C7B-Execute Amendment 4 Venetian Islands ROW Neighborhood Improvement Projectb
-
COMMISSION ITEM SUMMARY
c70
Board Recommendation:
T:\AGENDA\2014\Novem
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing
The Mayor And City Clerk To Execute Amendment No. 4 To The Existing Professional Services Agreement
Between The City Of Miami Beach And Schwebke-Shiskin & Associates, lnc. for additional design modifications
and permitting phase services associated with the revised stormwater criteria for the Venetian islands Bid Package
13C Rightof-Way Neighborhood lmprovement Project; in the negotiated not-to-exceed amount of $75,000 plus an
amount of $'l ,500 for reimbursables: for a total amount of $76.500: with
Build and maintain infrastructure with full
Environmental Scan, etc.): The 2012 Customer Satisfaction Survey indicated that
over 81Yo of residents rated recently completed capital improvement projects as "excellent" or "good". Recently
and condition ol roads (44o/o
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, lnc. (SS&A) to provide professional services for the design,
bid, award and construction administration phases of the Venetian lslands Bid Package 13C, Right-Of-Way
Neighborhood lmprovement 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 $349,957.
On March 5,2014, the Ci$ Commission adopted Resolution No.2014-28528, approving Amendment No.3 in the
amount of $201,814 for the re-design and permitting phase services associated with the enhanced stormwater
system criteria.
SS&A, completed their design, and submitted it to Miami-Dade County Department of Regulatory and Economic
Resources (RER), Environmental Resources Management for approval. On July 22,2014, RER issued approval
for the revised design. On August 5, 2014, the revised design was submitted to PWD and concurrently, change
order negotiations were taking place with Lanzo Construction.
On August 26,2014 the Mayor's Blue Ribbon Panel on Flooding and Sea Rise, directed PWD to provide all revised
stormwater improvement designs, including Venetian lslands, to AECOM, the City's Flooding Mitigation Consultant,
for their review. Upon receipt of AECOM's review comments (October 10,2014) and a subsequent review meeting
with the City Enginee/s office, and SS&A (October 13,2014), it was determined further design modifications were
required. Pursuant to these required design modifications, additional design and permitting services will be added
to the Professional Services Agreement as Amendment No. 4, in the amount of $76,500. Amendment No. 4 will
revise the total contract sum to a not-to-exceed total of $1,223,331.
Upon completion of the revised construction plans, and the approval of the same by the PWD, CIP will negotiate a
construction change order with Lanzo Construction to implement the revised storm water design. The change order
will be accomplished in two steps. The first step will be for the revised storm water conveyance system, which will
be processed administratively in order to minimize any delay in construction. The second change order will be for
stormwater pump stations and related appurtenances. lt is anticipated this change order item will be brought to the
Commission in January 2015.
The Administration recommends of the resolution.
Fund 429 - 2127-061357 Stormwater LOC Resolution No. 2009-27076
Financial lm-pact Summary: N/A
David Martinez, Ert. 6972
MIAMIBEACH AGENDA
o^re //_/l_ry168
City of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISS N MEMORANDUM
TO:Mayor Philip Levine and Members bf the City mission
FROM: Jimmy L. Morales, City Manager
DATE: November 19,2014
SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEAGH, FLORIDA, APPrcVING AND AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE AMENDMENT NO. 4 TO THE EXISTING
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CIry OF MIAMI
BEACH AND SCHWEBKE.SHISKIN & ASSOCIATES, INC. FOR ADDITIONAL
DESIGN MODIFICATIONS AND PERMITTING PHASE SERVICES ASSOCIATED
WITH THE REVISED STORMWATER GRITERIA FOR THE VENETIAN ISLANDSBID PACKAGE 13C RIGHT.OF.WAY NEIGHBORHOOD IMPROVEMENT
PROJECT; lN THE NEGOTIATED NOT-TO-EXCEED AMOUNT OF $75,000 PLUS
AN AMOUNT OF $1,500 FOR REIMBURSABLES; FOR A TOTAL AMOUNT OF
$76,500; WITH PREVIOUSLY APPROPRIATED FUNDING.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME
Build and maintain priority infrastructure with full accountability.
FUNDING
$76.500 Fund 429 - Stormwater LOC Resolution No. 2009-27076
$76,500 Tota!
BACKGROUND
On September g, 2009, the City Commission pursuant to Request for Qualifications (RFQ) No.
