C7B-Execute Amendment 4 South Pointe Park Pier ProjectCOMMISSION ITEM SUMMARY
Condensed Title:
A Resolution OfThe Mayor And City Commission OfThe City Of Miami Beach, Florida, Authorizing The Mayor And City
Clerk To Execute Amendment No. 4 To The Professional Services Agreement With Atkins North America, For
Supplemental Construction Administrative Services, For A Period Of Up To Twelve (12) Months, For The South Point
Park Pier Project; In The Negotiated Lump Sum Amount Of $266,472 And An Additional Amount of $34,380 For
Reimbursable Expenses, For A Total Amount Of $300,852 With Previously Appropriated Funding In The Amount
$300,852 From Fund 389 South Pointe Capital Fund.
Key Intended Outcome Supported:
Ensure Value and Timely Delivery of Quality Capital Projects, Ensure Well Maintained Facilities, Ensure Safety
and A_Qpearance of Building Structures and Sites. ----~
Supporting Data (Surveys, Environmental Scan, etc.}: The 2012 Customer Satisfaction Survey indicated
that over 87% and 83% of City residents and businesses respectively, rated the appearance and
maintenance of pubfic buildings as excellent or good; and over 81% of residents rated recently completed
capital improvementprolects as excellent orgood.
Issue:
I Shall the Mayor and City Commission approve the issuance of the Resolution?
Item Summary/Recommendation:
On April13, 2011, the City Commission pursuant to Request for Qualifications (RFQ) No. 04~ 10/11, adopted
Resolution No. 2011~27628, approving and authorizing the Mayor and City Clerk to execute a Professional
Services Agreement with Atkins North America, Inc. (Atkins) for Professional Services for the South Pointe
Pier Project. The Agreement provided for the design, bid, award and construction administration services.
Pursuant to RFQ No. 04~ 1 0/11, any additional services required during the performance of the work would be
requested by the City and negotiated in accordance with the Contract Documents. To that effect, the
additional services will be added to the Atkins Professional Services Agreement as requested by the City.
As supplemental construction services to Task 4-Construction Administration Services in the Professional
Services Agreement, Atkins shall perform the duties and responsibilities of an on~site representative to
monitor the construction and environmental permitting requirements for a period of twelve {12) months.
Atkins will provide review of the Construction Manager at Risks progress in ful! coordination with the City and
environmental agencies. In addition, this amendment will include the services of Geotechnical Consultant
{authorized sub-consultant) to perform Pile Dynamic Analyzer (PDA) tests as specified by the Contract
Documents.
The Administration has determined that the supplemental construction administration services are warranted
due to sensitive marine environment and extensive environmental permit monitoring requirements during the
project's construction phase. The additional services will be added to the Atkins Professional Services
Agreement as requested by the City (Exhibit A).
The negotiated price submitted by Atkins North America for the above services has been reviewed by City
staff and found to be fair and reasonable.
The Administration recommends approval of the resolution.
Advisory Board Recommendation:
Financial--·--r-] __ Amou~-+~--~·~-------A_c_c_o~u.n_t ___ ·-----
~for~~ti<r: 111 $3oo.s52 l_3_s9_-_2_5_77~_-_o_6_13_5_7_~----------~--
l 2 I
~-----------------· ----------~---------4
\ Total $300,852 J------~----------~--------1
Financial Impact Summary:
L...-.----~~-----------~-----------~--------~-
fity Clerk's qffice Legislative Tracking:
1 Mattie Reyes, Ext. 6884
t
Si n-Offs:
'rector Interim City Manager
--------+-·
Assistant City Manager I
Chief Financial Officer ~-----~----------~~~r-·----~~ JGG PDW ____ KGB FV...._,,c;-_
i
MIAMI BEACH 201
AGENDA ITEM ...,..._.,t1_?7-:7-"'8""----
DATE /-{{r/3
(9 MIAMI BEACH
City of Miami Beach, 1700 Convenlion Center Drive, Miami Beach, florida 33139, www.miomibeachll.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Members of the City Commission
FROM: Kathie G. Brooks, Interim City Manager §i0 ;(-.
