Loading...
R7E-Execute Amendment 3 Venetian Islands Bid Package 13C ROW NeighborhoodCOMMISSION ITEM SUMMARY Condensed Title: A Resolution OfThe Mayor And City Commission OfT he City Of Miami Beach, Florida, Approving And Authorizing The Mayor And City Clerk To Execute Amendment No. 3 To The Existing Professional Services Agreement Between The City Of Miami Beach And Schwebke-Shiskin & Associates, Inc. For Re-Design And Permitting Phase Services Associated With The Enhanced Stormwater Criteria For The Venetian Islands Bid Package 13c Right-Of-Way NeiQhborhood Improvement Project; In The Negotiated Not-To-Exceed Amount Of $201,814. Key Intended Outcome Supported: Ensure Value and Timely Delivery of Quality Capital Projects, Improve Storm Drainage Citywide, and Maintain City's Infrastructure. Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer Satisfaction Survey indicated that over 81% of residents rated recently completed capital improvement projects as "excellent" or "good". Recently completed capital improvement projects (81%}: storm drainage(37%}, and condition of roads (44%f. Item Summary/Recommendation: On September 9, 2009, the City Commission pursuant to Request for Qualifications (RFQ) No. 42-08/09, adopted Resolution No. 2009-27161, approving and authorizing the Mayor and City Clerk to execute a Professional Services Agreement (PSA) with Schwebke-Shiskin & Associates, Inc. (SS&A) to provide professional services for the design, bid, award and construction administration phases of the Venetian Islands Bid Package 13C, Right-Of-Way Neighborhood Improvement Project (the Project) in the amount of $585,160. The original contract provided limited construction administration services and reduced Resident Project Representative (RPR) services. On June 2010, the administration approved Amendment No. 1 for an amount of $9,900 for topography survey of the existing outfalls scheduled for rehabilitated. Subsequently, on May 8, 2013, the City Commission adopted Resolution No. 2013-28202 to approve Amendment No. 2 for additional RPR services and Supplemental Construction Administration services in the amount of $349,957. Currently, as recommended by the Mayor's Blue Ribbon Panel on Flood Mitigation and the Flooding Mitigation Committee, on February 12, 2014 the City Commission approved to amend the City's Storm Water Management Master Plan by modifying the design criteria for the tailwater elevation and adopted an elevation of 2. 7 ft-NAVD for all tidal boundary conditions (Exhibit A). Public Works Department has requested that staff implement the enhanced stormwater system criteria including increasing from 6-inch to 7.5-inch, 5-day, 24-hour rain event. The new criteria will require the Engineer of Record to revise the current design included in the contract documents for this project. The Administration has determined that the consulting services shall be amended to provide for the re-design of the Stormwater System, including new drainage calculations and design to incorporate pump stations and the enhanced criteria. Task 2.7-Permitting Reviews will require additional effort to solicit approval from the City's Public Works Department (PWD), and Miami-Dade County's Department of Regulatory and Economic Resources (DRER) and South Florida Water Management District (SFWMD). The proposed cost for these tasks is $192,814 plus $9,000 for reimbursables for a total amount of $201,814. Article 5 of the approved PSA, stipulates that any additional services required during the performance of the work would be requested by the City and negotiated in accordance with the Agreement. To that effect, the additional services will be added to the Professional Services Agreement as Amendment No.3 (Exhibit B) for an amount of$201,814. This Amendment will revise the total contract sum to a not to exceed total of $1,147,331. The probable construction cost of the enhanced and re-designed Stormwater System is $6.3 million. The negotiated fee submitted by Schwebke-Shiskin & Associates, Inc., represents 3% of the probable construction cost of the stormwater portion of the project (including the new pumps