42-08109, adopted Resolution No. 2009-27161, approving and authorizing the Mayor and City
Clerk to execute a Professional Services Agreement (PSA) with Schwebke-Shiskin &
Associates, lnc. (SS&A) to provide professional services for the design, bid, award and
construction administration phases of the Venetian lslands Bid Package 13C, Right-Of-Way
Neighborhood lmprovement 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 in the amount of $9,900 for a
topographic survey of the existing outfalls scheduled for rehabilitation. Subsequently, on May 8,
2013, the City Commission adopted Resolution No. 201 3-28202 to approve Amendment No. 2
| | i"'"\ )''"' ' .'*'\. i', , t,,,1. t,. i"t t i..,.i '*,'\ " " , \-, '
169
Commission Memorandum - Schwebke-Shlskln
Amendment 4 for Venetian /s/ands Bid Package 13C Project
November 19,2014
Page 2
for additional RPR services and Supplemental Construction Administration services in the
amount of $349,957.
As recommended by the Mayor's Blue Ribbon Panel on Flooding and Sea Rise 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.
The Public Works Department (PWD) has requested that staff implement the enhanced
stormwater system criteria including increasing from 6-inch to 7.S-inch, S-day, 24-hour rain
event. The new criteria required SS&A to revise the design included in the contract documents
for this project.
On March 5, 2014, the City Commission adopted Resolution No. 2014-28528 approving
Amendment No. 3 in the amount of $201 ,814 for the re-design and permitting phase services
associated with the enhanced stormwater system criteria.
SS&A completed their design, and submitted it to Miami-Dade County Department of
Regulatory and Economic Resources (RER), Environmental Resources Management for
approval. On July 22,2014, RER issued approval for the revised design. On August 5, 2014,
the revised design was submitted to PWD and concurrently, change order negotiations were
taking place with Lanzo Construction.
ANALYSIS
On August 26,2014 the Mayor's Blue Ribbon Panel on Flooding and Sea Rise, directed PWD to
provide all revised stormwater improvement designs, including Venetian lslands, to AECOM, the
City's Flooding Mitigation Consultant, for their review.
Upon receipt of AECOM's review comments (October 10, 2014) and a subsequent review
meeting with the City Engineer's office, and SS&A (October 13,2014), it was determined further
design modifications were required.
Pursuant to these required design modifications, additional design and permitting services will
be added to the Professional Services Agreement as Amendment No. 4 (Attached) in the
amount of $76,500. Amendment No. 4 will revise the total contract sum to a not-to-exceed total
of $1,223,331.
Upon completion of the revised construction plans, and the approval of the same by the PWD,
CIP will negotiate a construction change order with Lanzo Construction to implement the revised
storm water design. The change order will be accomplished in two steps. The first step will be
for the revised storm water conveyance system, which will be processed administratively in
order to minimize any delay in construction. The second change order will be for stormwater
pump stations and related appurtenances. lt is anticipated this change order item will be
brought to the Commission in January 2015.
CONCLUSION:
The Administration recommends approval of a Resolution of the Mayor and City Commission of
the City of Miami Beach, Florida, approving and authorizing the Mayor and City Clerk to execute
Amendment No. 4 to the existing professional services agreement between the City of Miami
Beach and Schwebke-Shiskin & Associates, Inc. for additional design modifications and
permitting phase services associated with the revised stormwater criteria for the Venetian
islands Bid Package 13C Right-of-Way Neighborhood lmprovement Project; in the negotiated
170
Commi ssion Memorand um - Schwebke-Shlskln
Amendment 4 for Venetian /s/ands Bid Package 13C Project
November 19,2014
Page 3
not{o-exceed amount of $75,000 plus an amount of $1,500 for reimbursables; for a total
amount of $76,500; with previously appropriated funding.
ATTACHMENTS:
Schwebke-Shiskin Amendment No. 4
JLM\MNDM
T:\AGENDA\2014\NcvembeAClP\Venetian lsiands- SS &A Amendment4- MElvlO.docx
171
AMENDMENT NO.4
TO THE PROFESSIONAL ARCHITECTURE
AND ENGINEERING (A/E) SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH, FLORIDA
AND
SCHWEBKE.SHISKIN & ASSOCIATES,
DATED DECEMBER 18,2009
IN AN AMOUNT NOT.TO.EXCEED $76,500
TO PROVIDE ADDITIONAL DESIGN MODIFICATIONS AND PERMITT!NG PHASE
SERVICES FOR THE VENETIAN ISLANDS BID PACKAGE 13C RIGHT.OF.WAY
NEIGHBORHOOD IMPROVEMENT PROJECT
This Amendment No. 4 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, lnc., having its offices at 3240 Corporate Way, Miramar, Florida 33025
(hereinafter referred to as CONSULTANT).