/
DATE: January 16, 2013
SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AMENDMENT NUMBER 4 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH ATKINS NORTH
AMERICA, INC. FOR SUPPLEMENTAL CONSTRUCTION
ADMINISTRATION SERVICES, FOR A PERIOD OF UP TO TWELVE (12}
MONTHS, FOR THE SOUTH POINTE PARK PIER PROJECT; IN THE
NEGOTIATED LUMP SUM AMOUNT OF $266,472 AND AN ADDITIONAL
AMOUNT OF $34,380 FOR REIMBURSABLE EXPENSES, FOR A TOTAL
AMOUNT OF $300,852; WITH PREVIOUSLY APPROPRIATED FUNDING IN
THE AMOUNT OF $300,852 FROM FUND 389, SOUTH POINTE CAPITAL
FUND.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME
Ensure Value and Timely Delivery of Quality Capital Projects, Ensure Well Maintained Facilities,
Ensure Safety and Appearance of Building Structures and Sites.
FUNDING
Funding in the amount of $300,852 has been previously appropriated from Fund 389, South
Pointe Capital Fund.
ANALYSIS
On April 13, 2011, the City Commission pursuant to Request for Qualifications (RFQ) No. 04-
10/11, adopted Resolution No. 2011-27628, approving and authorizing the Mayor and City Clerk
to execute a Professional Services Agreement with Atkins North America, Inc. (Atkins) for
Professional Services for the South Pointe Pier Project. The Agreement provided for the
design, bid, award and construction administration services.
The Administration has determined that additional services are warranted due to the sensitive
marine environment and extensive environmental permit monitoring requirements during the
construction phase. Some of the regulatory agencies that have issued permits to be monitored
include the US Army Corps of Engineers, the US Coast Guard, the Florida Department of
Environmental Protection, the Florida Fish and Wildlife Conservation Commission, the South
Florida Water Management District, and several Miami-Dade County agencies. Other pertinent
ordinances/codes to be adhered to include the Marine Turtle Lighting Ordinance and the
Coastal Construction Line Program.
As one of the world's leading engineering and design consultancies, Atkins provides expertise in
a diverse range of specialized areas including construction management and administration
202
Commission Memorandum -Atkins North America
Amendment 4 for South Pointe Park Pier Project
January 16, 2013
Page 2of2
services, project controls, etc. Atkins has been successful in providing the required support to
the City in securing the required myriad of permits and in capturing the extensive code
requirements in the Construction Documents. It would be a benefit to the City to retain Atkins
for the additional required services due to their familiarity and in-depth knowledge of the design,
permitting requirements, and sensitive nature of the project.
Pursuant to RFQ No. 04-10/11, any additional services required during the performance of the
work would be requested by the City and negotiated in accordance with the Contract
Documents. To that effect, the additional services will be added to the Atkins Professional
Services Agreement as requested by the City (Exhibit A).
As supplemental construction services to Task 4 ~ Construction Administration Services in the
Professional Services Agreement, Atkins shall perform the duties and responsibilities of an on-
site representative to monitor the construction and environmental permitting requirements for a
period of twelve {12) months. Atkins will provide review of the Construction Manager at Risk's
progress in full coordination with the City and environmental agencies.
In addition, this amendment will include the services of Geotechnical Consultant (authorized
sub-consultant) to perform Pile Dynamic Analyzer (PDA) tests as specified by the Contract
Documents.
The negotiated price submitted by Atkins North America for the above services has been
reviewed by City staff and found to be fair and reasonable.
CONCLUSION:
The Administration recommends that a Resolution of the Mayor and City Commission of the City
of Miami Beach, Florida, authorizing the Mayor and City Clerk to execute Amendment Number 4
to the professional services agreement with Atkins North America, Inc. for supplemental
construction administration Services, for a period of up to twelve ( 12) months, for the South
Pointe Park Pier Project; in the negotiated lump sum amount of $266,472, and an additional
amount of $34,380 for reimbursable expenses, for a total amount of $300,852; with previously
appropriated funding in the amount of $300,852 from Fund 389, South Pointe Capital Fund.
