2001-24551 RESORESOLUTION NO. 2001-245§1
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 A PROFESSIONAL
SERVICES AGREEMENT, IN THE AMOUNT OF $185,291, BETWEEN
THE CITY OF MIAMI BEACH AND THE FIRM OF REYNOLDS, SMITH
AND HILLS, INC., PURSUANT TO REQUEST FOR QUALIFICATIONS
(RFQ) No. 10-00/01, TO PROVIDE PLANNING SERVICES, IN THE
AMOUNT OF $113,987, SURVEY SERVICES, IN THE AMOUNT OF $56,300,
AND REIMBURSABLES, IN THE AMOUNT OF $15,004, FOR THE LA
GORCE NEIGHBORHOOD STREETSCAPE PROJECT; AND
APPROPRIATING FUNDS, IN THE AMOUNT OF $61,702, FROM THE
SERIES 2000 GENERAL OBLIGATION BOND FUND, AND $123,589 FROM
THE SERIES 2000 STORMWATER REVENUE BOND FUND, FOR A
TOTAL APPROPRIATION OF $185,291.
WHEREAS, the City has issued General Obligation (G.O.) Bonds, Stormwater Revenue
Bonds and Water and Sewer Revenue Bonds, to provide funding for a number of needed capital
projects to be constructed in various areas of the City to upgrade and improve the infrastructure for
the purpose of providing better service to residents and visitors; and
WItEREAS, Reynolds, Smith and Hills, Inc. (RSM) was selected as the number one ranked
firm by an Evaluation Committee and recommended by the Administration on April 18, 2001,
regarding Request for Qualifications (RFQ) No. 10-00/01 for Urban Design, Landscape and
Engineering services for the La Gorce Neighborhood ( the Project); and
WHEREAS, pursuant to Resolution No. 2001-24322, adopted by the Mayor and City
Commission on April 18, 2001, the Administration has negotiated an Agreement with RSM, to
develop design and construction documents for the Project; and
VOtEREAS, the Agreement is composed of planning services, in the amount of $113,987,
survey services, in the amount of $56,300, and reimbursables, in the amount of $15,004, for the
Project; and
WHEREAS, the Administration now requests approval of a Professional Services
Agreement between the City and Reynolds, Smith and Hills, Inc., in the amount of $185,291, for
professional urban design, landscape architecture and engineering services to perform the planning
and surveying for the streetscape and utility improvements to the La Gorce Neighborhood, and for
reimbursables costs; and
WHEREAS, the Administration further requests appropriation of funds, in the amount of
$61,702, from the Series 2000 General Obligation Bond Fund, and $123,589, from the Series 2000
Stormwater Revenue Bond Fund, for a total appropriation of $185,291.
NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and the City
Commission approve and authorize the Mayor and City Clerk to execute an Agreement between the
City of Miami Beach and the firm of Reynolds, Smith and Hills, Inc., pursuant to Request for
Qualifications (RFQ) No.10-00/01, to provide planning services, in the amount orB113,987, survey
services, in the amount of $56,300, and reimbursables, in thc amount of $15,004, for the La Gorce
Neighborhood Streetscape Project; and appropriating funds, in the amount of $61~702, from the
Series 2000 General Obligation Bond Fund, and $123,589 from the Series 2000 Stormwater
Revenue Bond Fund, for a total appropriation of $185,291.
PASSED AND ADOPTED this 5th day of September 2001.
MAYOR
ATTEST:
CITY CLERK
F:\WORK\$ALL\CHATRAND~LAGORESO.WPD
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
SCHEDULE A
CITY OF MIAMI BEACH, FLORIDA
RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM
SCOPE OF A/E CONSULTANT SERVICES
CONSULTANT:
Reynolds, Smith and Hills, Inc.
BACKGROUND
The City of Miami Beach (CITY) has developed various programs to improve the quality of life of
its residents. On November 2, 1999, voters approved the issuance of approximately $92 million
in General Obligation (GO) Bonds for Neighborhood, Parks, Beach and Fire Safety
Improvements, of which $57 million is allocated for capital right-of-way infrastructure projects
(Program). In addition to this allocation, CiTY Administration proposes that a portion of the
recent Water and Wastewater Bond and Stormwater Bond issues also are allocated for capital
right-of-way infrastructure projects. These estimated $187 million of public right of way
infrastructure improvement projects are to be implemented over the next six (6) years. Program
elements include citywide water, wastewater and stormwater improvements; as welt a variety of
streetscape enhancement projects. The CITY has contracted the services of Hazen and
Sawyer, P.C. to function as Program Manager (PROGRAM MANAGER), and act as the CITY's
agent with regard to all aspects of this scope of services. Hence, PROGRAM MANAGER shall
serve as the focat point of contact with the Architectural / Engineering firm (CONSULTANT).
The CITY will retain contractual agreement responsibilities with the CONSULTANT firms.
Due to the large number of projects that will be ongoing coincidentally during the Program, the
PROGRAM MANAGER has developed a Program Work Plan (PWP) detailing procedures and
policies for the overall Program. This PWP manual dictates the respective responsibilities and
levels of authority for all program team members. Organizational structure flowcharts and team
member duties are included to establish a working understanding regarding reporting and
communication relationships on the Program. The PWP includes a listing of design and
construction phase deliverables from the various NEs and Contractors, along with proposed
PROGRAM MANAGER duties during the planning, design and construction phases of the
Program. One copy of the PWP will be given to CONSULTANT, who agrees to comply with
procedures set forth therein.