RECITALS
WHEREAS, pursuant to Request for Qualifications (RFO) 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 lslands Bid Package 13C Right-of-Way
Neighborhood lmprovement 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 reimbursables; and
WHEREAS, on June 2010, Amendment No.1, in a not-to-exceed amount of $9,900,
was approved to provide additional topographic survey of existing outfalls scheduled to be
rehabilitated; and
WHEREAS, on May 8,2013, the City Commission adopted Resolution No. 2013-
28202, approving Amendment No. 2, in the not-to-exceed amount of $349,957, to provide
additional resident project representative and supplemental construction administration
services; and
WHEREAS, on March 5, 2014, the City Commission adopted Resolution No. 2014-
28528, approving Amendment No. 3, in the not-to-exceed amount of $201 ,814 for the re-
design and permitting of the Stormwater System, including new drainage calculations and
design to incorporate pump stations; and
WHEREAS, on August26,2014 the Mayor's Blue Ribbon Panel on Flooding and Sea
Rise, directed PWD to provide all revised stormwater improvement designs, including
172
Venetian lslands, to AECOM, the City's Flooding Mitigation Consultant, for their review; and
WHEREAS, upon receipt of AECOM's review comments (October 10, 2014) and a
subsequent review meeting with the City Engineer's office, and the Consultant (October 13,
2014), it was determined that further design modifications were required; and
WHEREAS, this Amendment No. 4, in the not-to-exceed amount of $76,500 will
provide for additional design modifications and permitting of the Stormwater System; and
WHEREAS, City staff have evaluated the Consultant's fee proposal and find that the
proposal is fair and reasonable; and
WHEREAS, Amendment No. 4 to the Agreement will revise the total contract sum to a
not-to-exceed total of $1,223,331 .
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. 4.
2, MODIFICATIONS
The Agreement is amended to incorporate Schedule "A - 4", 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. 4.
173
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 OF MIAMI BEACH, FLORIDA
City Clerk Mayor
ATTEST:CONSULTANT:
SCHWEBKE.SHISKIN & ASSOCIATES,
!NC.
Secretary President
Print Name Print Name
Attachment: Schedule A-4
174
Schedule A-4
SJ,"rHl, - Sfrt'fra,
Mark S. Johnson, P.S.M.
Ronald A. Fritz, P.S.M.
Jose G. Hernandez, P.S.M.
Michael J. Alley. P.S.M.
October 23,2014
Mr. Roberto Rodriguez
City of lVliami Beach
Capital Improvement Projects Office
l70l Meridian Avenue, Suite 300
Miami Beach. Florida 33139
a
i).)
-l
N)
--r7
N)
(/t\,
t 4ttuciatts, {ine.
Land Surveyors - Engineers - Land Planners
3240 Corporate Way. Miramar, Florida 33025
Phone: (954) 435-7010. Fax: (954) 438-3288
Re.'Venelistr Island Neighborhood l3 BID Pockagc "C" - Adtlitional Services, Droinnge Redesign
Pursuant to Updated Ciry* Crilerio
Dear Roberto,
Pursuant to our meeting on October 10, 2014 additional serv'ices rvill be required to redesign the drainage
system of the referenced project to conform to the latest requirements of the City of Miarni Beach's
Public Works Department. It is our understanding that the impacts to the design criteria include:
- Reducin-e the pump capacities to protect roadway crowns for a 5 Year, 2zl Hours, 7.5 inch Type
SCS-Ill storm event utilizing a peaking factor of 150.
- Redesi-un the pump system so that one pump is capable of protecting roadrva.v- crowns for a 5
Year, 24 Hours. 7.5 inch Type SCS-Ill storm event utilizing a peaking factor of 150. The design
shall include a secondary purnp for backup and for alternating usage. The Cir.v" anticipates that
the pump capaciry shall be approximately 2 inches per hour.