stations). The fee for the above services has been reviewed by City staff and determined to be fair and reasonable. The Administration recommends approval of the resolution. Ad . B d R d . VISOry oar ecommen at ton: Financial Amount Account Information: Funds: 1 $158,696 384-2127-061357 2003 GO Bonds-Neighborhood Improvements ~ 2 $43,118 423-2127-061357 Gulfbreeze 2006 Fund Total $201,814 Financial Impact Summary: N/A Assistant MT MIAMI BEACH 520 DATE 3-'S"-JL{ R7£ C9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachR.gov COMMISSION MEMORANDUM TO: FROM: Mayor Phillp Levine and Members o he City Co~mis~on Jimmy L. Morales, City Manager ~ DATE: March 5, 2014 SUBJECT: A RESOLUTION OF THE MAYOR NO CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPRO NG AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 3 TO THE EXISTING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR RE-DESIGN AND PERMITTING PHASE SERVICES ASSOCIATED WITH THE ENHANCED STORMWATER CRITERIA FOR THE VENETIAN ISLANDS BID PACKAGE 13C RIGHT-OF-WAY NEIGHBORHOOD IMPROVEMENT PROJECT; IN THE NEGOTIATED NOT-TO-EXCEED AMOUNT OF $192,814 PLUS AN AMOUNT OF $9,000 FOR REIMBURSABLES; FOR A TOTAL AMOUNT OF $201,814; WITH PREVIOUSLY APPROPRIATED FUNDING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME Ensure Value and Timely Delivery of Quality Capital Projects. FUNDING $158,696 Fund 384-2003 GO Bonds-Neighborhood Improvements $ 43,118 Fund 423 -Gulfbreeze 2006 $201,814 Total BACKGROUND On September 9, 2009, the City Commission pursuant to Request for Qualifications (RFQ) No. 42-08/09, adopted Resolution No. 2009-27161, approving and authorizing the Mayor and City Clerk to execute a Professional Services Agreement (PSA) with Schwebke-Shiskin & Associates, Inc. (SS&A) to provide professional services for the design, bid, award and construction administration phases of the Venetian Islands Bid Package 13C, Right-Of-Way Neighborhood Improvement Project (the Project) in the amount of $585,160. The original contract provided limited construction administration services and reduced Resident Project Representative (RPR) services. On June 2010, the administration approved Amendment No. 1 for an amount of $9,900 for topography survey of the existing outfalls scheduled for rehabilitated. Subsequently, on May 8, 2013, the City Commission adopted Resolution No. 2013-28202 to approve Amendment No. 2 for additional RPR services and Supplemental Construction Administration services in the amount of $349,957. ANALYSIS 521 Commission Memorandum -Schwebke-Shiskin Amendment 3 for Venetian Islands Bid Package 13C Project March 5, 2014 Page2 Currently, as recommended by the Mayor's Blue Ribbon Panel on Flood Mitigation and the Flooding Mitigation Committee, on February 12, 2014 the City Commission approved to amend the City's Storm Water Management Master Plan by modifying the design criteria for the tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary conditions (Exhibit A). Public Works Department has requested that staff implement the enhanced stormwater system criteria including increasing from 6-inch to 7.5-inch, 5-day, 24-hour rain event. The new criteria will require the Engineer of Record to revise the current design included in the contract documents for this project. The Administration has determined that the consulting services shall be amended as follows: TASK 2.1 through 2.6 -Design Services shall be amended to provide for the re-design of the Stormwater System, including new drainage calculations and design to incorporate pump stations and the enhanced criteria. Task 2. 