The CITY has prepared the City of Miami Beach Water System Master Plan dated November
1994 and the Comprehensive Stormwater Management Program Master Plan dated March
1997 which identifies the preliminary investigations, analysis and recommendations to improve
water and stormwater infrastructure throughout the City. Subsequent planning efforts by the
CITY identified water infrastructure to be replaced and gathered data within certain
neighborhoods for use in preliminary drainage assessments. Data gathered for the stormwater
infrastructure includes the following:
· Test Borings
· Soil permeability tests (SFWMD Usual Condition Test Method)
· Existing stormwater drainage facility assessment
Page I of 23 RS&H - No, 5
Hwd:4005CO01 (No. 5 La Gorce).doc
There are a total of thirteen neighborhoods within the Program scope. This scope of services
refers to CONSULTANT planning (Task 1), design (Task 2), bidding (Task 3), construction
administration (Task 4) services and Reimbursables (Task 5) specifically related to the following
neighborhood(s):
1. Neighborhood No. 5 - La Gorce
The purpose of the La Gorce Neighborhood Improvements is to provide for the restoration and
enhancement of the neighborhood's streets to meet the needs of the community. This project
will coordinate streetscape work with restoration and enhancement of the neighborhood's
sanitary, water, and storm drainage infrastructure.
The La Gorce Neighborhood includes all of the area from Surprise Lake, north to La Gorce
Island, and from Biscayne Bay east to the Indian Creek waterway. La Gorce Island and Allison
Island are part of the neighborhood; however improvements to the islands are not encompassed
by this scope.
The Lake View Area, bounded by Lake View Drive and 51st Street is a sub-neighborhood of the
La Gorce Neighborhood. The area is generally comprised of single-family residential streets.
There are no institutional uses, and only one small commercial building on 51st Street and
Cherokee Avenue. North Bay Road, Alton Road, Pine Tree Drive, and La Gorce Drive are all
comprised of large-lot, single family homes.
The south side of Allison Island is currently under redevelopment as a medium density, mixed-
use by private-sector developers.
The CiTY has held community workshop meetings with residents of the La Gorce community to
address their needs. The improvements include:
Enhanced pedestrian and vehicular streetscape improvements
· street resurfacing and new pavement markings
· traffic calming
· swale restoration and/or curb and gutter restoration or upgrades
· street lighting upgrades to correct deficiencies where needed
· repair, extension, or widening of sidewalks to provide continuous, ADA-Title III
compatible separated pedestrian ways
· landscaping improvements
· upgrade of the drainage collection system and drainage improvements
· repair or rehabilitation of galvanized water mains
Infrastructure improvements are generally identified in the City of Miami Beach Comprehensive
Stormwater Management Program Master Plan, (March 1997), the City of Miami Beach Water
Page 2 of 23 RS&H - No, 5
Hwd:4005CO01 (No. 5 La Gorce).doc
System Master Plan, (November, 1994), and the Citywide Sanitary Sewer Infiltration and Inflow
Mitigation Program, and in subsequent amendments to the plans.
Pine Tree Drive and La Gorce Drive, both collector roadways maintained by Miami-Dade
County, have had splitter islands constructed for traffic calming purposes, and the splitter
islands and both streets are currently under design for landscaping treatments. This work is
separate from this scope..
Alton Road is a State-maintained minor arterial that runs through La Gorce. In 2003 Alton Road
is scheduled for resurfacing. The City is currently studying the potential to implement traffic
calming techniques and mechanisms along Alton Road to be constructed in conjunction with the
FDOT work. This planning study and subsequent design work is a separate effort from this
scope and will be performed by others; however, as Alton Road is an integral part of the
neighborhood, the La Gorce Neighborhood design team will have to coordinate with the Alton
Road improvement efforts.
The bridge and flyover at 63rd Street are scheduled for reconstruction in 2004 by FDOT. Since
the redesign has significant impacts to the La Gorce Neighborhood, the neighborhood design
team will have to coordinate with the 63¢~ Street Bridge reconstruction and flyover replacement
effort. The work will also consist of coordination with other consultants with respect to the FDOT
trafficway improvement projects and others.
Total construction costs budgeted for this neighborhood approximate $1,212,516. The total
construction costs associated with the neighborhood are funded from the General Obligation,
Stormwater Revenue and Water and Wastewater Revenue Bond Series.
A general map is attached as Exhibit A. Please note that the Exhibit identifies the neighborhood
limits as well as the location of water main replacement and areas requiring further
investigation. Note that a separate Notice to Proceed is required from the CITY prior to the
commencement of work on any Task.
For purposes of this scope of services, the work is herein defined to include two bid packages
that are to be implemented on two separate timelines.
TASK1- PLANNING SERVICES
The purpose of this Task is to establish a consensus design concept for the referenced
neighborhood(s) that meets the needs of the community and stays within established schedule
and cost parameters. Note that Tasks 1.1 through 1.5 are intended to develop a database for
the performance of Community Design Workshops. The total number of Community Design
Workshops to be conducted per neighborhood as discussed in Task 1.6. Based on the results
of the Community Design Workshops, a draft Basis of Design Report shail be developed as
noted in Task 1.7. Subsequent design review committee presentations and approvals shall be
as noted in Task 1.8. A final Basis of Design Report shall then be prepared summarizing the
accepted design concept, budget level cost estimate and implementation schedule as noted in
Task 1.10. To facilitate the implementation of a Public Information Program, CONSULTANT
shall provide electronic files of all project documents, as requested by CITY and/or PROGRAM
MANAGER.
Task 1.1 - Proiect Kick-Off Meetin.q: CONSULTANT shall meet with CITY and PROGRAM
MANAGER to review existing planning documents and results of previous scoping sessions
Page 3 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
held with affected neighborhood(s) and receive copies of available reference documents. CITY
and PROGRAM MANAGER shall present general discussions as to Program procedures and
direction. Based on this meeting CONSULTANT will schedule a reconnaissance visit of the
Project site(s). CONSULTANT's level of effort is based upon the attendance at one (1) meeting.
PROGRAM MANAGER shall prepare and distribute meeting minutes, accordingly.
Deliverables: - Attend Project kick off meeting.
Schedule: - Within 5 working days of Task 1 - Planning Phase Notice-to-Proceed.