KB\JGG\FV\~
ATTACHMENTS:
Exhibit A-Atkins Amendment No.4
203
EXHIBIT A
AMENDMENT NO. 4
TO THE PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE ClTY OF MIAMI BEACH, FLORIDA
AND
ATKINS NORTH AMERICA, INC.,
DATED MAY 9, 2011
FOR SUPPLEMENTAL CONSTRUCTION ADMINISTRATION SERVICES IN THE NOT-TO-
EXCEED AMOUNT OF $300,852 FOR THE SOUTH POINTE PARK PIER PROJECT
This Amendment to the Agreement made and entered this __ day of , by and
between the City of Miami Beach, a Municipal Corporation existing under the laws of the State of
Florida (hereinafter referred to as CITY), having its principal offices at 1700 Convention Center
Drive, Miami Beach, Florida 33139, and Atkins North America, Inc., a Florida Corporation having its
principal office at 4030 West Boy Scout Boulevard, Suite 700, Tampa, Florida, 33607 (hereinafter
referred to as CONSULT ANT).
RECITALS
WHEREAS, pursuant to Request for Qualifications (RFQ) No. 04~10/11, the Mayor and City
Commission adopted Resolution No. 2011-27628 on April 13, 2011, approving and authorizing the
Mayor and City Clerk to execute a Professional Services Agreement with Atkins North America, Inc.,
(CONSULTANT) for Professional Services for the South Pointe Park Pier Project (PROJECT); and
WHEREAS, the Agreement provides for the design, bid, award and construction
administration services for the South Pointe Park Pier Project in the not-to--exceed amount of
$369,000; and
WHEREAS, on February 2012, Amendment No. 1 to the Agreement was executed approving
additional services required pursuant to the USACOE permit RAI process related to a new coral
recipient site in Government Cut, in the not-to~exceed amount of $12,950; and
WHEREAS, Amendment No.2 to the Agreement was executed approving additional bidding
and award services required under a Construction Management at Risk method of procurement in
the not-to-exceed amount of $11 ,974; and
WHEREAS, Amendment No. 3 to the Agreement was executed approving additional
coordination in the FOEP-CCCL permit RAI process in the not-to-exceed amountof$15, 120; and
WHEREAS, this Amendment No.4 to the Agreement in the amount of $300,852 will provide
supplemental construction administration services for an on-site representative to monitor the
construction and environmental permitting requirements for a period of twelve (12) months and will
also include geotechnical services to perform Pile Dynamic Analyzer (PDA) tests as specified in the
contract documents for the South Pointe Park Pier Project.
NOW, THEREFORE, the parties hereto, and in consideration of the mutual promises,
covenants, agreements, terms, and conditions herein contained, and other good and valuable
consideration, the respect and adequacy are hereby acknowledged, do agree as follows:
i. ABOVE RECITALS
The above recitals are true and correct and are incorporated as part of this Amendment No.
4.
204
2. MODIFICATIONS
The Agreement is amended to include "Schedule A-4", which is attached and incorporated
herein.
3. OTHER PROVISIONS.
All other provisions of the Agreement, as amended, are unchanged.
4. RATIFICATION.
The CITY and CONSULT ANT ratify the terms of the Agreement. as amended by this
Amendment No. 4.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 4 to be
executed in their names by their duly authorized officials as of the date first set forth above.
ATTEST:
City Clerk,
Rafael Granado
ATTEST:
TITLE:
Print Name
CITY OF MIAMI BEACH
By___ ·--------------
Interim City Manager,
Kathie G. Brooks
CONSULTANT:
ATKINS NORTH AMERICA, INC.,
By ____________________ __
TITLE:
Print Name
F ,\C/\PI\$uil\Projdct Flics\~:.outh Poir:te Pn(K Pier\O.G C·:)niracs. i~F::> s. f~_L:'s. FZ~<Ys\0 2 C.JJ1iract\J\."l\INS\/.t,rnenr!nit~H1tS\i\nv:mornent3 ·1\TI\It-~S
Souu·, F\;in!e Pier do\:
205
SCHEDULE A-4
TO THE PROFESSIONAL SERVICE AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH AND ATKINS NORTH AMERICA, INC.