- Eliminate pump station control valves preventin-u backflorv into the pump lvet u,ells from
Biscayne Bay. In lieu of the valves, the design shallraise pressure pipes to a minimurn invert
elevation of 5.0 feet Miami Beach Bay Datum. In consideration of this, the Ciry recommends and
acknorvledges that the top of the dissipater structure rvill be elevated to an approximate elevation
of l0 feet Bay Datum, or approximately 5 feet above existin-s ground.
- Revise the collection s]-stem to provide a positive slope torvard the pump stations.
SCOPE OF SERWCES:
L Engineering Services
A. Revise the draina-re collection svstem upstream of the Pump Stations pursuant to
markups provided b1' the Ciq' of N{iami Beach Public Works Department.
B. Revise the stormrvater rnanagement calculations ptrsuant to comments provided b1' the
Public Works Deparlment. The conrments provided are based on nerver Citl'criteria that
rvillrequire reanalysis of the pump design including the electricaland structural
components of the control panel. Re-nrodelin-e of the stonnrvater milnagement system
utilizing ICPR Version 3.1.
C. Revise the pump station plans and outfall schematics pursuant to the nerver criteria
mentioned above.
D. Prepare an Engineer's Opinion of Cost.
E. Update pump and control panel specifications.
S&*tt fir- Sfiufiin E o$tociatet Onc.
t:\klis',pr()pr)sitlsirohcrto rodriquez - nrianti bcach,rohcrto rodrigucz - \!'nctirr islar:ds additional scrriccs drainngc.tloc
Alfonso C. Tello. P.E., P.S.M
Hernando J. Navas. P.E.
Luis F. Leon, P.E.
Alberto A. Mora. P.E.
^g)hn
C. Tello, P.E.
175
IVIr. Robe(o Rodriguez
October 23,2014
Page 2 of3
F. Process minor permits modifications through the Miami Dade Countl' Department of
Re-sulatory and Economic Resources (RER) and the South Florida Water Management
District (SFWMD).
G. Attend up to two meetings rvith RER and the SFWMD.
H. Attend up to 4 meetings rvith the City of Miami Beach Public Works Department and the
Capital Improvement Projects offi ce.
Our fee for this rvork rvill be Seventv Five Thousand Dollnrs (575,000.00).
We anticipate reimbursable expenses rvill not exceed One Thousond Five Hundred Dollars
($1,500.00) to provide copies of plans, calculations and other exhibits to process the plans for
permitting.
CLOS,]UBE:
Lumn Sum Fee - Lurnp Sum Fees are fixed for a period of three months from the date of this
proposal. If the rvork has not been initiated on any lump sum item rvithin the three month period.
Consultant reserves the right to terminate or renegotiate this agreement as it relates to said item.
All Lump Sum fees are based upon services being performed during regular business hours. Any
serv'ices requested by the client to be performed outside of regular business hours will carry a
surcharge of 0.50 times the hourly rate of the employee(s) performing said service.
Invoicins and Pavment - Work rvill be invoiced monthly based upon a proration of work
completed to date, r,vith payment expected upon receipt of the invoice by the client. If payment
is not received rvithin 30 days of the invoice date, a late charge may be added to the invoice in an
amount not to exceed 1% per month on the outstanding balance.
If payment is not received rvithin 45 days of the invoice date, Schwebke-Shiskin & Associates.
Inc., may suspend or terminate this agreement until payments have been made in full. If
Schlvebke-Shiskin & Associates, Inc., commences legal proceedings to collect any monies due
under this agreement, then the Client agrees to pay any costs or attorneys fees incurred by
Schwebke-Shiskin & Associates, Inc., in connection r,vith such legal proceedings, including such
as are incuned in any appellate proceedings.
Renroduction and Outside Sen'ice Fees - Unless otherrvise specified, the above sen'ice fees do
not include the cost of printing. postage, copies, long distance phone calls, facsimiles or
reproductions, nor do they include the cost for outside services by others. These fees are
separate charges and will be invoiced to you as direct charges, plus a l0% carrying charge for
outside services.
Deliveries & Snecial Handline - Federal Express handling and special orders rvill be invoiced
to the Client as direct charges. plus a l0% carrying char_ee. Hand deliveries requested by the
Client and performed by Schrvebke-Shiskin & Associates, Inc., rvill be invoiced at a rate of S25
per hour.
Limitations of Construction Responsibilities of Schrvebke-Shiskin & Associ:rtes. Inc.