Task 1.2 - Infrastructure Planninq: The CITY has performed certain planning efforts that
identified the location of water and sanitary sewer infrastructure replacement. The approximate
location of these improvements has been identified in Exhibit A. It is the CITY's intent to have all
galvanized water mains / service connections and tuberculated cast iron ma[ns replaced under
this Program. CONSULTANT shall propose and identify the necessary field investigations to
identify the mains to be replaced. Investigations may include ...(CONSULTANT to propose).
Under this task, CONSULTANT shall also meet with the Miami-Dade Department of
Environmental Resource Management (DERM) and CITY to define the level of service required
for stormwater infrastructure improvements.
Task 1.3 - Project Site Reconnaissance Visit and Development of Alternative Streetscape
Treatments: CONSULTANT shall attend a reconnaissance site visit for each neighborhood.
CITY staff and representatives will attend the site visit(s) from the project area. This will
facilitate CONSULTANT's understanding of the project area needs.
Based on the results of the site visit(s), CONSULTANT shall assemble a minimum of three
reference images identifying alternative streetscape treatments that the project may follow. One
of the reference images shall present proposed improvements possible under current budget
limitations. The other images shall reflect additional levels of potential improvements that may
be possible based on future phases of the Program that are to date unfunded. In addition,
CONSULTANT shall prepare preliminary "budget" level cost estimates (+30%, -15% as defined
by the American Association of Cost Engineers) for each alternative treatment indicating
opinions of probable cost. Estimates shall present costs by category types (i.e. paving, lighting,
landscaping, etc.) and shall be prepared in a Microsoft Excel Spreadsheet format. PROGRAM
MANAGER shall provide a template for the requisite cost estimate format to CONSULTANT.
CONSULTANT shall prepare and distribute meeting minutes of each project site
reconnaissance visit, accordingly.
Deliverables: - Attend reconnaissance project site visit(s)
- Develop three alternative streetscape images for each neighborhood
- Develop "budget" level cost estimates for each alternative streetscape
image
Schedule: - Within 20 working days of completion of Task 1.1 services.
Task 1.4 - Attend "Visioninq" Session: After conducting the project site visit(s) and
developing alternative streetscape treatments and cost estimates, CONSULTANT shall attend a
half-day "Visioning" session to be scheduled with representatives of CITY, CONSULTANT and
Page 4 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
PROGRAM MANAGER for each neighborhood. The purpose of the "Visioning" session(s) shall
be to clarify project goals to prepare for the Community Design Workshops. Issues to be
discussed shall include the proposed alternative streetscape treatments, budget and schedule.
CONSULTANT shall prepare and distribute meeting minutes, accordingly.
Deliverables: -Attend "Visioning" session(s) with representatives from CITY and
,PROGRAM MANAGER.
Schedule - Within 5 working days of Task 1.2 completion.
Task 1.5 - Review MeetinR Prior to Community Design Workshops: CONSULTANT shall
meet with applicable CITY and PROGRAM MANAGER staff to ensure that any and all concerns
regarding project scope, schedule and cost parameters are addressed prior to scheduling the
initial Community Design Workshops for each neighborhood. PROGRAM MANAGER shall
prepare and distribute meeting minutes, accordingly.
Deliverables: - Meet with representatives of CITY and PROGRAM MANAGER during
Task 1.1 through 1.4 work.
Schedule - Through completion of Task 1.1 through 1.4 work.
Task 1.6 - Community Desiqn Workshops: Design workshops provide an opportunity for
residents of affected communities to participate in the planning process for right of way
improvements in their respective neighborhoods. To this end, a series of community workshops
shall be conducted. CITY will schedule, find locations for, and notify residents of all such
meetings. CONSULTANT shall prepare all materials for presentation at each workshop. At a
minimum these shall include "full size" graphics / renderings, a summary of cost estimates,
workshop agendas and requisite handouts of each. CONSULTANT shall prepare draft meeting
minutes and forward them to PROGRAM MANAGER, who shall review, provide comments, and
distribute, accordingly. Each workshop is intended to address specific design issues as
discussed in the following:
Task 1.6.1 Community Design Workshop No. 1 - The first workshop is intended to
provide community residents with a review of the proposed project scope, budget and
schedule and create a consensus plan with community concurrence. CONSULTANT
shall prepare full size presentation graphics illustrating the Site Analysis Maps and
Alternative Streetscape Treatments developed under Tasks 1.3 and 1.4. As previously
noted, the alternatives shall present proposed improvements possible under current
budget limitations and additional levels of potential improvements that may be possible
based on future phases of the Program that are to date unfunded. In addition, graphics
shall be prepared presenting a summary of probable costs for the various improvements
and the workshop agenda. "Budget" level cost estimates shall be +30%, -15% as
defined by the American Association of Cost Engineers. Based on this data,
CONSULTANT shall present the preliminary ptanning information to attendees. CiTY
and PROGRAM MANAGER staff will also attend these meetings, and assist
CONSULTANT with responses to resident questions, as applicable. CONSULTANT
shall note reasonable design revision requests from residents for review and
incorporation into the proposed plan. Due to the fixed nature of funding on the various
projects within the Program, budget limits must be adhered to. CONSULTANT shall be
prepared to discuss budgets and the various impacts of resident requested revisions on
such, accordingly.
Page 5 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce),doc
Deliverables: -Prepare materials, attend and conduct Community Design
Workshop No. 1 for each neighborhood
Schedule: - Within 10 working days after completion of Task 1.4
Task '1.6.2 Community Design Workshop No. 2 - The second workshop is intended to
present community residents with the selected streetscape treatment concept, budget
and schedule based on the input received during Workshop No. 1. CONSULTANT shall
prepare full size presentation graphics illustrating the selected streetscape treatment,
along with a summary of probable costs for the improvements and the workshop
agenda. The selected streetscape treatment shall be presented in two phases. The first
phase shall illustrate proposed improvements possible under current budget limitations.
