not-to-exceed amount of $55,863; resulting in a revised
contract of$2,117,689;
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted
Resolution No. 2006-26283, approving Amendment No.6 to the Agreement for the design of
"P3.2" classified water main replacements required by the City's Public Works Department,
in the not-to-exceed amount of $372,230; resulting in a revised contract of $2,489,919;
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted
Resolution No. 2006-26283, approving Amendment NO.7 to the Agreement for the design of
bike lanes/routes required by the City's Public Works Department, in the not to exceed
amount of $58,128; resulting in a revised contract fee of $2,548,047; and
WHEREAS, on September 9, 2006, Amendment No.8 to the Agreement was
administratively executed to include the design of alternative parking in the Lake I-'~Inl'r\~
area, in the not-to-exceed amount of $24,900; resulting in a revised contract fee of
$2,572,947; and
WHEREAS, on September 9, 2006, Amendment No.9 to the Agreement was
administratively executed to include the design of edge treatment to Sunset Islands 1
and in not-to-exceed amount of $3,200; resulting in a revised contract of
$2,576,147; and
WHEREAS, on September 2006, Amendment No. 10 to Agreement was
administratively executed to include the design of resident requested modifications in the
Lake Pancoast area; in the not-to-exceed amount of $8,680; resulting in a revised contract
fee of $2,584,827; and
323
WHEREAS, on August 6, 2007, Amendment No. 11 to the Agreement was
administratively executed for an additional thirty seven (37) soil in Sunset No.
1 to verify underground utility services and potential conflicts, in the not to exceed amount of
$10,400; resulting in a revised contract of $2,595,227; and
WHEREAS, on April 11, 2007, the Mayor and City Commission adopted Resolution
No. 2007-26504, approving Amendment No. 12 to Agreement for additional
regarding verification of additional underground utilities to avoid conflicts in 1 boring sites
along North Bay Road between Sunset Drive and Alton Road, in the not to amount of
$27,500; and 334 boring sites for Bid Package 8A -Central Bayshore, in the not to exceed
amount of $94,675; and to perform a traffic study the intersection of West 28th Street and
Prairie Avenue, in not to exceed amount $20,780; all resulting in a revised contract fee
of $2,738,1 and
WHEREAS, on December 7, 2007, Amendment No. 15 to Agreement was
administratively executed for additional services to prepare a re-application package forthe
Historic Preservation Board for the Lake Pancoast Package, in the not to exceed amount
of $2,145; resulting in a contract of $2,777,886; and
WHEREAS, on December 7, 2007, Amendment No. 16 to the Agreement was
administratively executed for additional services for design services, preparation of
materials, and attendance at a meeting with residents discussing options for the intersection
of 28 th Street and Prairie Avenue, in the not to exceed amount $2,947; resulting in a
revised contract fee of $2,780,833; and
WHEREAS, on December 20, 2007, Amendment No. 13 to the Agreement was
administratively for additional to expand the traffic study alternative
design concepts the 28 th Street and Prairie Avenue intersection (previously authorized
Amendment No. 12), in the not to amount $22,1 resulting in a
contract fee of $2,760,338; and
WHEREAS, on 20, 2007, Amendment No. 14 to Agreement was
administratively executed for additional services to implement miscellaneous design
to bike traffic crosswalks, 28 th Prairie Avenue
intersection, and water mains, in the not to exceed amount of $15,403; resulting in a revised
contractfee of $2,775,741; and
WHEREAS, on January 6, 2009, Amendment No. 17 to the Agreement was
administratively for additional services for design preparation of
materials, and attendance at various Board and civic meetings discussing options on Sunset
Islands No. I and II, in the to exceed amount of $1 resulting in a revised contract
fee 177; and
WHEREAS, on January 6, 2009, Amendment No. 18 to the Agreement was
administratively executed for additional services for design services necessary for the
preparation of a technical memorandum evaluating the use of exfiltration in lieu of a
stormwater pump station in Lake in not amount of $15,196;
resulting in a revised contract fee of $2,811 ,373;
324
WHEREAS, on October 14, 2009, the Mayor and City Commission adopted
Resolution No. 2009-27223, approving Amendment No. 19 to the Agreement which provided
for additional design scope on Sunset Islands NO.3 and 4; included preparation of a
technical memorandum which investigated existing stormwater system, proposed
improvements required to meet a 5-year, i-day level service, and presented them in a
schematic plan; that water meters in rear the right-of-way; that
added valley gutters, catch basins, replacementJupsizing of outfalls, tideflex valves, and
stormwater quality improvements; coordinated undergrounding of electric, cable,
phone services; coordinated new gas service; and that updated the existing condition
in not-to-exceed amount of $10B,000; resulting in a revised fee
$2,919,373.
WHEREAS, on April 13, 2011, Amendment No. 20 be presented to the Mayor
and City Commission for approval to reallocate funds from construction administration to
bidding and award services for the Bayshore Island Neighborhoods No. BA,
BC, and BD packages for additional services with the extended bidding and
award phase due to additional permitting requirements, in the amount of $144,591.B4,
$120,716.06, $39,749.1 and $35,012.96, respectively, a total contract reallocation of
$340,069.99; increasing the bidding and award services budgeHor Neighborhoods No. BA,
BC, and BD packages from $14,B06 to $159,397.B4, $14,B06 to $135,522.06, $14,B06 to
$54,555.1 and $14,B06 to $49,B1 respectively, a total bidding award services
budget of and decreasing the total construction administration budget from
$371,441 to $31,371.01; and
WHEREAS, the following Amendment No. 21, approves additional services to
provide design documents and permitting to procure the DERM Removal
Permits for the Bayshore and Sunset Island Neighborhoods No. BA, BB, and BD projects
and additional services to participate in value engineering and provide design modifications
and associated re-permitting services to incorporate the level of service review comments
requested by the City Commission during award of the construction contracts for the
Bayshore Neighborhoods No. BA, BB, and BC projects, for a not-to-exceed amount of
$135,112.97 and an additional not-to-exceed amount of $63,605.00 for reimbursable
expenses, for a total not-to-exceed amount of $19B,717.97; resulting in a revised contract
of $3, 11B,090.97.
NOW, THEREFORE, BE IT RESOLVED BY MAYOR AND THE CITY
COMMISSION OF THE CITY MIAMI BEACH, FLORIDA that the Mayor and City
Commission hereby approve and authorize the Mayor and City Clerk to execute Amendment
No. 21 to professional services agreement between the of Miami Florida,
and CH2M Hill for the Professional Landscape Architectural and Engineering Services for
the Right-of-Way Infrastructure Improvements Program for Neighborhood No.8 8ayshore
and Sunset Islands, dated May 1 2001, to provide additional design documents and
permitting to procure the DERM Tree Removal Permits for 8ayshore and
Sunset Island Neighborhoods No. 8A, 88, 8C, and 8D projects, to participate in value
engineering, provide design modifications re-permitting services to
incorporate the level of service review comments requested by the City Commission, for a
not-to-exceed amount of $1 112.97, and $63,605.00 for reimbursable expenses; with
previously appropriated funding in the amount of $113,297.18; appropriating $85,420.79
from Fund 429, Stormwater Projects Line of Credit, with such funds to be repaid from
proposed future stormwater bonds.
PASSED AND ADOPTED this __ day of _____ :. 2011.