The Olvner/Developer and Schrvebke-Shiskin & Associates. Inc. agree that:
3"4*"ELr-3frirfru E o$u.ociater, Onc.
t:\luis\proposals\robcrto rodriguez - ntianti bcach\robcrto rodrigucz - vcnctian islands additional scrvices drainage.doc
176
Mr. Roberto Rodriguez
October 23,?014
Page 3 of3
l) Schwebke-Shiskin & Associates, Inc. sole responsibilities to the OwnerlDeveloper are set
fbrth in the SCOPE OF SERVICE section of this agreement and the SCOPE OF
SERVICE section may not be modified except in writing and signed by an authorized
representative of Schlvebke-Shiskin & Associates, Inc.
Proiect Termination - Should at any time during the project the Client find it necessary to
discontinue the services described above, or if the parties mutually decide to terminate this
agreement, the Client will compensate Schwebke-Shiskin & Associates, Inc., on an hourly basis
for the percentage of work completed plus reimbursable expenses.
I would like to thank you for giving us the opportunity to offer you this proposal. lf this proposal
is acceptable to you, please execute the original and retum it to our office, so \4'e can proceed
rvith the work.
Respectfully submitted,
3 J* rX E
"- 3 k*Eu €t otf tn aatzn, 0 *.
lli!d.-&1.-I Luis F. LEon, P.E.
Project Mana_eer
Accepted For: City of Nliami Beach
Accepted By:
(Signature;(Title)
(Print Name)(Dare)
3 "fr*.0 At- Skoilu, E o( rto oiale5 0 nc.
t:\luis\proposals\robcrkr rodrigucz - nrianri bcuch\robcrto rodrigucz - r'cnctian islands additir>nal serviccs drainagc.doc
177
oFU'ooJ
FoF
Nori
o-
N
6
oN
@1@NOtsn;eoN- O-
NiO9iO
oooqooooo- o-
ON
i
l
I
.q
ots-
$_-N
ocooo-
:
t0
oqoos-
@ts
?..
JU,<EF=ooF-
2-
EE
=U'26
=<3r!
i6 FQ
i
i
l.r,
:
I
I
i
t
i
t
i
i
olrj9,>it,l
utol
<:--
F- r'Or.'FliI'
t.
I
I
N!os
2
oqo@
o
z
o9<zo!olr,F
tulzIo
uJo
r@i$Ii.:
i,i
I
j
@oq
@o
6
EO' IIJol!
ur(9oz.ul
?6
o
@o
NN
-O
I
t..
@'
!
i
I
r,
I
I
I
@o!
N
2
(o\FG() IIJur(,65(E<o-=
.J,:<ilca9
EE
o
orEo
0:o
.!tsiootcl.
@'€
oc€g3rl:
(!
C)
r.9
rUt=
iErou'6tt
uzOE
-(o
6E
l_Bar, ruru .92B
=ESl li
'c.i
o
6or()
o]E
-9.=o.oo6-Ltuo';9o.=tg
E! ur
=O'=6ECLbEo -!L_.qc?
otN
@
i
i
i,t
iolc]G
t(L
lc:.o
(sEc
=io
olLt-EC(L(E
Eo.3Eocootro
s i.E
io&s.
3Ec-E'a9
fiul6Fo5
69oi:
lr., u)
:,q6l .N
@.
i
I
,t
I
i
l
I
I
i
I
o
.o(r,Eo
C,)'
oco
ilro.
cl;
6:olc
ll, ;(l)
=,_q
N
o
u.t
@
oE3o
=ut(
rD
o
.9
(J5Eo
o.()E
C,
i
I
@!oF.
6q,
(!E
=o-
zoFg
Goo
UJoIo
v
39F
o
xzIo
UJo
]UtzGo
3(L
ED
(,,oo
()o
ool!c
.e
(qocoe
Eo()
d]g
=ooso
@
Eo(ood)
E
.g
=
No
=.9)
1'ot
oEollot
l!([ooqI
o-o5J
F
tr
UJF
trootuUJJl-=<ootuo.-)(,gcD
ul llJ
-o.lll6zr4ti2oH;o
i=HEili =trE-.. urrL(JHo=co-<o>zt)*<@9ELaz
r{.DlA-lHi,J
426o-(,z
trulztu
178
RESOLUTION TO BE SUBMITTED
179