The second phase shall illustrate additional levels of potential improvements that may be
possible based on future phases of the Program that are to date unfunded. "Budget"
level cost estimates shall be +30%, -15% as defined by the American Association of
Cost Engineers. Based on this data, CONSULTANT shall present the information to
attendees. CITY and PROGRAM MANAGER staff will also attend these meetings, and
assist CONSULTANT with responses to resident questions, as applicable.
CONSULTANT shall note that the design concepts presented during this meeting are
considered "near final" and CITY will consider only minor design revision requests from
residents for review and incorporation into the proposed plan. Any comments accepted
by the CITY resulting from this workshop shall be incorporated during the Task 2 Design
Phase. No additional workshops will be scheduled,
Deliverables: -Prepare materials, attend and conduct Community Design
Workshop No. 2 for each neighborhood
Schedule - Within 15 working days of Community Design Workshop No. I
Task 1.7 - Basis of Desiqn Report (DRAFT): CONSULTANT shall prepare a draft Basis of
Design Report (BODR) for each neighborhood presenting the results of the Community Design
Workshops and final design plan. The BODR will include a summary of findings and a map
illustrating all proposed improvements under the current phase of the project, inclusive of water,
wastewater, stormwater, urban design, streetscape and landscape. Where required,
CONSULTANT shall perform a corridor study to determine the most desirable routing for
proposed underground improvements. A separate map shall be prepared by CONSULTANT to
illustrate proposed future improvements, as agreed with residents during the Community Design
Workshops, that are yet unfunded. The BODR shall include sufficient detail in plans, sections,
notes and key descriptions to facilitate review by the various CITY permitting and planning
divisions discussed in Task 1.8
The draft BODR shall also include discussions and graphics illustrating:
A project implementation plan, inclusive of utility and streetscape construction
phasing and traffic control details with a discussion of expected impacts to the
affected neighborhood.
Proposed water, wastewater and stormwater improvements. A corridor study
may be required if routing is not clearly indicated on existing planning
documents, or if proposed routing is determined to be congested with existing
improvements.
Page 6 of 23 RS&H - No. 5
Hwd: 4005CO01 (No. 5 La Gorce).doc
A discussion of existing right-of-way encroachments, including the extent and
locations of such.
A "budget" level cost estimate prepared in conformance with format provided by
PROGRAM MANAGER. Estimates shall be provided for both current phase and
future (unfunded) improvements. Based upon CONSULTANT's cost estimate,
CITY shall advise CONSULTANT if portions of the project need to be deleted,
phased and/or bid as alternate bid items to satisfy existing fiscal constraints.
CONSULTANT shall revise BODR to reflect such issues accordingly.
A schedule for implementing the Project itemized phase by phase (design, bid,
award, construction) including critical issues and the time period allowed for
resolving each issue. The schedule shall be prepared in "Primavera Project
Planner, Version 3.0" format or SureTrak and provided to the CiTY and
PROGRAM MANAGER.
Discussion regarding permitting authorities having jurisdiction over Projects and
provide a list of permits typically retained by the Owner and/or Contractor.
Unique and/or special permitting requirements shall be identified as well as
permitting fees.
Deliverables: - Prepare 25 copies of the draft BODR.
Schedule: -Within 20 working days from completion of the final
Community Design Workshop.
Task 1.8 - Review of BODR with CITY Divisions: CONSULTANT shall meet to present and
review the draft BODR with the following review agencies:
· City of Miami Beach Historic Preservation Board or Design Review Board
· City of Miami Beach General Obligation (G.O.) Bond Oversight Committee
· City of Miami Beach Planning Board
· City of Miami Beach Neighborhood Committee
· City of Miami Beach Transportation and Parking Committee
City of Miami Beach Finance Committee
· City of Miami Beach City Commission
CiTY and PROGRAM MANAGER shall attend review meetings and assist CONSULTANT, as
practicable, in obtaining approvals from noted review agencies by participating in negotiations
with such authorities. CONSULTANT retains final responsibility for procuring all necessary
approvals, and for implementing required revisions and resubmissions as necessary. It is
recognized by CITY and PROGRAM MANAGER that the time period for obtaining approvals
from the various review agencies is beyond the control of CONSULTANT, except for issues
concerning the acceptability of the proposed design concepts and CONSULTANT's ability to
respond to review agency comments. CONSULTANT shall address and respond to comments
Page 7 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
received from the various reviews in writing, and implement requested revisions into the draft
BODR, as agreed with CITY and PROGRAM MANAGER, within fourteen (14) calendar days of
receipt of comments, unless agreed to otherwise with PROGRAM MANAGER. CONSULTANT
shall draft meeting minutes and forward them to PROGRAM MANAGER, who shall finalize and
distribute accordingly.
Deliverables:
- Attend BODR review meetings with noted committees.
- Prepare draft meeting notes.
- Address comments and revise BODR accordingly.
Schedule: - Within 20 working days of draft BODR completion.
Task 1.9 - Additional Review Meetinqs:
CONSULTANT shall attend and participate in up to two (2) review meetings with those
agencies/committees requesting revisions.
Task 1.10 - Final Basis of Desi.qn Report: CONSULTANT shall prepare a final BODR based
on comments and revisions implemented during the reviews with the various CITY Divisions.
The final BODR will serve as the basis for development of detailed design documents as
discussed in Task 2.
Deliverables: - Prepare 25 copies of a final BODR.
Schedule: - Within 17 working days after completion of reviews noted in Task 1.8.
TASK 2 -DESIGN SERVICES
The purpose of this Task is to establish requirements for the preparation of contract documents
for the Project. Note that Task 2.1 requires that CONSULTANT perform a variety of forensic
tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to
be used for development of the contract drawings. Task 2.2 discusses requirements for the
preparation of contract documents, inclusive of drawings, specifications and front-end
documents. Task 2.3 establishes requirements with regard to constructability and value
engineering reviews to be performed by others. Task 2.4 establishes requirements for the
preparation of opinions of total probable cost by the CONSULTANT. Task 2.5 specifies
requirements for review of contract documents with jurisdictional permitting agencies prior to
finalization. Task 2.6 establishes requirements for developing final (100%) contract documents.