FOR THE SOUTH POINTE PARK PIER PROJECT
SCHEDULE A
SCOPE OF SERVICES
Task 4-Supplemental Construction Administration Services for the South Pointe Park Pier
Project:
As supplemental services to the TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES,
Atkins North America, Inc. {CONSULT ANT) shall perform related on-site construction
representative duties and responsibilities as outlined herein:
• Provide the services of an on-site, full time construction representative acting as a Special
Inspector, to provide oversight of the Construction Manager at Risk's (CONTRACTOR's)
project progress and quality control programs as well as, to facilitate coordination between
the design team, the CONTRACTOR, the CITY and applicable regulatory agencies. The
CONSULT ANT will perform project documentation work off-site, in a construction field
office provided by the CONTRACTOR. the CITY and/or at the home office of the
CONSULTANT.
The construction representative services will be invoiced on a lump sum fee basis inclusive
of all labor and expenses. Compensation to the CONSULTANT shaH be based on twelve
(12} equal payments for construction representative services rendered on monthly basis,
for a period of twelve ( 12) months, in concert with the approved construction baseline
schedule.
• Perform underwater SCUBA dive inspections of the completed pile installation work in
compliance with the duties of a Special inspector and as authorized by the CITY. A total of
three (3) SCUBA dive inspections are programmed throughout the project
The labor for the authorized underwater SCUBA dive inspections and reporting services will
be invoiced based on actual time expended by the CONSULTANT dive team, times the
applicable hourly billing rates per job classification as stipulated in Schedule C -Hourly
Billing Rate Schedule. Certified CONSULTANT time sheets shall be submitted with each
invoice.
The equipment costs for the authorized underwater SCUBA dive inspections and reporting
services will be invoiced as reimbursable expenses. Copies of invoices for equipment
rentals (i.e: dive boat, SCUBA gear, travel, etc.) will be submitted with each invoice.
• Provide the services of a specialty Geotechnical Engineering firm (authorized
subconsultant) to perform up to three (3) Pile Dynamic Analyzer (PDA) tests in concert with
the development of pile installation procedures, as specified by the Contract Documents
and as authorized by the City. Construction material sampling and testing as required by
SOUTH POINTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
206
Page 1 of7
the Contract Documents shall be undertaken by an independent testing laboratory engaged
by the CITY under a separate agreement.
The PDA testing services will be undertaken in accordance with the approved service
agreement inclusive of an approved scope of services and fees. The CONSULT ANT shall
invoice these services as a Reimbursable Expense.
• Provide the services of a specialty Geotechnical Engineering firm (authorized
subconsultant) during pile driving activities to address any unforeseen conditions requiring
site specific geotechnical expertise and consultation related to the installation of the new
pier pilings.
The services will be undertaken with the approval of the CITY in accordance with the
approved service agreement inclusive of an approved scope of services and fees. The
CONSULT ANT shall invoice these services as a Reimbursable Expense.
7.1 General Coordination: The CONSULTANT will communicate periodically with the CITY and
CITY's inspector related to progress on the project and any issues that are being addressed.
The CONSULTANT will report on concerns as it relates to the construction effort and
activities. In addition, the CONSULTANT shall also coordinate with the contractor's Public
Information Officer where notifications such as utility outages. road closures, etc. may be
required. The CONSULTANT will monitor and verify that the CONTRACTOR has made the
required notifications to the utility owners, residents and businesses as may be required.
7.2 Full-Time Field Representative and Construction Engineering Inspections: The
CONSULTANT shall conduct field inspections throughout the construction phase of the
project.
The field representative services are predicated on twelve ( 12) months project duration
(January 2012 to January 2013). The field representative shall be present at the construction
site daily during the construction phase of the project and will be expected to be available, as
needed, throughout the CONTRACTOR's 8~hour work day, 40-hour work week, excluding
weekends and CITY holidays. The CONSULT ANT may perform project documentation work
off~site, in a construction field office provided by the CONTRACTOR, the CITY or at the home
office of the CONSULTANT.
The CONSULT ANT shall provide inspection services during pile driving activities to record
and document the installation of the each piling in conformance with the duties of a Special
Inspector.
The CONSULTANT shall also perform underwater SCUBA dive inspections of the completed
pile work in compliance with the duties of a Special Inspector and as authorized by the CITY.