ATTEST:
CLERK MATTI HERRERA MAYOR
T:\AGENDAI2011\4-13-11\8ayshore CH2MHili Amendment No. 20 and 211Bayshore -CH2MHili Amendments No. 21 -
RESO.doc
326
APPROVED AS TO
FORM & LANGUAGE
& FOt=l EXECUTION
EXECUTED AMENDMENTS
On December 10, 2003, the Mayor and Commission adopted Resolution No. 2003-25432,
approving additional design services as Amendment No.1 to the Agreement, for planning, design,
permitting, bidding I award, and construction administrative for the Bayshore and Sunset
Island neighborhoods in the not-to-exceed amount of $1 ,913,302; and resulting in a revised contract
of $2,046,476.
On February 24, 2005, Amendment No.2 '''''U'"'''''''CTl'''''' was administratively to re-
package Sunset Islands 1 and 2 from Bid Package 8D to Package 8B at no additional cost,
resulting in no change to ,..,.. ... t .. "',I"i>
On November 8, 2005, Amendment NO.3 to the administratively to include
the completion a topographic survey along Tree Drive, from West 28!h West 40 th Streets,
along the east of the road, in the n01:-to·-exceE~a amount of $1 in a revised
contract of $2,059,326.
On February 17, 2006, Amendment No.4 to the Agreement was administratively executed include
the evaluation, permitting and preparation of construction alternatives for the installation of
curb/valley gutters to Sunset Islands 1 and 2, in the not-to-exceed amount of $2,500; resulting in a
revised contract fee of $2,061,826.
On February 16, 2006, Amendment No.5 to the Agreement was executed to include the installation
of four (4) drainage test wells to provide additional information for the preparation of a Letter of
Reasonable Assurance to be submitted to the Florida Department of Environmental Protection
(FDEP), as required in the permit application for the Project, in the not-to-exceed amount of
$55,863; resulting in a revised contract fee of $2,117,689.
On September 6, 2006, the Mayor and City Commission adopted Resolution No. 2006-26283,
approving Amendment No. 6 to the Agreement for the design of "P3.2" classified water main
replacements required by the City's Public Works Department, in the not-to-exceed amount of
$372,230; resulting in a revised contract of $2,489,919.
6, 2006, the Mayor and City Commission adopted Resolution No. 2006-26283,
approving Amendment No. 7 to the Agreement for the design of bike lanes/routes required by the
City's Public Works in the not to amount of $58,128; resulting in a revised
contract of $2,548,047.
On September 9, 2006, Amendment No.8 the Agreement was administratively executed to
include the deSign of alternative parking in the Pancoast area, in amount of
$24,900; resulting in a revised contract fee of $2,572,947.
On September 9, 2006, Amendment NO.9 the Agreement was administratively executed to
include the design of road treatment to Sunset Islands 1 and in the not-to-exceed amount of
$3,200; resulting in a revised contract fee $2,576,147.
On September 9,2006, Amendment No. 10 to the Agreement was administratively executed to
include the design of resident requested modifications in the Lake Pancoast area; in the not-to-
exceed amount of $8,680; resulting in a revised contract fee of $2,548,827.
On August 6, 2007, Amendment No. 11 to the Agreement was administratively executed for an
additional thirty seven (37) soil borings in Sunset Island No.1 to verify underground utility services
potential conflicts, in the not to amount of $1 0,400; resulting in a revised contract of
327
On April 11 ,2007, Mayor and Commission Resolution No. 2007-26504, approving
Amendment No. 12 to the Agreement for additional services regarding verification of additional
underground utilities to avoid conflicts in 103 boring along North Bay between
Drive and Alton Road, in the not to exceed amount of $27,500; and 334 boring for Bid Package
-Central Bayshore, in the not to amount of $94,675; and to perform a traffic at
intersection of West 28th Prairie Avenue, in the not to exceed amount of $20,780; all
resulting in a revised fee $2,738,182.
On December 7, 2007, Amendment No. 15 to the Agreement was administratively executed for
additional services to prepare a re-application package for the Historic Preservation Board for the
Lake Pancoast Bid Package, in the not to amount of $2,1 resulting in a revised contract
fee of $2,777,886.
2007, Amendment No. 16 the Agreement was administratively executed for
additional for design services, preparation of materials, and attendance at a meeting with
"'irl"' ..... +'" discussing options for of 28 th Prairie in the not to
exceed amount of $2,947; resulting in a revised contract of $2,780,833.
2007, Amendment No. 13 to Agreement was administratively executed for
additional to expand traffic study alternative concepts for 28th Street and
Prairie Avenue intersection (previously authorized under Amendment No. 12). in the not to exceed
amount of $22,156; resulting in a revised contract of $2,760,338; and
On December 20,2007, Amendment No. 14 to the Agreement was administratively executed for
additional to implement design to tables,
crosswalks, the 28 th Street and Prairie Avenue intersection, and water mains, in the not exceed
amount of $1 in a contractfee $2,775,741.
On January 6, 2009, No. 17 to the was administratively for
additional services for design services, preparation of materials, and attendance at various Board
civic meetings options on Islands No. I and II. This amendment was
approved in the not to exceed amount of $15,344; resulting in a revised contract fee of $2,796,1
On January 6, 2009, Amendment No. 18 the Agreement was administratively executed for
additional for design for preparation of a technical memorandum
evaluating use of exfiltration trenches in lieu a stormwater pump station Lake Pancoast, in
the not exceed amount of $1 196; resulting in a revised contract fee $2,811,373; and
On October 14, 2009, the Mayor and City Commission adopted Resolution No. 2009-27223,
approving Amendment No. 19 to the Agreement which provided for additional design on
Sunset Islands No. 3 and 4; that included preparation of a technical memorandum which
investigated existing stormwatersystem, proposed improvements a 1-
day level of service, and presented th'em in a schematic plan; that relocated water meters in rear
""!:>(~"" .... ,,,,,n·r,,, to the right-of-way; that added valley of
outfalls, tideflex valves, and stormwater quality improvements; that coordinated the undergrounding
of electric, cable, and phone that coordinated new and that updated the
existing condition sheets; in the not-to-exceed amount of $108,000; resulting in a revised contract
of $2,91
328
AMENDMENTS NO. 20 AND 21
329
AMENDMENT NO. 20
TO THE PROFESSIONAL LANDSCAPE ARCHITECTURAL
AND ENGINEERING (AlE) SERVICES AGREEMENT
BETWEEN
CITY OF MIAMI BEACH, FLORIDA
AND
CH2MHILL, INC.
DATED MAY 16, 2001
FOR THE
RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.8
BAYSHORE AND SUNSET ISLANDS.
This Amendment No. 20 to the above referenced Agreement is made and entered this of
_:---:---:--_,2011, by and between the CITY OF MIAMI BEACH, a municipal corporation existing
under laws of the State of Florida, having principal offices at 1700 Convention Center Drive,
Miami Beach, Florida 33139 (hereinafter referred to as the City), and CH2MHiII, Inc. a Florida
Corporation, having its principal office 800 Fairway Drive, Suite 350, Deerfield Beach, Florida,
33441 referred to as Consultant).
RECITALS:
WHEREAS, on May 16, 2001, the Mayor and Commission adopted Resolution No.