To facilitate the implementation of a Public Information Program, CONSULTANT shall provide
electronic files of all project documents, as requested by CITY and/or PROGRAM MANAGER.
It is the PROGRAM MANAGER's intent to post the 100% contract document submittals on its
Program Web Page. Hence, CONSULTANT shall provide the electronic files for the front end
documents, technical specifications, and construction drawings, as required.
Task 2.1 - Field Verification of Existinq Conditions: CONSULTANT shall perform a detailed
topographic survey of the existing right of way areas to be impacted by construction activities
under the scope of this project. The survey shall be performed by a Professional Land Surveyor
in the State of Florida and shall meet the minimum technical standards identified in Chapter
61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 14 format with a layering
system as directed by PROGRAM MANAGER. As a minimum, the survey shall address the
Page 8 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
following:
Topographic survey shall consist of establishing a baseline with stations at each
intersection, and identify right-of-way monuments and sectionalized land corners.
Baseline of survey shall be tied into the right-of-way and sectionalized land
monuments. CONSULTANT shall obtain right-of-way information from available
records.
CONSULTANT shall set benchmarks at convenient locations along the corridor
to be used during both the design and construction phases of the project. As a
minimum, permanent benchmarks shall be set at 1000-foot intervals along the
alignment. CONSULTANT shall tie-in at least two existing government County
monuments to vertical circuit and shall take cross sections at 100-foot intervals
along project corridor. The benchmarks shall be derived from existing
government benchmarks and be carried into the proposed system using Second
Order, Class II procedures. A full listing of benchmark locations shall accompany
the survey data.
Cross section elevations shall define all grade breaks such as intersections,
swale, edge of pavement, pavement centerline, curb and gutter, edges of
sidewalk, driveway connections, right-of-way line, where possible 20 to 25 feet
into private property, encroachments (both natural and built-in), etc.
CONSULTANT shall locate and identify all the existing surface improvements /
topographic features that are visible along the corridor, such as the following:
Existing valve boxes, water / electrical meter boxes, electrical pull boxes,
telephone / cable risers, fences, hydrants, etc.
Aboveground and underground utilities, invert elevations of accessible
underground utilities, wood / concrete utility poles, culverts, guardrails,
pavement limits, headwalls, endwalls, manholes, vaults, mailboxes,
driveways, side streets, trees, landscaping, traffic signage and any other
noted improvements. Survey shall identify fence material / height,
landscaping plant material limits and driveway construction materials; as
well as private property encroachments (i.e. landscaping, overhangs,
improvements, etc.)
Survey limits shall include the entire right-of-way and an additional overlap of 25 feet on either
side of the right-of-way.
Topographic survey / base map shall be prepared in AutoCAD version 14.0 and
submitted on a 3.5-inch diskette with one copy on 22-inch by 34-inch bond paper
to the CITY. CAD mapping shall be performed to a scale of 1:1 and referenced
to The Florida State Plane Coordinate System, East Zone NAD 83/90. Text size
shall be 100 leroy for a final product at 1=20 units.
Indicate geometry of perimeter private property plats (inclusive of fences,
landscaping and driveways).
Page 9 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).do¢
Upon completion of the survey, CONSULTANT shall forward the same to all the private utility
owners / agencies with a request to mark / Identify their respective utilities on the survey base
map. CONSULTANT shall coordinate this effort with each agency in an effort to identify the
location of all underground utilities. CONSULTANT shall incorporate utility owner markups /
edits into its survey base map file. CONSULTANT shall contact the following entities and
request that they each verify locations of their existing improvements in the affected areas:
· Florida Power and Light
· Miami-Dade Water and Sewer Authority
· Miami-Dade Public Works Department
· State of Florida Department of Transportation
· Charter Communications
· Natural Gas
· Others as deemed necessary by CONSULTANT
Based on the collected data, CONSULTANT shall develop detailed design base maps for the
project. The maps shall include an overall key map and partial plans scaled at 1-inch equals 20
feet. CONSULTANT shall illustrate proposed water, wastewater and stormwater improvements
on the base maps based on available planning documents provided by CITY. A subsequent
review shall be scheduled with CITY and PROGRAM MANAGER staff to determine locations
where additional field verifications, via "Soft-Dig" underground identification services, shall be
implemented.
CONSULTANT shall prepare final base maps based on the information gathered herein.
Copies of base maps shall be distributed to CITY and PROGRAM MANAGER.
Deliverables: - Perform forensic work as noted to develop final base maps. Deliver
five (5) sets of base maps to PROGRAM MANAGER.
Schedule:
- Within 45 working days after Task 2 - Design Phase Notice to
Proceed.
Task 2.2 - Detailed Design: CONSULTANT shall prepare detailed design documents
consisting of general, civil, mechanical, urban design, landscape architectural, electrical,
landscaping, irrigation and structural drawings, as applicable. CONSULTANT shall utilize CITY
standard details as provided by PROGRAM MANAGER, and as deemed appropriate by
CONSULTANT. CONSULTANT shall supplement design documents its own additional details,
as it deems necessary, to provide CITY with a complete work product. All drawings shall be
prepared using AutoCAD Version 14 software with a layering system as provided by
PROGRAM MANAGER.
Technical specifications shall be prepared in conformance with Construction Specifications
Institute (CSI) format. PROGRAM MANAGER shall furnish CONSULTANT with standard CITY
specification outlines for Divisions 1, 2, 3 and 15. By incorporating the CITY's standard
specification outlines into its contract documents, CONSULTANT acknowledges that it has
Page 10 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
reviewed and accepted these specification outlines as its own for the purposes of this project.