7.2.1 Delivery of Unaccepted Materials to Jobsite: As new materials are delivered to
the jobsite, the CONSULTANT will check the materials certifications and samples and
verify that an approved shop drawing was submitted for the material in question. If it is
determined that a submittal as not been approved, the CONSULTANT shall immediately
notify the CITY and issue a Non-Compliance Notice. The CONSULT ANT will direct and
supervise the sampling and testing of materials to be performed by the CITY's
independent testing laboratory. The CONSULTANT shall maintain test report logs which
SOUTH POINTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
207
Page 2 of7
shall be submitted to the CITY for review on a monthly basis and uploaded to the CITY's
E~Builder document management system on a weekly basis. CONSULT ANT shall also
review invoices submitted by the independent testing laboratories and recommend
payment by the CITY.
7.2.2 Issuance of Non-compliance Notices: The CONSULTANT will be responsible for
notifying the CITY when they become aware of a condition that is believed to be in non-
compliance with Construction Documents. Anytime the CONSULTANT notices a potential
construction problem or a condition that could result in non-complying materials,
equipment or workmanship, the CONSULT ANT will need to determine whether the
condition poses an immediate threat to public health or safety. If a condition does not pose
a threat to public health or safety, immediate verbal notification or "Pre-Noncompliance
Notice" of the potential non-compliance should be made to the CONTRACTOR and the
CITY. This verbal notice shall be documented in the CONSULTANT's daily report and
shall advise the CONTRACTOR of potential construction problems, errors, or deficiencies
that can be promptly resolved and do not warrant a Non-compliance Notice. If the
CONTRACTOR fails to respond to the verbal notification within a reasonable timeframe,
the CONSULTANT will notify the CITY and the CITY's Projects Coordinator will issue a
Non-compliance Notice. If a condition poses an immediate threat to public health or safety,
the CONSULTANT will notify the CONTRACTOR and CITY immediately and the CITY's
Projects Coordinator will issue a Non-compliance Notice to the Contractor. Non-
compliance Notices will include a description of the Work that does not meet the
construction contract requirements, along with a required timetable for corrective work to
be implemented by the Contractor. Other items that should be included in the Notice
include a reference to the provision of the Construction Documents that has been violated.
7.2.3 Damage to Existing Facilities: The CONSULTANT will identify any existing
facilities damaged by the CONTRACTOR and verify that the CONTRACTOR has notified
the respective owner(s)". Include record of such occurrences in the daily reports.
7 .2.4 Schedule: CONSULTANT will review the construction schedule, monitor the
progress of construction, and ensure that Contractor's adherence to the schedule. The
CONTRACTOR will be required to submit a detailed schedule to the CONSULTANT at the
prewconstruction meeting. This schedule will be reviewed and approved by the
CONSULTANT and the CITY. This schedule will be updated on a by weekly basis by the
Contractor; however, the CONSULT ANT will be responsible for reviewing the Contractor's
schedule to confirm accuracy of the work activities completed. Analysis of the
CONTRACTOR schedule will be on the basis of planned versus actual costs for the month
and construction contract to date. CONSULTANT shall verify that the CONTRACTOR is
uploading approved schedule and schedule updates to the CITY's E-Builder document
management system.
7.3 Daily Reports: The CONSULT ANT will prepare daily reports, on the same date as
construction occurs, to record the daily performance of the CONTRACTOR as well as other
significant construction related matters. Daily Reports shall be uploaded to the CITY's E-
Buitder document management system by the CONSULT ANT. The daily reports shall include
records of when the CONTRACTOR is on the job-site, general field observations, weather
conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing
activities, testing results, testing observations, and records of the outcome of tests and
inspections. At a minimum the daily reports will contain the following information:
SOUTH POINTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
208
Page 3 of 7
• Weather and general site conditions
• Contractor's work force counts by category and hours worked
• Description of work performed including location
• Equipment Utilized
• Name of visitors to the jobsite and reason for the visit
• Tests made and results
• Construction difficulties encountered and remedial measures taken
• Significant delays encountered and apparent reasons why
• Description of (potential} disputes between the CONTRACTOR and CITY
• Description of (potential) disputes between the CONTRACTOR and residents
• Summary of additional directions that may have been given to the Contractor
• Detailed records of materials, equipment and labor used in connection with extra work, or
where there is reason to suspect that a claim or request for Change Order may be
submitted by the Contractor
• Summary of any substantive discussions held with the CONTRACTOR and/or CITY
• Summary of nonconforming work referenced to corresponding Non-Compliance Notice
• A log of photographs taken
• Photographic Record: CONSULTANT shall provide a photographic record of the overall
progress of construction, beginning with preconstruction documentation, following with on-
going construction documentation, and ending with post-construction documentation.