2001 approving and authorizing Mayor City Clerk to an agreement with the
Consultant for professional services (the Agreement) for Right-of-Way Infrastructure
Improvements Program Neighborhood No. 8 Bayshore and Sunset Island project (the Project),
pursuant to Request Qualifications No. 134-99/00; and
WHEREAS, the Agreement provides for the detailed planning services for various
streetscape, landscape, and utility improvements within the Bayshore and Sunset Island
neighborhoods; and
WHEREAS, the planning effort for the Bayshore and Sunset Island neighborhoods has
completed and detail design activities are underway; and
WHEREAS, the Agreement was executed in the not-to-exceed amount of $133,1 and
WHEREAS, on December 10, 2003, the Mayor and City Commission adopted Resolution
No. 2003-25432, approving additional design services as Amendment No.1 to the Agreement, for
planning, design, permitting, bidding 1 award, and construction administrative for the
Bayshore and Sunset Island neighborhoods in the not-to-exceed amount of $1,913,302; and
resulting in a revised contract of $2,046,476;and
WHEREAS, on February 24, 2005, Amendment No.2 to the Agreement was administratively
executed, to re-package Sunset Islands 1 2 from Bid Package 8D to Bid 8B no
additional cost, resulting in no change contract; and
WHEREAS, on November 8,2005, Amendment No.3 to the was administratively
executed to include the completion of a topographic survey along Pine Tree Drive, from West 28 th to
West 40 th Streets, along the of the road, in not-to-exceed amount of $1 resulting
in a revised contract of $2,059,326; and
330
WHEREAS, on February 17,2006, Amendment No.4 the Agreement was administratively
executed to include the evaluation, permitting preparation construction alternatives for
the installation of curb/valley gutters to Sunset Islands 1 and in the not-to-exceed amount of
$2,500; resulting in a revised contract of $2,061,826; and
WHEREAS, on February 16, 2006, Amendment NO.5 to the Agreement was executed to
include installation of four (4) test to provide additional information for
preparation of a of Assurance to submitted to the Florida Department of
Environmental Protection (FDEP), as in the permit application for the in the not-to-
exceed amount of $55,863; resulting in a revised contract fee of 11 and
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted Resolution No.
2006-26283, approving Amendment NO.6 to Agreementfor the of "P3.2" water
main replacements required by the City's Public Works Department, in not-to-exceed amount of
$372,230; resulting in a contract fee of $2,489,91 and
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted Resolution No.
2006-26283, approving Amendment NO.7 to the Agreement for the design of bike lanes/routes
required by the Public Works Department, in the not to exceed amount of $58,128; resulting in
a revised contract of $2,548,047; and
WHEREAS, on September 9, 2006, Amendment No. 8 to the Agreement was
administratively executed to include the design of alternative parking in the Lake Pancoast area, in
the not-to-exceed amount of $24,900; resulting in a revised contract of $2,572,947; and
WHEREAS, on September 2006, Amendment No. 9 to the Agreement was
administratively to include the design of road edge treatment to Sunset Islands 1 2, in
the not-to-exceed amount of $3,200; resulting in a revised contract fee of $2,576,1 and
WHEREAS, on September 9, 2006, Amendment No. 10 to Agreement was
administratively executed include the design of resident modifications in the Lake
Pancoast area; in not-to-exceed amount of $8,680; resulting in a revised contract fee of
$2,584,827; and
WHEREAS, on August 6,2007, Amendment No. 11 the Agreement was administratively
for an additional thirty seven (37) soil borings in Island No.1 verify underground
utility services and potential conflicts, in the not to amount of $1 0,400; resulting in a revised
contract of $2,595,227;
WHEREAS, on April 11, 2007, the Mayor and City Commission adopted Resolution No.
2007-26504, approving Amendment No. 12 to the Agreement for additional regarding
verification of additional underground utilities to avoid conflicts in 103 boring along North
Road between Sunset Drive and Alton Road, in the not to exceed amount of $27,500; and 334
boring sites for Bid Package 8A -Central Bayshore, in the not to amount of $94,675; and to
perform a traffic study at the intersection of West 28 th Street and Prairie Avenue, in not to exceed
amount of $20,780; all resulting in a contract fee $2,738,182; and
WHEREAS, on December 20, 2007, Amendment No. 13 to the Agreement was
administratively executed for additional to expand the traffic of alternative design·
concepts for the Street and Prairie Avenue intersection (previously authorized under
Amendment No. 12), in the not to exceed amount of $22,1 resulting in a revised contract of
331
$2,760,338; and
WHEREAS, on December 20, 2007, Amendment No. 14 to Agreement was
administratively executed for additional to implement miscellaneous design revisions to bike
Janes, traffic tables, crosswalks, the 28th Street and Prairie Avenue intersection, and water mains. in
the not to exceed amount of $15,403; resulting in a revised contract fee of $2,775,741; and
WHEREAS, on December 7, 2007, Amendment No. 15 to the Agreement was
administratively executed for additional services to prepare a re-application package for the Historic
Preservation Board for the Lake Pancoast Bid Package, in not to exceed amount $2,1
resulting in a revised contract of $2,777,886; and
WHEREAS, on December 7, 2007, Amendment No. 16 to the Agreement was
administratively for additional services for design services. preparation of materials, and
attendance a meeting with residents discussing options for the intersection of 28th Street and
Prairie Avenue, in not to exceed amount of $2,947; resulting in a contract
$2,780,833; and
WHEREAS, on January 6, 2009, Amendment No. 17 to the Agreement was administratively
executed for additional services for desrgn services, preparation of materials, and attendance at
Board and meetings discussing options on Sunset No. I II, in the not
exceed amount of $1 resulting in a revised contract fee $2,796,177; and
WHEREAS, on January 6,2009, Amendment No. 18 to the Agreement was administratively
executed for additional services for design services necessary for the preparation of a technical
memorandum evaluating use of exi'iltration trenches in lieu of a stormwater pump in Lake
Pancoast, in the not to exceed amount of $15, 196; resulting in a revised contract of $2,811
and
WHEREAS, on October 1 2009, the Mayor and City Commission adopted Resolution No.
2009-27223, approving Amendment No. 19 to the Agreement which provided for additional nQ"""'"
on Sunset Islands No.3 and 4; that included preparation of a technical memorandum which
investigated the existing stormwater system, proposed improvements required to meet a 5-year, 1-
day level of service, and presented them in a schematic plan; that relocated meters in rear
easements to right-of-way; that added valley gutters, catch basins, replacement/upsizing of
outfalls, tideflex valves, and stormwater quality improvements; that coordinated the undergrounding
of electric, cable, and phone services; that coordinated new gas service; and that updated the
existing condition sheets; in the not-to-exceed amount of $1 08,000; resulting in a revised contract
fee of $2,919,373.
WHEREAS, the following Amendment No. 20, reallocates funds from construction
administration to bidding and award services for the Neighborhoods No. 8A, 8B, 8C, and
8D for additional with extended bidding and award phase due to
additional permitting requirements, in the amount of $144,591.84, $120,716.06, $39,749.13, and
$35,012.96, respectively, for a total contract reallocation of $340,069.99; increasing the bidding
award budget for Neighborhoods No. 8C, and 8D packages from $14,806 to
59,397.84, $14,806 $135,522.06, $14,806 to $54,555.13, and $14,806 $49,818.96,
respectively, for a total bidding and award services budget $399,293.99, and decreasing total
construction administration budget from $371,441 $31,371.01.