CITY assumes no responsibility for the contents of the master specification outlines. Hence,
CONSULTANT shall review such documents and make known to CITY any requests for
revisions, for review and acceptance, prior to modification of the documents. CONSULTANT
shall refrain from amending FDOT standard specifications and including same in the detail
design documents. CONSULTANT may provide technical specification sections that
CONSULTANT may require, not already provided through CITY standard outlines, subject to
review and comment by CITY and/or PROGRAM MANAGER. Any Supplier listings required by
specifications shall include a minimum of two named Supplier's and shall meet all applicable
CITY and State of Florida procurement codes. CITY standard specification outlines shall be
provided to CONSULTANT in "Microsoft MS-Word" format. CONSULTANT shall use the same
software in all project related work.
CONSULTANT shall utilize base front-end documents provided by CITY. CONSULTANT shall
edit accordingly to result in a project specific document. Any changes / modifications to the
Supplementary General Conditions shall be subject to review and acceptance by CITY.
CONSULTANT shall attend monthly progress meetings with CITY and PROGRAM MANAGER
staff. CONSULTANT shall prepare and maintain a design progress schedule in Primavera
Project Planner, version 3.0 format or SureTrak. CONSULTANT shall update the schedule and
review project status at each monthly progress meeting. Should PROGRAM MANAGER
determine that a CONSULTANT has fallen behind schedule, CONSULTANT shall provide a
recovery schedule that will accelerate work to get back on schedule. In addition during the
design phase, CONSULTANT shall attend two meetings with applicable representatives to
review the status of the design. The CITY shall schedule these meetings.
For purposes of this Scope of Services, the following will be considered the minimum effort to
be provided by CONSULTANT for establishing the detail design milestones:
30% design completion shall consist of the completed survey / base map work as
identified in Task 2.1 with the proposed improvements identified in plan view at a
scale of 1-inch equals 20 feet. A key map shall also be provided which illustrates
the relationship between the drawings and its respective location within the
neighborhood. An outline identifying the anticipated technical specifications to be
incorporated into the work shall also be submitted.
60% design completion shall consist of the plan and profile view of all
improvements, applicable sections and construction details. Prior to the
preparation of the 60% design drawings the CONSULTANT shall incorporate
changes to its design based upon its underground utility verification efforts. Plan
and profile sheets shall be provided for water and sewer improvements.
CONSULTANT shall include the technical specifications and a draft schedule of
prices bid (bid form) identifying the items to be bid by the prospective contractors
with the submittal. CONSULTANT shall provide its "Budget" level opinion of
probable cost as defined by the American Association of Cost Engineers with the
submittal.
90% design completion shall consist of the entire construction document set
including the front end documents (general and supplemental conditions),
Page 11 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
technical specifications and construction drawings for al~ the work proposed to be
completed. CONSULTANT shall provide the detailed construction sequencing
restrictions for the PROGRAM MANAGER's review. CONSULTANT shall
provide its "Definitive" level opinion of probable cost as defined by the American
Association of Cost Engineers with the submittal.
Deliverables: - Furnish ten (10) sets of 30, 60, 90 and 100 percent completion
stage documents to PROGRAM MANAGER.
- Prepare and update project schedule, on a monthly basis.
- Attend monthly progress meetings with CITY and PROGRAM
MANAGER staff.
Schedule:
Complete 30 percent documents within 65 working daYs after the Task 2 -
Design Phase Notice to Proceed
Complete 60 percent documents within 85 working days after Task 2 - Design
Phase Notice to Proceed.
Complete 90 percent documents within 115 working days after Task 2 - Design
Phase Notice to Proceed.
Complete 100 percent documents within 155 working days after Task 2 - Design
Phase Notice to Proceed.
Task 2.2.1 - Geotechnical Evaluation
CONSULTANT shall conduct a preliminary field exploration program to identify typical
geotechnical conditions along the proposed pipeline corridor(s) and/or to ascertain the sub
surface conditions with respect to its drainage design as noted under Task 6.4.
Task 2.3 - Desiqn / Constructability Review: To verify that all design review meeting
comments have been incorporated and design standards have been followed, PROGRAM
MANAGER shall perform reviews of all design project documents at the preliminary (30 percent
completion), intermediate (60 percent completion) and near final (90 percent completion) design
stages. The purpose of these reviews shall be to verify that the documents are consistent with
the design intent. The PROGRAM MANAGER shall also review CONSULTANT's prepared cost
estimates for the project at both the 60 and 90 percent submittal stages. These documents will
be furnished as bound 8-1/2-inch by 11-inch specifications and full-size (22-inch by 34-inch)
blueline drawings. PROGRAM MANAGER and applicable CITY departments shall perform
reviews on these documents and provide written comments (in the form of markups of
submitted documents) back to CONSULTANT. Following receipt of comments, a meeting shall
be scheduled between CITY, CONSULTANT and PROGRAM MANAGER, to discuss the
requirements, intent and review of comments. CONSULTANT shall prepare a written
memorandum to address how each comment was resolved. Such written response shall be
prepared and submitted to PROGRAM MANAGER, for acceptance, within 14 calendar days
after the review session. CONSULTANT shall revise documents to include review comments
accordingly.
Page 12. of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
In addition, PROGRAM MANAGER shall perform constructability reviews of the design
documents relative to value, construction sequencing and bid format. These reviews shall be
based upon the 60 and 90 percent design submittals received from the A/E consultant(s) and
shall be conducted concurrently with the 60 and 90 percent design reviews. Meetings shall be
held with CONSULTANT and CITY representatives to discuss review comments, as required. A
detailed review of CONSULTANT's proposed construction sequencing restrictions will be
performed by PROGRAM, MANAGER at the 90-percent completion stage. The intent of this
scope item is to advise the CONSULTANT of the PROGRAM MANAGER's role during the detail
design phase. The CONSULTANT shall note that the PROGRAM MANAGER's review of the
contract documents does not relieve CONSULTANT from its responsibility to the CITY with
regard to the quality of its contract documents.