Photographs shall be digital snapshot type take to define the progress of the project and
shall be filed electronically by month in the CITY's E-Builder document management
system, labeled by date, time and location. The CONSULTANT will upload aU photos to the
E-Builder document management system on a weekly basis.
7.4 Pay Requisitions: CONSULTANT shall verify Contractor's pay requisition and sign-off on all
pay requisition quantities in the field. CONSULT ANT shall be responsible for reviewing with
the CONTRACTOR the monthly payment requisition to confirm the status of completed and
uncompleted work and stored materials. The CONSULTANT shall advise the CITY of
quantities being approved for subsequent concurrence for payment purposes. Payment
requisitions shall be certified by the CONSULTANT. CONSULTANT will prepare a Final
Certificate for Payment.
7.5 Record Drawings: CONSULTANT will monitor that record drawing mark-ups are properly
maintained by the Contractor. At a minimum, the CONSULTANT will review the record
drawing mark-ups every month, or more often, as deemed necessary. Contractor's failure to
maintain the record drawings in up-to-date condition may be deemed grounds for withholding
Contractor's monthly payment requisitions until such time as the record drawings are brought
up-to-date. The CONSULT ANT will notify the CITY if it considers the mark-up documents
insufficient. The CITY will make final determination of payment withholding.
7.6 Safety: CONSULTANTs will be expected to recognize a hazard that any reasonable non-
safety professional might be expected to recognize. In additfon, those safety obligations
extend only to recognizable hazards that the CONSULT ANT may note while in the normal
conduct of onsite business. If a situation presents itself, the following procedures should be
followed:
• Immediately direct personnel to remove themselves from the apparent danger,
SOUTH POiNTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
209
Page 4 of7
• Notify the CONTRACTOR's superintendent of the apparent condition that caused the
concern and that the affected personnel were directed to remove themselves accordingly,
• Notify the CONTRACTOR of the situation that arises concern, both in writing and verbally,
• Issue a written Notice of Noncompliance stating that the CONTRACTOR should take
immediate action as it deems necessary to correct the deficiency/conditlon,
• Write a full report in the Daily Report on the condition found to be unsafe, all actions taken,
and correspondence written, including times and names,
• Take photographs of the concern,
• If the CONTRACTOR does not make corrections, the CONSULT ANT should notify the
CITY,
• The CONSULTANT will review the situation with the CITY for further direction,
• The condition, as well as all conversations and correspondence, will be recorded in the
CONSULTANT's Daily Report,
• In case of a construction-related accident, CONSULT ANT will notify the CITY of the
accident. CONSUT ANT will direct the CONTRACTOR to prepare an accident report with a
copy forwarded to the CITY.
7.7 Quality Control: The CONSULTANT will review and monitor the Contractor's adherence to
an acceptable quality control program submitted by the CONTRACTOR prior to the issuance
of the second Notice-to-Proceed by the CITY. This program will describe the Contactor's
quality control, organizational procedures, documentation controls and processes for each
phase of the work. Quality control during construction wtU be the responsibility of the
Contractor; however, oversight and ensuring the CONTRACTOR complies with applicable
jurisdictional construction standards will be enforced on the CITY's behalf by the
CONSULTANT.
7.8 CONSTRUCTION MANAGER Request for Services: When the CONTRACTOR requires
services from the CITY for issues such as water service shutdowns, tie-ins to existing water
mains, electrical service interruptions and/or any special regulatory inspections. etc., a request
shall be made in writing by the CONTRACTOR, and forwarded by the CONSULT ANT to the
CITY, a minimum of three {3) working days prior to when required.
Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any
prior representations or agreements whether oral or written. It is further agreed that no
modification, amendment or alteration in the terms or conditions contained herein shall be effective
unless memorialized in written document approval and executed with the same formality and of
equal dignity herewith.