332
NOW, THEREFORE, parties hereto, and in consideration of the mutual promises,
covenants, agreements. terms, and conditions herein contained, and other good and valuable
consideration, respect and adequacy are hereby acknowledged, do as follows:
1. ABOVE RECITALS
The above recitals are true and correct and are incorporated as a part this Amendment
No.
2. MODIFICATIONS
The Agreement is amended to include the additional terms and conditions outlined in Exhibit
and the additional professional services the Project to provide extended bidding and
award services due to additional permitting requirements for the Project, as described in the
Consultant's proposal, November 4.2010, attached as Exhibit "B" to Amendment.
3. OTHER PROVISIONS
All other provisions of the Agreement remain unchanged.
RATIFICATION
The City and Consultant the of the Agreement, as this Amendment No. 20.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 20, to
executed in their names by duly authorized officials as of the first forth
CITY OF MIAMI BEACH
Mayor
Robert Parcher Matti I-Io,.,.o,ro Bower
ATTEST: CONSULTANT:
CH2MHILL, INC.
Print Name Print Name
ATTACHMENTS:
Exhibit A
Exhibit B -Consultant's Amendment 20 Order 20)
T:\AGENDA1201
AMENDMENT ,doc
CH2MHili Amendment No. 20 and \1'1"",,,1,,,,,,, • CH2MHili Amendments No. 20 •
333
A. SCOPE OF SERVICES
A, "Scope of Services", of the PROFESSIONAL ARCHITECTURAL AND
ENGINEERING (AlE) SERVICES AGREEMENT BETWEEN THE CITY MIAMI BEACH
(CITY) AND CH2MHILL, INC. (CONSULTANT), May 1 2001, is as follows:
the scope of services outlined in 3.1 thru 3.4 with the scope of ",,,,,,-\/1,.,.,,,,,,
outlined in Sub-Tasks 1.1 thru 1.4 of TASK ORDER 20 (provided as EXHIBIT B to this
Amendment).
SUPPLEMENT of outlined in 3.5 the
outlined in Sub-Task 1.5 of EXHIBIT B.
the scope of services outlined in Sub-Tasks 3.7 with the scope of services outlined
in Sub-Task 1.7, with the exception ofthe last paragraph.
ADD Sub-Task 1.8 -Project Meetings and Document Changes as Sub-Task 3.8 ofthe
contract.
the Deliverables and Schedule outlined in TASK 3 of the Agreement with the
Deliverables and Schedule outlined in TASK 1 of EXHIBIT B.
ADD following under TASK 5 -ADDITIONAL
Sub-Task 5.16-Additional Permitting Assistance
The scope of services for this Sub-Task are as outlined in Sub-Task 2.1 of B.
of EXHIBIT B.
The scope of services for this SUb-Task are as outlined in Sub-Task 2.3
Contaminated Groundwater
The of for this Sub-Task are as outlined in Sub-Task of EXHIBIT
SUb-Task 5.21 -Development of DERM Required -Dewatering Plan
The scope of services for this Sub-Task are as outlined in Sub-Task 2.6 of EXHIBIT B.
The scope of services for this Sub-Task are as outlined in Sub-Task of EXHIBIT B.
334
ADD the Deliverables and Schedule outlined in TASK 2 of EXHIBIT B under TASK 5 of the
Agreement.
B. TIME OF COMPLETION
As of January 21,2011, Project Packages A, Band C have released for bid and awarded
by City Commission. scope of services under Amendment shall continue
accordingly, per the Schedules delineated in EXHIBIT B and incorporated herein.
C. PAYMENT AND COMPENSATION
Compensation for aforementioned AlE additional services shall as outlined in Article 7 of
the Agreement. total labor fee proposed for this scope of work shall be a lump sum amount
of $399,293.99, of which $59,224 is currently authorized for bidding award and an
additional $340,069.99 shall be reallocated from construction administration to bidding and
award as part of this Amendment, resulting in no to the total contract amount.
Invoicing will be monthly and based on the percentage of work completed by the invoice
Original Contract Value
Amendment No.1
Amendment No.2
Amendment No.3
Amendment No.4
Amendment No.5
Amendment NO.6
Amendment No. 7
Amendment No.8
Amendment No.9
Amendment No. 10
Amendment No. 11
Amendment No. 12
Amendment No. 13
Amendment No. 14
Amendment No. 15
Amendment No. 16
Amendment No. 17
Amendment No. 18
Amendment No. 19
Amendment No. 20
Total Revised Contract Value:
$133,1
$1,913,302
$0
$12,850
$2,500
$55,863
$372,230
$58,1
$24,900
$3,200
$8,680
$10,400
$142,955
$22,1
$15,403
$2,1
$2,947
$15,344
$15,196
$1
$2,919,373
T:lAGENDA\2011\4-13-11\Bayshore CH2MHili Amendment No. 20 and 21\8ayshore CH21'v1Hili Amendments No. 20 -
AMENDMENTdoc
335
EXHIBIT B
Amendment 20 (Task Order)
Bidding and Additional Permitting Services for the City of Miami
Neighborhood No.8, Design Packages AlC J and D
This Order when executed, shall
the STAl'\JTIARD AGREEMENT
PROJECT DESCRIPTION
stormwater discharge into Biscayne
Bay area.
incorporated in, and shall become an integral part
dated l\IIay 2001.
construction management Neighborhood 8 was divided into
These
"'J.J" .... u," dewatering
Packages A C will
4
of n,."jprr
that
SCOPE OF SERVICES
CONS1.JLTAl\Jl
following activities:
l.
2.
3.
4.
:J.
6.
assistance including preparation a environmental site
plans to be included in each construction
336
TASK 1 .. 8IDDING, AWARD SERVICES, PUBLIC INFORMATION
SERVICES
Sub-Task 1.1 .. Construction Contract Document _ ... 11' .... "'.
construction contracts
shall set
H'"'TlT''' to i..""1clude two sets of and a
bid form. Documents will submitted to CITY for review CITY comments will be
incorporated within 2 weeks of receipt comments. CONSULTANT will
electronic copies final documents the bid.
CONSUL TAJ.'\fT shall update the bid documents as by addenda
requested CITY provide a set of electronic copies of the
changes
final
documents continued, extended bid n,.",-",<:<:
Package D
CONSULTANT's contract.
Sub-Task 1.2 .. Bid Document Delivery
CONSULTANT shall
CITY.
for
The CITY I J rr.r111'p1"n and handle
bid
Sub·Task 1,3 .. Pre·Bid Conference
to n",,.',,,,...,,,rl",,,,,, Bidders.
one initial
111 Attend '''''-'''~'''''''L'-in one secondary
Sub-Task 1.4 .. Addenda Issuance
bidders
B, and
prepare c;u. .... ,,:>'u.c. for
CONSULTANT provide, CITY, timely responses to the inquiries of
bidders subsequently documented issuance of
337
B.
2
/
j
The format for
to prospective bidders shall
to CITY on a same day
approval and distribution.
Sub-Task 1.5 -Bid Evaluation
will attend the
of services includes no
a bid protest.
Sub-Task 1.6· Contract Award
1.7 • As-Bid Contract
II bid
.. Amend/ modify
made via contract
contract documents.