7 -Permitting Reviews will require additional effort to solicit approval from the City's Public Works Department (PWD), and Miami-Dade County's Department of Regulatory and Economic Resources (DRER) and South Florida Water Management District (SFWMD). The proposed cost for these tasks is $192,814 plus $9,000 for reimbursables for a total amount of $201,814. Task 4.0 -Construction Administration Services and Task 4.6 -Resident Project Representative will be amended once the impact to the construction schedule is determined. At that time, staff will negotiate a competitive consultant fee for approval by the City Commission and shall submit a Capital Budget amendment to fund the additional consulting services and construction costs. Article 5 of the approved PSA, stipulates that any additional services required during the performance of the work would be requested by the City and negotiated in accordance with the Agreement. To that effect, the additional services will be added to the Professional Services Agreement as Amendment No. 3 (Exhibit B) for an amount of $201 ,814. This Amendment will revise the total contract sum to a not to exceed total of $1,147,331. The probable construction cost of the enhanced and re-designed Stormwater System is $6.3 million. The negotiated fee submitted by Schwebke-Shiskin & Associates, Inc., represents 3% of the probable construction cost of the stormwater portion of the project (including the new pumps stations). The fee for the above services has been reviewed by City staff and determined 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 No. 3 to the professional services agreement with Schwebke-Shiskin & Associates, Inc. for the Re- design and permitting phase services associated with the enhanced Stormwater System criteria for the Venetian Islands Bid Package 13C Right-of-Way Neighborhood Improvement Project; in the negotiated not-to-exceed amount of $192,814 plus an amount of $9,000 for reimbursables; for a total amount of $201 ,814; with previously appropriated. ATTACHMENTS: Exhibit A-Commission Memorandum dated February 12, 2014 Exhibit B-Schwebke-Shiskin Amendment No. 3 JLM~DM T:\AGENDA\2014\March\Vanctian lslandsSchwebke Shishkm AmendmP.nt No_ 3\Venetlan lslancs -SS & A Amendment 3 · I\1EI\10.docx 522 (g MIAMI BEACH Exhibit A City of Miami Beac:h, 1700 Convention Center Drive, Mfoml Beac:h, Fforida 33139, www.miamibaochR.aov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of he City Jmm~ssi,on FROM: Jimmy L. Morales, City Manager ~ ' ' · DATE: February 12, 2014 SUBJECT: A RESOLUTION OF THE MAYOR D CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING HE RECOMMENDATION OF THE FLOODING MITIGATION COMMITTEE TO AME D THE STORMWATER MANAGEMENT MASTER PLAN (COMMISSION ADOPTED NOVEMBER 14, 2012) BY MODIFYING THE DESIGN CRITERIA FOR THE TAILWATER ELEVATION FROM 0.5 FT·NAVO TO 2.7 FT-NAVD FOR ALL TIDAL BOUNDARY CONDITIONS. BACKGROUND At its January 28, 2014 meeting, the Flooding Mitigation Committee unanimously voted to recommend changing the Stormwater Management Master Plan (Commission adopted November 14, 2012) tailwater elevation design criteria from 0.5 ft-NAVD to 2.7 ft-NAVD for all tidal boundary conditions. The tailwater elevation design criteria approved in the Stormwater Management Master Plan Is 0.5 feet-NAVO. The discussion and formulation of these criteria was accomplished during the January 21, 2014 meeting of the mayor's Blue Ribbon Panel on Flooding. The Panel discussion suggested working with peak tidal values rather than mean values. A peak tidal elevation of 2.1 ft-NAVD was selected based upon historical data. An additional 7 inches of projected sea level rise based upon data published by the United States Army Corp of Engineers (ACOE) was added to the 2.1 to reach a final figure of 2. 7 NAVD. The Public Warns Department recommends approval of this new tallwater design criteria of 2.7 NAVD based upon peak historical tidal values and published ACOE data regarding sea level rise as the next step in our ongoing efforts to combat flooding within the City of Miami Beach. ANALYSIS Currently there are three (3) neighborhoods in active construction: Central Bayshore (70% complete}, Lake Pancoast (95% complete), and Venetian Islands ( 10% complete). A Design-Build contract has been awarded for Lower North Bay Road neighborhood. The Palm & Hibiscus Islands Neighborhood is currently in the negotiation process for Deslgn~Bulld Services. This new criteria may have a significant impact on the design and construction of the above referenced projects. The City shall determine if these criteria shall be applicable to these projects. FINANCIAL IMPACT Based upon some very preliminary estimates, the