SOUTH POINTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
210
Page 5 of 7
SCHEDULE B
CONSULTANT COMPENSATION
Task Descriution Payment Method
• On~ site full time construction representation Lump Sum
• Underwater SCUBA dive inspections Unit Cost
• Reimbursable Expenses:
o PDA pile testing and report
o Geotechnical consulting services
o Underwater inspection equipment rentals
Subcontract
Subcontract
Receipts
Receipts o Other reimbursable expenses
Grand Total Limiting Fee
Notes:
Limiting Fee
$266,472
$12,360
$10,500
$7,140
$2,880
$1,500
$300,652
1. The on~site full time construction representation services shaH be invoiced in twelve (12)
· equal amounts of $22,206, for a duration of twelve ( 12) consecutive months. In the event
that construction representative services are required to be extended, which extension shall
be subject to CITY approval, the CONSULTANT shall be entitled to additional
compensation, to be negotiated.
2. The labor for the authorized underwater SCUBA dive inspections and reporting services will
be invoiced based on actual time expended by the CONSULTANT dive team, times the
applicable hourly billing rates per job classification as stipulated in Schedule C -Hourly
Billing Rate Schedule. Certified CONSULTANT time sheets shall be submitted with each
invoice.
3. PDA pile testing and geotechnical services will be undertaken with the approval of the CITY
in accordance with the approved service agreement inclusive of an approved scope of
services and fees. The CONSULTANT shall invoice these services as a Reimbursable
Expenses.
4. The Reimbursable Expenses must be approved in writing, in advance, by the CITY's
Project Coordinator. Any unused portions will not be paid to the CONSULTANT.
SOUTH POINTE PARK PIER PROJECT
AMENDMENT No.4-12/21/2012
211
Page 6 of 7
SCHEDULE C
HOURLY BILLING RATE SCHEDULE
Supplemental Construction Administration Services
Classification
Project Manager
Construction Engineer (Inspector)
Engineer El (Project Controls)
Sr. Engineer Ill (Lead Structural Diver)
Sr. Engineer II (Structural Diver)
Construction Engineer (Safety Diver/Boat Tender)
Note:
Hourly Billing Rate
$198.00 per hour
$1 00.00 per hour
$91.00 per hour
$180.00 per hour
$135.00 per hour
$100.00 per hour
Rates are per the Agreement between City of Miami Beach and Atkins North America, Inc for
Professional Architecture and Engineering Services for the South Pointe Park Pier Project,
Resolution No. 2011-27628.
SOUTH POINTE PARK PlER PROJECT
AMENDMENT No. 4-12/21/2012
212
Page 7 of7
213
KADERABEK COMPANY ·=·--=---=--··=·-=-===============:.._:· ~Goo::_:!~ctuli<:al Engineering • Found~tlon Englne~ri'l9 • Coowuc!ion Materials 11>~!~--· Soil ~~-gst_Mo_ol~ We~
December 20, 2012
Mr. William Pitcher, P.E.
ATKINS
3230 West Commercial Blvd., Ste 100
Fort Lauderdale, Florida 33309
Re: Proposal for CEI Services
South Pointe Park Pier
Miami Beach, Florida
KACO ProjecUProposal No. 12-334
Dear Mr. Pitcher:
9565 NW 40th Street Rd.
Miami, Horida 3317S
Phone: 305/666-3563
Fax: 305/666-3069
Kaderabek Company (KACO) is pleased to submit this proposal as a result of your
recent request for proposal. This Proposal describes our understanding of the project, lists a
purpose for our work, suggests a scope of work and presents our compensation.
PROJECT INFORMATION
Construction of the new South Pointe Park Pier is will involve razing of the existing
structure and construction of a new pier. The pier will be constructed on driven precast
concrete piles.
PURPOSE
The purpose of our services on this project will be to provide testing services related
to the pier construction.
PROPOSED SCOPE OF SERVICES
Based on the information provided, we will provide piles testing services
• Conduct three (3) PDA pile tests as per the technical specifications and develop the
pile installation criteria and production pile lengths.
o Provide QA inspector for pile driving activities during a period of 4.5 months of pile
driving-64 new piles )
• Provide on-call Sr. Geotechnical Engineer support during pile driving to address
unforeseen conditions/consultations.
• Provide materials testing for cast-in-place concrete pours and soil density for utility
trenches and pavement subgrade.