II construction contract
modifications / revisions
and a record of
shall prepare and
(6) addenda are assumed
Committee
of bidders
CONSULTANTs to assist
Construction Contract
within ten working days
but not limited to,
and / or technical
by incorporation of
as required to include
via contract addenda.
to
in the
1,8 -Project Meetings Document Changes
will
requiring
Deliverables:
packages D.
338
3
•
The CONSULTANT
AI C and B commensurate with the
projects prior to the end 2010. It is
AIC B in and D by
months of the advertisement.
(12) sets
with Order No. 20 for
desire to complete bidding
CITY will complete bidding
2011. This will be completed
TASK 2 -Additional Permitting Services
SUb-Task(i.11f.,~ Additional Permitting Assistance
to CITY
"''''T"TrI11T1T1'cr as well as any
assist
additional information required by the agencies, including but not
SFWNID as a result of new and more restrictive requirements
associated with the protection of water quality in Biscayne Bay. Consultant will notify
CITY budget is if additional fee will reqUired to obtain
(.t;).\1)
Sub-Task 2.2 -Prepare an Environmental Assessment Proposal
response
for the achtal completion of site assessment activities.
(0.1b)
SubMTask 2.3 -Development of Alternate Dewatering Methods, Details and Site
Plans
the
to during construction of the Neighborhood 8
to well-point injection system; to temporary wells;
discharge to existing Details, including drawings and detailed
descriptions, shall be discharge method deemed feasible.
mcon:mrated into contract to
shall
339
4
dewatering site
Dewatering
four pt()le<:ts.
Ct?· \q)
Sub-Task 2.4 -Hydraulic Study to Determine Limits of Dewatering Influence
n"''I'''tnrm a assessment
be used within each zone of each packages
potential of groundwater drawdown at each location. analysis
define the of groundwater drawdown associated with each
approved dewatering methods. Superimposed on limits the horizontal limits
any contaminated sites identified the Phase I/II Environmental Assessment to
be for packages (by others). Dewatering methods be as
will not cause migration
(6.10)
Sub-Task 2,5 -Development of Plans and Procedures to Treat and Dispose of
Contaminated Groundwater
services has been proportioned hoi-,'.uo<'rI
(6.I].i)
Sub-Task 2.6 .. Development of DERM Required -Dewatering Plan
Consultant prepare
DERiYI for review to advance
submitted to
and
dewatering
(f>.
Sub-Task 2.7 -Development of Estimated Construction Associated with
Alternate Dewatering Methods
prepare
of
• .u. .. , .... ,,< .. , construction costs for
Band D.
340
alternate
a
5
Schedule:
shall provide all deliverables associated with Task 2 commensurate with
schedule to the start of construction for Packages Ale and The tasks
D ~vill be concurrent with the
~"'i>''''F.''' D completed under a ""~/<.U.<4Lo;;;
Deliverables:
GENERAL ASSUMPTIONS
2.
of services
event of a
markup reproduction of ,.",,..,I'\t"ir<: contract '-<U''-!'u.U""
items, as indicated in the scope work or as requested by
to
3. Travel and reimbursed for actual costs with
applicable markup for employee travel assioclarea with this Order.
4. CONSULTANT is not responsible paying for permits from Federal, State or
PROJECT BUDGET
that are required for prosecution of
work shall be a not-to-exceed amount
of 5430,666.00. J.,"'""<U\.Ul
may utilize unused budgets within "'~'J'''''Ji~ as long
is not exc:ee(lea
341
6
TIME OF COMPLETION
1"I1"r,rpl"" as
will be complete when the
Execution of this Task Order constitutes CITY's Notice to ,J",,.,.ro£,rI
described and in with the Standard Agreement
dated 16,2001.
Approved by:
HILL
Date:
7
342
I
Bayshore
CH2M HILL
Amendment 20-Bidding, Award and Additional Permitting Services
Total Negotiated Fee for Bidding and l"I>rrnlfTl Services
Item Total
Total
A
B
C
0
Current Authorization for Biddi
Item
Total
A
B
C
o
$14,806.00
$14,806.00
$14,806.00
$14,806.00
Bid and
$263,416.99
$100,407.84
$94,511.06
$38,301.13
$30,196.96
rd
Additional
Additional Fee for Bidding and Pt:;:1 ImUlII1S Services (Amendment 20)
Additional
Item Total Bid and Permitting
Total $340,069.99 $204,192.99 $135,817.00
A $144,591.84 $85,601.84 $58,990.00
B $120,716.06 $79/705.06 $41,011.00
C $39,749.13 $23,495.13 $16,254.00
0 $15,390.96 $19,622.00
under remaining authorized fee
343
Reimbl.lfsables*
$0.00
$0.00
$0.00
$0.00
$0.00
"
AMENDMENT NO. 21
TO THE PROFESSIONAL LANDSCAPE ARCHITECTURAL
AND ENGINEERING (AlE) SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI FLORIDA
AND
CH2MHILL. INC.
DATED MAY 16, 2001
FOR THE
RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.8
BAYSHORE AND SUNSET ISLANDS.
This Amendment No. to the above Agreement is made and entered this __ day of
_-,---___ ' 2011, by and between CITY MIAMI BEACH, a municipal corporation existing
under the laws of State of Florida, having its principal offices 1700 Convention Center Drive,
Miami Beach, Florida 331 (hereinafter to as the City), and CH2MHiII, Inc. a Florida
Corporation, having its principal office at 800 Fairway Drive, Suite 350, Deerfield Beach, Florida,
33441 (hereinafter referred to as the Consultant).
WHEREAS, on May 16,2001, the Mayor and City Commission adopted Resolution No.
2001-24387, approving a nd authorizing the Mayor and City Clerk to execute an agreement with the
Consultant for professional (the Agreement) for the Right-of-Way Infrastructure
Improvements Program Neighborhood No. 8 Bayshore and Sunset Island project Project).
pursuant to Request for Qualifications No. 134-99/00;
WHEREAS, the Agreement provides for the detailed planning for various
streetscape, landscape, and utility improvements within the Bayshore and Sunset Island
neighborhoods; and
WHEREAS, the planning Bayshore Sunset Island neighborhoods has
completed and detail design activities are underway; and
WHEREAS, the Agreement was executed in the not-to-exceed amount of $133,174; and
WHEREAS, on December 10, 2003, Mayor and City Commission adopted Resolution
No. 2003-25432, approving additional design services as Amendment No.1 to the Agreement, for
planning, design, permitting, bidding I award, and construction administrative for the
Bayshore and Sunset Island neighborhoods in the not-to-exceed amount of $1,913,302; and
resulting in a revised contract fee of $2,046,476;and
WHEREAS, on 2005, Amendment No, 2 the nf"'f"Ot:UMOlnTwas administratively
executed, re-package Sunset Islands 1 and 2 from to Bid Package 8B at no
additional resulting in no change to contract; and
WHEREAS, on November 8, 2005, Amendment NO.3 to the Agreement was administratively
executed to include the completion of a topographic survey along Pine Tree Drive, from West 28 th to
West 40 th along side of road, in the not-to-exceed amount $12,850; resulting
in a revised contract fee of $2,059,326; and
344
WHEREAS, on February 17,2006, Amendment No.4 to administratively
executed to include the evaluation, permitting and preparation of construction cost alternatives for
installation of curblvalley to Sunset Islands 1 and 2, in the amount of
$2,500; resulting in a revised contract fee of $2,061 ,826; and
WHEREAS, on February 16, 2006, Amendment No.5 to the Agreement was executed to
include the installation of four (4) drainage wells to provide additional information for
preparation of a Letter of Reasonable Assurance to be submitted to Florida Department of
Environmental Protection (FDEP), as required in permit application for the Project, in not-to-
exceed amount of $55,863; resulting in a revised contract of $2,117,689; and
WHEREAS, on September 6, 2006, the Mayor and City Commission adopted Resolution No.