Public Works Department believes this would add approximately $150M -$200M to the cost of the roadway and neighborhood stormwater improvements above the funding requirements already identified by the Stormwater Management Master Plan. An additional30-40 pump stations will be required, which will also raise issues of the location In neighborhoods. CONCLUSION The Administration recommends adoption of the Resolution. JLMieS@./oM/BAMIDS T:IAGENOA\2014\february\f!lilwater ele.,ation. Memo. doc 384 523 EXHIBIT B AMENDMENT NO. 3 TO THE PROFESSIONAL ARCHITECTURE AND ENGINEERING (AlE) SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND SCHWEBKE-SHISKIN & ASSOCIATES, DATED DECEMBER 18,2009 IN AN AMOUNT NOT-TO-EXCEED $201,814 TO PROVIDE RE-DESIGN AND PERMITTING PHASE SERVICES FOR THE VENETIAN ISLANDS BID PACKAGE 13C RIGHT-OF-WAY NEIGHBORHOOD IMPROVEMENT PROJECT This Amendment No. 3 to the Agreement made and entered this __ day of 2014, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139 (hereinafter referred to as CITY), and Schwebke-Shiskin & Associates, Inc., having its offices at 3240 Corporate Way, Miramar, Florida 33025 (hereinafter referred to as CONSULT ANT). RECITALS WHEREAS, pursuant to Request for Qualifications (RFQ) No. 42-08/09, the Mayor and City Commission adopted Resolution No. 2009-27161, on September 9, 2009, approving and authorizing the Mayor and City Clerk to execute an Agreement (the Agreement) with the Consultant, for Professional Services for the Venetian Islands Bid Package 13C Right-of-Way Neighborhood Improvement Project (the Project); and WHEREAS, the Agreement was executed for a not-to-exceed amount of $530,160, plus an additional amount of $55,000 for approved reimbursable; and WHEREAS, on June 2010, the Capital Improvement Projects (CIP) Office approved Amendment No. 1 to the Agreement, for a not-to-exceed amount of $9,900, for additional services to provide topographic survey existing outfalls scheduled for rehabilitated; and WHEREAS, on May 2013, Amendment No. 2, in the not-to-exceed amount of $349,957, was approved to provide additional resident project representative and supplemental construction administration services; and WHEREAS, this Amendment No. 3, in the not-to-exceed amount of $201,814 will provide for the re-design and permitting of the Stormwater System, including new drainage calculations and design to incorporate pump stations; and WHEREAS, City staff have evaluated the Consultant's fee proposal and find that the proposal is reasonable; and WHEREAS, Amendment No. 3 to the Agreement will revise the total contract sum to a not- to-exceed total of $1,147,331. 524 NOW. THEREFORE. the parties hereto, and in consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and valuable consideration, the respect and adequacy are hereby acknowledged, do agree as follows: 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment No.3. 2. MODIFICATIONS The Agreement is amended to incorporate Schedule "A-3", attached hereto. 3. OTHER PROVISIONS All other provisions of the Agreement, as amended, are unchanged. 4. RATIFICATION The City and Consultant ratify the terms of the Agreement, as amended by this Amendment No.3. IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 3 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: City Clerk ATTEST: Secretary Print Name Attachment: Schedule A-3 CITY OF MIAMI BEACH, FLORIDA Mayor CONSULTANT: SCHWEBKE-SHISKIN & ASSOCIATES, INC. President Print Name 525 MarkS. Johnson, P.S.M. Ronald A. Fritz. P.S.M. Michael J. Alley, P.S.M. February 26, 2014 Mr. David Martinez City of Miami Beach Land Surveyors-Engineers-Land Planners 3240 Corporate Way • Miramar, Florida 33025 Phone: (954) 435-7010 • Fax: (954) 438-3288 Capita] Improvement Projects Office 1700 Convention Center Drive Miami Beach, Florida 33139 Re: Venetian Islands Dear Mr. David Martinez: SCHEDULE A-3 Alfonso C. Tello, P.E., P S M Hernando J. Navas, P E Luis F. Leon, P.E. Alberto A. Mora, P.E. John C. Tello. P.E. Attached please find the fee breakdown for the revisions to the Venetian Island Drainage Design. Please note that our fee is based on revising the