214
Mr. William Pitcher, P.E.
ATKINS
COMPENSATION
December 20, 2012
Page2
We can complete the requested scope of services proposed herein on a unit price
time and materials basis. We estimate a budget as follows:
PDA Testing
Pile QA Inspector
Sr Geotech Engineer
$3,500 each x 3
$60 hr x 5 hr/pile 3 piles
$130 hr x 48 hrs
$10,500
$900
$6,240
We recommend a budget of $18,000. We will submit an invoice for the actual work
that has been completed; we request that this invoice be paid at the time the engineering
Report is submitted.
CLOSURE
We look forward to the opportunity to work on this project. If you have questions
about information contained in this Proposal, please contact the writer at 305/666-3563.
Sincerely,
Distribution: Copy via Email (Christian.ossa@atklnsgtobal.com)
Copy to KACO File
F:\DOC\KACO Prqx>sai~\12-334-Swthl'<>illl<> Paffi-Cf:I·Aik!ns<J7-31-i2.<Joo
215
KAOERABEK COMPANY
RESOLUTION NO. -----
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AMENDMENT NUMBER 4 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH ATKINS NORTH
AMERICA, INC. FOR SUPPLEMENTAL CONSTRUCTION
ADMINISTRATION SERVICES, FOR A PERIOD OF UP TO TWELVE {12)
MONTHS, FOR THE SOUTH POINTE PARK PIER PROJECT; IN THE
NEGOTIATED LUMP SUM AMOUNT OF $266,472 AND AN ADDITIONAL
AMOUNT OF $34,380 FOR REIMBURSABLE EXPENSES, FOR A TOTAL
AMOUNT OF $300,852; WITH PREVIOUSLY APPROPRIATED FUNDING IN
THE AMOUNT OF $300,852 FROM FUND 389, SOUTH POINTE CAPITAL
FUND.
WHEREAS, pursuant to Request for Qualifications {RFQ) No. 04-10/11, the Mayor
and City Commission adopted Resolution No. 2011-27628 on April 13, 2011, approving and
authorizing the Mayor and City Clerk to execute a Professional Services Agreement with
Atkins North America, Inc. for Professional Services for the South Pointe Park Pier Project;
and
WHEREAS, the Agreement provides for the design, bid, award and construction
administration services for the South Pointe Pier Project in the not-to-exceed amount of
$369,000; and
WHEREAS, Amendment No. 1 to the Agreement was executed approving additional
services required pursuant to the USACOE permit RAI process related to a new coral
recipient site in Government Cut, in the not-to-exceed amount of $12,950; and
WHEREAS, Amendment No. 2 to the Agreement was executed approving additional
bidding and award services required under a Construction Management at Risk method of
procurement in the not-to-exceed amount of $11 ,97 4; and
WHEREAS, Amendment No. 3 to the Agreement was executed approving additional
coordination in the FDEP -CCCL permit RAI process in the not-to-exceed amount of
$15,120; and
WHEREAS, the Administration has determined that additional services are warranted
due to the sensitive marine environment and extensive environmental permit monitoring
requirements during the construction phase; and
WHEREAS, pursuant to RFQ No. 04-10/11, any additional services required during
the performance of the work would be requested by the City and negotiated in accordance
with the Contract Documents; and
WHEREAS, Amendment No. 4 to the Agreement in the amount of $300,852 will
provide supplemental construction administration services for an on-site representative to
monitor the construction and environmental permitting requirements for a period of twelve
216
(12) months and will also include geotechnical services to perform Pile Dynamic Analyzer
(PDA) tests as specified by the Contract Documents for the South Pointe Park Pier.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission of the City of Miami Beach, Florida, hereby authorize the Mayor and City Clerk
to execute Amendment 4 to the Professional Services Agreement with Atkins North America
for Supplemental Construction Administration Services, for the South Pointe Park Pier for a
total amount of $300,852; with previously appropriated funding in the amount of $300,852
from Fund 389, South Pointe Capital Fund.
PASSED AND ADOPTED THIS ___ DAY OF ____ ,2013.
ATTEST:
CITY CLERK MAYOR
217
THIS PAGE INTENTIONALLY LEFT BLANK
218