2006-26283, approving Amendment No.6 to Agreement for the design of"P3.2" classified water
main replacements required by the City's Public Works Department, in the not-to-exceed amount of
$372,230; resulting in a revised contract of $2,489,91 and
WHEREAS, on September 6,2006, Mayor and City Commission adopted Resolution No.
2006-26283, approving Amendment No. 7 to the Agreement for design of bike lanes/routes
required by the City's Public Works Department, in the not to amount of $58, 128; resulting in
a revised contract fee of $2,548,047;
WHEREAS, on 9, 2006, Amendment No. 8 to the Agreement was
administratively executed to include the design of alternative parking in the Pancoast area, in
the not-to-exceed amount of $24,900; resulting in a revised contract of $2,572,947; and
WHEREAS, on September 9, 2006, Amendment No. 9 the Agreement was
administratively executed to include the design of edge treatment to Sunset Islands 1 and 2, in
the not-to-exceed amount of $3,200; resulting in a revised fee of $2,576,147; and
WHEREAS, on September 9, 2006, Amendment No. 10 to Agreement was
administratively executed to include the design of resident requested modifications in the
Pancoast area; in the not-to-exceed amount of $8,680; resulting in a contract of
$2,584,827; and
WHEREAS, on August 6,2007, Amendment No. 11 to the Agreement was administratively
for an additional thirty seven (37) soil borings in Sunset Island No.1 to verify underground
utility services and potential conflicts, in the not to exceed amount of $1 0,400; resulting in a revised
contract of $2,595,227; and
WHEREAS, on April 11, 2007, the Mayor and City Commission adopted Resolution No.
2007-26504, approving Amendment No. 12 to the for additional services regarding
verification of additional underground utilities to avoid conflicts in 103 boring sites along North Bay
Road between Sunset Drive and Alton Road, in the not to amount of $27,500; and 334
boring for Bid 8A -Central Bayshore, in not to exceed amount of $94,675; and to
perform a traffic study at intersection of West 28 th Street and Prairie Avenue, in the not to exceed
amount of $20,780; all resulting in a revised contract fee of $2,738,182; and
WHEREAS, on December 20, 2007, Amendment No. 13 to the Agreement was
administratively executed for additional to expand thetraffrcstudy alternative design
concepts for the 28 th Street and Prairie Avenue intersection (previously authorized under
Amendment No. 12), in the not to exceed amount $22,156; resulting in a revised contract fee of
345
$2,760,338; and
WHEREAS, on December 20, 2007, Amendment No. 14 to the Agreement was
administratively executed for additional to implement miscellaneous revisions to
lanes, tables, crosswalks, the 28th and Prairie Avenue intersection, and water mains, in
the not to exceed amount of $15,403; resulting in a revised contract of $2,775,741; and
WHEREAS, on December 7, 2007, Amendment No. 15 to the Agreement was
administratively for additional to prepare a re-application for the Historic
Preservation Board for the Lake Pancoast Bid Package, in the not to exceed amount of $2,1
resulting in a revised contract fee of $2,777,886; and
WHEREAS, on December 2007, Amendment No. 16 to the Agreement was
administratively executed for additional for design preparation of materials.
attendance a meeting with residents discussing options for the intersection of 28 th Street
Prairie Avenue, in the not to amount of $2,947; resulting in a revised contract fee of
$2,780,833; and
WHEREAS, on January 6, 2009, Amendment No. 17 to the Agreement was ad ministratively
executed for additional services for design" services, preparation of materials, and attendance at
various Board and civic meetings discussing options on Sunset Islands No. I and II, in the to
exceed amount of $1 resulting in a revised contract of $2,796,1 and
WHEREAS, on January6, 2009, Amendment No. 18 to the Agreement was administratively
executed additional for design services necessary the preparation of a technical
memorandum evaluating the use of exfiltration trenches in lieu of a stormwater pump station in Lake
Pancoast, in the not to exceed amountof$15, 196; resulting in a contractfeeof$2,811
and
WHEREAS, on October 14, 2009, the Mayor City Commission adopted Resolution No.
approving Amendment No. 19 to Agreement which provided for additional design
scope on Sunset Islands NO.3 and 4; included preparation of a technical memorandum which
investigated the existing stormwater system, proposed improvements required to meet a 5-year, 1-
day level of service, and presented them in a schematic plan; that relocated water meters in rear
easements to the right-of-way; that added valley gutters, catch basins, replacementlupsizing of
outfalls, tideflex valves, and stormwater quality improvements; that coordinated undergrounding
of electric, cable, phone services; that coordinated new service; and that updated the
existing condition sheets; in not-to-exceed amount of $1 08,000; resulting in a revised contract
fee of $2,919,373; and
WHEREAS, on April 13, 2011, Amendment No. 20 ~hall be presented to the Mayor and
Commission for approval to reallocate funds from construction administration to bidding award
services for the Bayshore and Sunset Island Neighborhoods No. 8A, 8B, and 8D packages for
additional services associated with the extended bidding and award phase to additional
permitting requirements, in the amount of $144,591.84, $120,716.06, $39,749.13, and $35,01
respectively, for a total contract reallocation of $340,069.99; increasing bidding and
services budgetforNeighborhoods No. 8A, 8B, 8C, 8D packages from $14,806 to $159,397.84,
$14,806 to $135,522.06, $14,806 to $54,555.13, and $14,806 to $49,818.96, respectively, fora total
bidding and award services budget of $399,293.99,ahd decreasing the total construction
administration budget from $371,441 to $31,371.01; and
346
WHEREAS, following Amendment No. 21, approves additional services to provide
design documents and permitting to procure the Tree Removal Permits for the
Bayshore and Sunset Island Neighborhoods No. 8A, 8B, and 8D projects and additional
services to participate in value engineering and provide design modifications and associated re-
permitting services to incorporate the level of service review comments requested by the City
Commission during award of construction contracts for the Bayshore Neighborhoods No. 8A,
8B, and 8C projects, for a not-to-exceed amount of $135,112.97 and an additional not-to-exceed
amount of $63,605.00 reimbursable expenses, fora total not-to-exceed amount of $198,717.97;
resulting in a revised contractfee $3,118,090.97.
NOW, the parties hereto, and in consideration of the mutual promises,
covenants, agreements, terms, and conditions contained, other good and valuable
consideration, the respect and adequacy are hereby acknowledged, do agree as follows:
1.
above recitals are true and correct and are incorporated as a part of this Amendment
No. 21.
2. MODIFICATIONS
The Agreement is amended to include the additional terms and conditions outlined in Exhibit
"A" and additional professional for the Project to provide design documents
permitting services to procure the Tree Removal Permits for the Bayshore and
Sunset Island Neighborhoods No. 8A, 8C, and 8D projects and additional services to
participate in value engineering and provide design modifications and associated re-
permitting services to incorporate the level of service review comments for the Bayshore
Neighborhoods No. 8A, and 8C projects, as described in Consultant's proposal,
attached as Exhibit "B" to Amendment.