paving, grading and drainage and stonnwater sheets only, in order to add six pump stations. The revised sheets will be inserted into the contract documents. Our proposal does not include the modification of the existing bid documents, specifications. with the exception of adding the specifications for the pump stations. The only City of Miami Beach criteria that will be revised is the new sea level impact. Any other present City criteria, will not be addressed by these changes. In addition, please note that this proposal does not include re-bidding this project. It is the intent of these revisions to address the sea level issue with minimal changes to the existing contract documents and to develop a cost analysis of the impacts of converting a gravity drainage system to a pump controlled drainage system. Our fee to perform these services shall be a lump sum amount of One Hundred Ninety Two Thousand Eight Hundred Fourteen Dollars ($192,814.00). We anticipate that reimbursable expenses in the amount of Nine Thousand Dollars (59,000.00) will be required to produce all of the required documents and process the required permits. Note that although we anticipate that an updated Benthic Survey may be required for the penn it process, it is not included in this proposal. 526 I would like to thank you for giving us the opportunity to offer you this proposaL If you have any questions please call me at (305) 652-7010 or email me at lleon@shiskin.com. Respectfully submitted, SCHWEBKE-SlllSKIN & ASSOCIATES, INC. LFL/Id T:IL YNDAIPROPOSALS/CITY OF MIAMl BEACHIDA VID MARTINEZ VENETIAN ISLANDS 02-26-2014 527 U'l N 00 TASK NO TASK DESCRIPTION I GENERAL DESIGN 11 Meetings wilh Public Worb'DERM --I 2 Planning/Storm water Design I 3 Re-Issue Electrical Plans 14 Conduit plans for 3 phase pump stations 2 GENERAL PLANS 21 Index, Title, Legend & Detail Sheets 22 Preparation of Specifications 2.3 Preparation of Bid Documents 1A SAN MARINO ISLAND 2 3 PG&D (8 Sheets) 2.4 'Stormwatcr { I 0 Sheets) 2.6 Pump Station (Sheets) --· . lB ,DJLIDO ISLANDS ~-r•G&D (14 Sheets) 2.4 Strom water ( 18 Sheets) 26 Pump Station (Sheets) 2C RIVO ALTO ISLAND 2.3 PG&D ___ .,.,_, ·----24 Strom water 26 Pump Station 2D PROJELI GE:"'ERAL-TASKS(all islandsf-----2.1 Process Pcrmits,1'ermit Revtsions 22 Cost Impact Analysis 2.5 Document Revisions ----3 TOTAL DESIGN REVISION COST 7 REIMBURSABLES/OTHER DIRECT COSTS 7 I Reproduction Scrvtces Including LANDIELEC 72 Permit Fees 7 TOTAL ADDITIONAL REIMBURSIBLE COSI__ TOTAL FEE ESTIMATE H0URL\' RATES (FY 2014) SCHEDULE A·3 ClTY OF MlAMI BEACH VENETIAN ISLANDS BID PACKAGE 13C CONSULT ANT'S COMPENSATION FEE SCHEDULE PROJECT I'ROJH:T SR STAFF CONSTRUCT ENGINEER ION DIRECTOR MANAGER ENGINEER ENGINEER INPECTOR ------5.3•1. o_o%1--15.0% 79.7!/u 0.04/., o.o•;. 10 10 6 35 240 ---161 0 45 240 0 0 100.0% 0.0% 2.7•/., 0.0'1. S.4Yo 0.0% 2· 4 8 2: 4 20 ----2 8 n ·---.. ·····-· ---·· or--6 () lfi 100 0 3.1% O,OYo 1.0.8"'/-. 0.0"/o 49,0•/o o.ov. 2 2 12 2 6 " ---4 20 80 g 0 28 0 127 0 l.bV• 0.0'1• .S..9'Aa o.o•;. 48.2o/· 0.0% --------r----2 4 ~0 4 IS 81 4 15 80 10 0 34 0 185 0 I -2.2'/., fi..Oo/o 10.8% 0.0% 46.7jy ... · 0.0% I 4 12 2 10 so 4 20 81 -7 0 34 0 t47 0 -Jl.JO/., 0.0"1. 71.7'1• O.O'Ya 124.9~. 0.£1% 13 39 50 8 II 48 6 8 10 27 0 62 0 108 0 ----------------------·-----· -· i St7M6 -~144.76 SIJ2.98 Sl17.113 $98.07 S78.59 DESIGNER DRAFTER C'LERIC'AL TOTAL TOTIIL COST HOURS 0 .. 0°/o 0.09/G 11.-(}•/ .. ---20 ~ lAM 281 $ 33,974 --$ 7_800 s <10.~1}0 0 0 1 subjotal: 3DI 5 92,043 O.Oo/o 17.'111/o o.oa." ! -26 40 $ 3,301 26 $ 2,840 82 $ 8,472 0 26 2.!mbfolal: 148 s 14,613 0,0'1'/. 37.1°/• 0.0% 6 22! $ 2_171 25 68 $ ~.167 6\ 169 ~ 15,rn 0 96 _ 2A Sub1o1al: i 259! $ 23,672 -·. 0.0% 40.4o/. 0.0'/o. --' 15 41 i s '1.704 70 174 s 15,476 7il 169 s 14,986 ---0 155 28 Subtotal: JM S 341257 0.0% 40.3% n.n•1,. 12 2q $ 2,645 40 102 s 9,124 75 IS4 s 16,459 0 127 lC Subtola~; ~ liS! S 28,229 I '-0.0% 0.0'/o o.o-•;,, --!02 s IZ,J41 71! s 8,090 241 3085.3 C} u lD Subtotat: ~ 173 $ 23.520 _., -~-------$ 192,814 s 2.500 ' s C.,SOO 7 !:Ubtotal: $ 9,000 _, ----------s 20IJ&14 598,!11; SM.60 $40.47 RESOLUTION TO BE SUBMITTED 529