Deliverables: - Attend meetings with CITY and PROGRAM MANAGER staff to review
and discuss design, constructability and value comments.
- Prepare written responses to comments made during review
sessions.
Schedule: - Complete concurrently with Design Phase schedule.
Task 2.4 - Cost Opinions: CONSULTANT shall prepare opinions of probable construction
costs for each design submittal (60 and 90 percent) as well as the final (100 percent) completion
stage. The accuracy of the cost estimate associated with the 60 percent completion stage shall
be +30% to -15% "Budget" Level as defined by the American Association of Cost Engineers.
The accuracy of the cost estimate associated with the 90 and 100 percent completion stage
shall be a +15% to -5% "Definitive" Level Estimate as defined by the American Association of
Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with
the template supplied by PROGRAM MANAGER. All estimates shall be furnished bound in 8-
1/2-inch by 11-inch size. Based upon CONSULTANT's cost estimate, CITY shall advise
CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid
items to satisfy existing fiscal constraints. CONSULTANT shall revise documents to reflect such
issues accordingly.
Deliverables: - Prepare opinions of probable costs at the 60, 90- and 100 percent
completion stages.
Schedule: - Complete concurrently with Design Phase schedule.
Task 2.5 - Community Desiqn Review Meetin,qs
CONSULTANT shall attend and participate in community design review meetings to review the
design progress and concept at different progress levels during the design. The CITY will
schedule, find locations for, and notify residents of all such meetings. CONSULTANT shall
prepare draft meeting minutes and forward them to PROGRAM MANAGER, who shall review,
provide comments and distribute, accordingly. The number of meetings per neighborhood are
as follows:
· Neighborhood I - Biscayne Point
CONSULTANT shall participate and attend up to two (2) meetings per Bid
Package.
Page 13 of 23 RS&H -No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
Task 2.6 - Document Revisions:
Based upon the input provided by the residents, CONSULTANT shall incorporate the necessary
contract document revisions, as approved by the CITY.
Task 2.7 - Permittinq Reviews:
CONSULTANT shall prepare applications and such documents and design data as may be
required to procure approvals from all such governmental authorities that have jurisdiction over
Project. CITY shall pay all permit fees. CONSULTANT shall consider the impact of permit fees
in its construction opinions of probable cost. CONSULTANT shall participate in meetings,
submissions, resubmissions and negotiations with such authorities. CITY will attend meetings
with governmental authorities as deemed necessary by CITY. CONSULTANT shall respond to
comments by such authorities through PROGRAM MANAGER within ten working days of
receipt of comments unless a different time is agreed to by PROGRAM MANAGER. It is the
intent of this scope of services that PROGRAM MANAGER shall be the responsible party for
formally transmitting permit documents to and from the respective authorities and
CONSULTANT. Hence, PROGRAM MANAGER shall track and monitor progress on the
preparation and review of permits and subsequent requests for information. It is recognized by
PROGRAM MANAGER that the time period for obtaining permits is beyond the control of
CONSULTANT except for issues concerning the permitability of the design and
CONSULTANT's ability to respond to permitting agency requests for information. At the time of
the scope preparation, the following governmental authorities that have or may have jurisdiction
over Project have been identified:
· City of Miami Beach Building Department
· Miami-Dade Department of Environmental Resource Management
· Miami-Dade Water and Sewer Authority
· Miami-Dade Department of Public Works
· Miami-Dade Department of Health and Rehabilitative Services
· South Florida Water Management District
· Florida Department of Transportation
· Florida Department of Environmental Protection
· U.S. Army Corps of Engineers
· U.S. Environmental Protection Agency
Failure to identify governmental authorities that have jurisdiction over Project at the time of
permitting scope preparation does not relieve CONSULTANT from responsibility to pursue the
permit as described above. However, an equitable adjustment to the CONSULTANT's
compensation may be negotiated if deemed appropriate by CITY.
Page 14 of 23 RS&H -No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
Deliverables: - Correspond with noted jurisdictional authorities to establish permitting
requirements.
Revise documents and respond to permitting inquiries as required.
- Attend meetings with CITY and PROGRAM MANAGER staff to review
and discuss permitting status.
Schedule:
- Complete within 43 working days after the completion of the 100
percent detail design milestone.
Task 2.8 - Consultant QA/QC of Desiqn Documents:
CONSULTANT shall establish and maintain an in house Quality Assurance / Quality
Control (QNQC) program designed to verify and ensure the quality, clarity,
completeness, constructability and biddability of its contract documents.
CONSULTANT shall provide CITY and PROGRAM MANAGER with a written
narrative detailing the QNQC program tasks and how it is to be implemented over
the course of this project. The CITY and/or PROGRAM MANAGER, at its discretion
may require that CONSULTANT attend meetings to review the status and present
results of its QNQC efforts. Items to be addressed may include, but shall not be
limited to, review of specifications by respective technical experts and a "Redi-check"
type review of the documents to identify conflicts and inconsistencies between the
various disciplines.
TASK 3 -BIDDING AND AWARD SERVICES
Task 3.1 - Construction Contract Document Review
CONSULTANT shall assist CITY in bidding and award of the contract. PROGRAM MANAGER
shall transmit contract documents prepared by the CONSULTANT to the CITY's Risk
Management and Procurement Departments for verification of appropriate insurance and
bonding capacity requirements for each Project prior to bid. Various departments within CITY
(Risk Management, Procurement and the City Attorney's Office) have nontechnical review
responsibility for the Construction Contract Documents. CONSULTANT shall assist PROGRAM
MANAGER in this process by providing three copies of Construction Contract Documents,
participating in meetings, submissions, resubmissions and discussions with these departments.