3. OTHER PROVISIONS .
All other provisions of the Agreement remain unchanged.
4. RATIFICATION
The City and Consultant ratify the of the as per Amendment No. 21.
347
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 21, to be
executed in their names by their duly authorized officials as of the date set forth above.
City Clerk
Robert Parcher
Print Name
ATTACHMENTS:
A
CITY OF MIAMI BEACH
Mayor
Matti Herrera Bower
CONSULTANT:
CH2MHILL, INC.
Print Name
Exhibit B -Consultant's Amendment 21 (Task Order 21)
T;\AGENDA\2011\4-13-11\Bayshore -CH2MHilI Amendment No. 20 and 21\Bayshore -CH2MHi!I Amendments No. 21 -
AMENDMENT.doc
348
EXHIBIT A
A SCOPE SERVICES
SCHEDULE A, "Scope of , of the PROFESSIONAL ARCHITECTURAL AND
ENGINEERING (AlE) SERVICES AGREEMENT THE CITY OF MIAMI BEACH
(CITY) AN D CH2MHILL, INC. (CONSULTANT), May 16, 2001, is amended as follows:
ADD the following under TASK 5 -ADDITIONAL SERVICES:
Sub-Task 5.23 -Tree Removal
The scope of services for this Sub-Task are as outlined in Task 1 of EXHIBIT B.
Sub-Task are as outlined in Task 2 of EXHIBIT B.
Sub-Task 5.25 -Additional Permitting
The scope of services for this Sub-Task are as outlined in Task 3 of EXHIBIT B.
ADD the Deliverables outlined in EXHIBIT B under TASK 5 of the Agreement.
TIME OF COMPLETION
The of services under Amendment shall be completed within 90 days following the
issuance of the notice-to-proceed by the City, per Assumption #1 delineated in EXHIBIT Band
incorporated herein.
C. PAYMENT AND COMPENSATION
Compensation for the aforementioned additional services shall be as outlined in Article 7 of
the Agreement. The total labor proposed for scope of work shall be for a not-to-exceed
amount of $135,112.97 and an additional not-to-exceed amount of $63,605.00 for reimbursable
",vr,,,,n,,,,,,,,, for a total not-to-exceed amount of $198,71 resulting in a revised contract of
118,090.97. Invoicing will be monthly and on the percentage of work com pleted by the
invoice date.
Original Contract Value
Amendment No. 1
Amendment No.2
Amendment NO.3
Amend ment No.4
Amendment NO.5
Amendment No.6
Amendment No. 7
Amendment NO.8
Amendment NO.9
Amendment No. 10
Amendment No. 11
Amendment No. 12
Amendment No. 13
Amendment No. 14
Amendment No. 15
$1 174
$1,913,302
$0
$12,850
$2,500
$55,863
$372,230
128
$24,900
$3,200
$8,680
$10,400
$142,955
156
$15,403
$2,1
349
Amendment No. 16
Amendment No. 17
Amendment No. 18
Amendment No. 19
Amendment No. 20
Amendment No. 21
Total Revised Contract Value:
$2,947
$15,344
$15,196
$108,000
$0
$198,717.97
$3,118,090.97
T:\AGENDAI2011\4w 13-11\Bayshore • CH2MHHI Amendment No. 20 and 21\Bayshore -CH2MHili Amendments No. 21 -
AMENDMENT.doc
350
EXHI IT
Amendment No. 21
To The Professional Services Agreement
Between
The City of Miami Beach, FL
And
CH2M HILL
Dated May 16,2001
For Additional Design Services for the Right-Of .. Way
In'frastructure Improvements Program Neighborhoods
No.8, A, and C -Central Bayshore/Lower North Bay
Road/Lake Pancoast
Storm Drainage Design Modifications and Miami Dade DERM
Tree Removal Permitting Services
This Amendment No. 21, to the above Agreement is made and
entered this of , 2011, by and between the CITY
MIAMI BEACH, a municipal corporation existing under the laws of the State of
Florida, having its principal at 1700 Convention Center Drive, Miami
Beach, 33139, (hereinafter referred as the CITY) and CH2M HILL, a
Florida Corporation, having principal office located 800 Fairway Drive, Suite
350, Deerfield Beach, FL 33441 (hereinafter referred to as the CONSULTANT).
PROJECT DESCRIPTION
During the scope development for the environmental permitting of the
Neighborhood No. 8B Bayshore Package Lower North Bay Road
project, CITY stated they would process the Miami-Dade Department of
Environmental Resources Management (DERM) Removal Permit. As of
January 2011, the CITY requested CH2M HILL (CONSULTANT)
prepare a Order amendment to do this work for the Bayshore
Neighborhood No. 8A, 8B, 8C and 8D projects.
In addition, as a consequence of ongoing implementation of policies and
standards being developed by the CITY's new stormwater master plan and
requests by the City Commission for the City of Miami Beach Public Works
Department (PW) to provide a level of service review, PW has requested
revisions to the current design of the stormwater collection and disposal systems
proposed for the Bayshore Neighborhood No. 8A, and 8C projects.
1
351
SCOPE OF SERVICES
Task 1 -Bayshore Neighborhoods No. 8A, 8B, 8C and 80 Tree Removal
Pennitting
CONSULTANT, along with representatives from the CITY shall conduct site
visits as necessary to provide documentation which all the requirements
as denoted in DERM's Tree Removal Permit Application and Tree Survey
Guidelines and Specifications. The purpose of the field visits will be to obtain
additional information to supplement the existing information shown on the
current bid documents (Le. demolition/encroachments list/plan). The information
obtained will be incorporated into the current set of plans for the DERM Tree
Removal Permit Application submittal. CONSULTANT will obtain this information
by walking the project sites.
Documentation shall contain the following information:
1. Location and identification of all non-exempt trees within the project area
on a plan signed and by a registered landscape architect.
A key in table format, delineating the following for each non-exempt tree:
a. identification number
b. Scientific and/or common name
c. Diameter at breast height (DBH)
d. Canopy diameter or square footage
e. Label showing tree as "to remain", "to relocated", or "to
removed" (ET2's)
3. For specimen trees to removed, known as Encroachment Type 2's
or relocated, documentation shall also include a tree health
analysis, tree photo, and site photo.
The CONSULTANT will evaluate and obtain information for any new plantings
that have occurred after the original survey was completed and will need to be
designated as and incorporated into the DERM Tree Removal Application
documentation. CONSULTANT shall flag for location by Subconsultant
Surveyor. Subconsultant Surveyor will locate these in the field so
CONSULTANT can add to demolition plans.
Task 2 -Design Modifications
The CONSULTANT will provide design services to revise and update the
contract documents for of the projects as directed by PW or as authorized
by the CITY. For this amendment, it is assumed that PW stormwater related
requirements authorized for the Lower North Bay Road project will be duplicated
2
for Central Bayshore and Pancoast projects with the only difference
being the level of effort required by the specific project.
Activities include:
Evaluation and response to PW review comments;
• Evaluation of PW comments and potential impact on the existing
design and permits. Possible modifications include limited extensions
of the stormwater collection system in response to neighborhood
requests, upsizing of proposed collection storm sewers or outfalls if
justified and if access to the outfalls becomes available, increasing the
width of proposed valley gutters, extending valley gutters up the side
streets and modifications to the pump stations. Potential changes are
based on the PW review comments dated February 17,2011;
• Update design calculations resulting from proposed modifications to
demonstrate compliance with criteria -that the proposed pump
station, injection well design and collection system are sufficient and
that flooding would not be expected to occur at the road crown or
within 15 feet of a structure during a 7.5 in/24 hr storm event;
• Evaluation and potential modifications to the stormwater outfalls,
including the disposition backwater control devices and the
replacement of the outfall at 8 Lower North Bay Road including
survey
• Identify and justify road grades and longitudinal slopes that are less
than 0.3% sidewalks that are lower than the of pavement,
determine if these areas be drained by other means and provide
recommendations;
• Include provisions in the contract documents for full depth roadway
restoration in areas (determined during construction) where the
existing road base is determined to be insufficient and where milling
and repaving may inadequate insure acceptable pavement
design life;
• Design an irrigation plan for the of in Package B to
replace the existing irrigation system that will damaged by the
< • .c0nstruction of the stormwater pump station. The irrigation system will
be shown on an appropriate drawings sheet for work in this
• Revise drawing DM-14, PGD-14 and PM-14 of the 8A
set to be consistent with proposed alignment and traffic flow changes
at the Pinetree Drive and Flamingo Drive intersection as shown in a
Perez and Assoc. drawing dated August 5,
3
353
411 Participate in Value Engineering (VE) reviews for the 8ayshore 8A,
and 8C projects. Evaluate contractor's proposals for each
project and provide recommendations to the City with respect to their
conformance with the contract documents and design intent. Accepted
recommendations will incorporated into the Contract Documents
under the provisions of the tasks defined by During
Construction.
Task 3 -Permitting
As part of this task, the CONSULTANT shall prepare and complete the
Removal Application for the CITY'S signature and submit the application to
DERM with revised demolition plans showing all information required by this
permit agency.
Specific activities will include:
• Submit permit application forms to CITY for their review.
• Incorporate comments/revisions from CITY and then submit to DERM.
411 Conduct an onsite meeting with DERM to review trees.
411 Provide response to requests for additional information, if requested by
DERM.
411 Incorporate comments/revisions from DERM, if required.
411 Provided for a Registered Landscape Architect to sign and seal plans,
if necessary.
411 Calculate mitigation cost required for vegetation to removed. Verify
if mitigation can consist only of fee payments to Trust or if
necessary, prepare mitigation plans for project package.
• CONSULTANT will communicate and coordinate with regulatory
agencies as required to obtain permit approval.
In addition to tree removal permits, 2 drainage design revisions may
require additional permitting or amendment of existing DERM if outfalls are
upsized or otherwise modified.
Specific activities will include:
411 Submit permit application forms to CITY for their review.
4
354
.. Incorporate comments/revisions from CITY and then submit to DERM.
Design revisions will be modifications to the existing design and not
complete redesign of the stormwater systems.
.. Provide response to for additional information, if requested by
DERM.
.. Incorporate commentsirevisions from DERM, if required.
.. CONSULTANT will communicate and coordinate with regulatory
as required to obtain permit approval.
Deliverables:
1. Completed Application Forms and
names, measurements of the trees to
bid documents.
demolition plans showing the
removed as shown on current
All permit deliverables will include 3 full-size sets, 3 half-size sets and
one electronic PDF.
Assumptions:
1. 1 of scope of work will be completed no later than 90 days
following the notice to proceed (NTP) from City, and the CITY's timely
review of deliverables. Within two weeks of receipt of NTP,
CONSULTANT will propose a delivery schedule for the CITY's review.
Any delays by CITY beyond the dates stated above may require scope
and fee revisions.
2. Task 3 design revisions do not anticipate the requirement to change
the grade of sidewalks or perform major re-design of the systems as
they are currently designed -in particular changes that would result in
the need to re-permit aspects of the project. Expected revisions are
... "'.,<;; .... on discussions with PW, CIP and CIPOC representatives and
as directed by the CITY. Changes to the design documents will be
prepared for inclusion by order into the project work.
Preparation of the actual change orders are covered by other
agreement(s). If the level of re-design exceeds what is anticipated, the
CONSULTANT shall advise the CITY that additional amendment to
this contract may be required.
CONSULTANT will not attend any meetings with HOAs or individual
homeowners regarding the disposition of the to removed.
4. CITY will pay-all permitting
Project scope and
Attachment A
is based on attached estimated list in
5
355
6. CITY will provide written application
receipt of package.
writing within one
7. Existing Conditions
survey information as
Surveyor Subconsultant.
8. Travel expenses will be reimbursed by
9. CH2M HILL shall not be for
any delay caused beyond our control.
PAYMENT AND COMPENSATION
manT<" within two weeks of
to comments
with additional
scope of work from
Agency delays, or
total fee proposed for the scope of work above shall be a time
basis fee in the amount of $198,71 including an allowance for reimbursable
expenses and survey services which cannot until the initial field work
is completed. The total survey allowance for the proposed work is
$35,000 and is included in the proposed reimbursable ovY,on
Item
Task 1 -Tree Removal
IN WITNESS WHEREOF, the
No.21, to be executed in their name by their duly
first set forth above.
356
Amount
6
Storm Drainage
Task i-Tree Removal Labor
ElI:penses
Total
Task 2-Design Modifications Labor
Total
W
(Jt
......
ElI:penses
Total
Total Fee -Amendment 21
"A", "S", "e" and
Fee calc_amend21_rev_de5_tree
cations and
Labor
Table 1
Tree Removal P"rmitti
Total
$ 18,731).67 $ 5,485.88 $ 6,318.09 $ 5,485.88
$ 19,448.00 $ 5,610.00 $ 6,732.00 $ 5,610.00
$ 38,178.67 $ 11,095.88 $ 13,050.09 $ 11,095.88
$ 3,010.56 $ 1,865.78 $ 1,003.66
$ 32,716.03 $ 20,269.17 $ 10,905.49
$ 8,016.11 $ 4,818.43 $ 2,672.03 $ 4,818.43
$ 24,218.61 $ 14,557.64 $ 8,072.87 $ 14,557.64
$ 73,420.52
$ 63,890.69
$ 61,406.76
$
3/23/2011
to) c.n eo
l'l ~ ; ! ! g 11
5! ! i =3
J
'" ! ~'~i~! ! ! ~ ?
! ~~! I lIt~~ °ll~
~~~~~ ~ ~ t ~
l! a ~ ~. ! a
j ~ ~
i ~~! ~ 1:\ &8.
o~ ...
" § 'I~ ~~p~ j
~
~ U~~ ~. ~8.~! ; ~!ilS ~ Ll! ~ " .; :i
5~:;;!!~ ~~~ ~ 38S
! ~~~!l O!"':
P
! ~NI~ ~~!l "'-§2! lJ,
'" !
l un ~ 88~ ~ I! U~ ! to< " ,.; " ~
~~! ~ &~ .. ~-~
!<
) § N_!!~~ j
l ~
ii' ~,
;:,
g
Ii ~
-:I
~'
~ .r
359
THIS PAGE INTENTIONALLY LEFT BLANK
360