CONSULTANT shall respond to CITY comments within ten calendar days of receipt of
comments unless a different time schedule is agreed to by PROGRAM MANAGER.
CONSULTANT's compensation has been based upon one meeting with these departments.
Task 3.2 - Bid Document Delivery
CONSULTANT shall provide PROGRAM MANAGER with reproducible, camera ready, sets of
contract documents. The CITY Procurement Department will reproduce documents and handle
the advertising, distribution, sale, maintenance of plan holder lists and other aspects of bid
document distribution.
Task 3.3 - Pre-Bid Conference
Page 15 of 23 RS&H -No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
PROGRAM MANAGER shall conduct one prebid conference. CONSULTANT shall attend the
pre-bid conference and bid opening for each project.
Task 3.4 - Addenda Issuance
CONSULTANT shall provide, through PROGRAM MANAGER, timely responses to the inquiries
of prospective bidders by preparing written addenda. Format for addenda shall be as provided
to CONSULTANT by PROGRAM MANAGER. These queries and responses shall be
documented and a record of each shall be transmitted to PROGRAM MANAGER on a same
day basis. CONSULTANT shall prepare and distribute necessary addenda as approved by
PROGRAM MANAGER.
Task 3,5 - Bid Evaluation
Within five calendar days of receipt of bids, CONSULTANT shall evaluate the bids for
completeness, full responsiveness and price, including alternative prices and unit prices, and
shall make a formal recommendation to CITY regard to the award of contract. Non-technical bid
requirements shall be evaluated by others.
This scope of services includes no allowance for CONSULTANT's time to assist CITY in the
event of a bid protest. To the proportionate extent CONSULTANT's services are required in the
event of a bid protest, due to a direct action or lack thereof by CONSULTANT, CONSULTANT
shall participate in such activities at no additional cost to CITY.
Task 3.6 - Contract Award
CONSULTANT shall provide eight sets of Construction Contract Documents for execution by
COUNTY and the successful bidder within five calendar days of request by COUNTY.
Task 3.7 - As- Bid Contract Documents
After contract award and prior to the preconstruction conference, CONSULTANT shall prepare
As-Bid construction contract documents, which incorporate the following items into the
construction contract documents:
Contractor's bid submittals, including but not limited to, bid proposal, insurance,
licenses, etc.
Amend ! modify front end documents and ! or technical specifications to
incorporate changes made via contract addenda.
Revise construction contract drawings to include modifications / revisions
incorporated via contract addenda.
CONSULTANT shall prepare As-Bid construction contract documents and reproduce ten (10)
sets for distribution to PROGRAM MANAGER within ten (10) calendar days after the City
Commission approval / contract execution.
Deliverables- - Attend and participate in Pre-bid conferences and bid openings.
Page 16 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
- Respond to questions from prospective bidders and prepare Addenda
for distribution by others.
- Prepare recommendation of award letter
- Prepare As-Bid contract documents, reproduce ten (10) sets and
forward to PROGRAM MANAGER.
Schedule:
- Upon receipt of Task 3 Bidding and Award Services Notice to Proceed
and within 64 working days from receipt of the Notice to Proceed.
TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES
The CONSULTANT shall perform the following tasks associated with office administration
activities related to the construction of the Project(s). These tasks shall be performed during the
duration of all construction projects. Due to the extensive amount of detailed procedures
required to properly manage construction projects, PROGRAM MANAGER has developed a
Construction Management Manual (CMM) for the construction phase of the Infrastructure
Improvement Program. This manual will augment the general program guidelines established in
the Project Work Plan, as provided to CONSULTANT by PROGRAM MANAGER, at the
commencement of the Project, and provides uniform procedures and guidelines for managing
the interface between CITY, Contractors, PROGRAM MANAGER's field observation staff and
CONSULTANT. CONSULTANT's level of effort is based upon a construction duration period of
260 working days.
Task 4.1 - Pre-Construction Conferences: CONSULTANT shall attend a pre-construction
conference for each Project. PROGRAM MANAGER shall prepare and distribute meeting
minutes to all attendees and other appropriate parties. PROGRAM MANAGER shall issue a
Limited Notice to Proceed at the Pre-Construction Conference. A final Notice to Proceed shall
be issued upon receipt of a final schedule and procurement of all applicable construction
permits from the Contractor.
Deliverables: - Attend and participate in pre-construction conferences.
Schedule:
- As scheduled by PROGRAM MANAGER after receipt of Task 4
Construction Management Services Notice to Proceed.
Task 4.2 - Weekly Construction Meetinqs: CONSULTANT shall attend weekly meetings with
the Contractor, PROGRAM MANAGER and applicable CITY representatives on each Project.
The purpose of these meetings shall be to review the status of construction progress, shop
drawing submittals and contract document clarifications and interpretations. In addition, the
Contractor shall furnish a two-week look ahead work schedule to allow for proper coordination
of necessary work efforts. These meetings shall also serve as a forum for discussion of
construction issues, potential changes / conflicts and any other applicable matters. PROGRAM
MANAGER shall prepare and distribute meeting minutes to all attendees and other appropriate
parties.
Deliverables: - Attend and participate in weekly progress meetings with Contractors.
Schedule: - Weekly throughout the project duration.
Page 17 of 23 RS&H -No. 5
Hwd.'4005CO01 (No. 5 La Gorce),doc
Task 4.3 - Requests for Information / Contract Document Clarification (RFIs / CDCs):
PROGRAM MANAGER will receive, log and process all RFIs / CDCs. Whenever an RFI
involves the interpretation of design issues or design intent, PROGRAM MANAGER shall
forward the RFI to CONSULTANT. CONSULTANT shall prepare a response in a timely matter
and return it to PROGRAM MANAGER. CONSULTANT may be requested by PROGRAM
MANAGER to prepare and forward CDCs should cer[ain items within the contract documents
require clarification.
Deliverables: - Respond to those RFIs that involve design interpretations and return
to PROGRAM MANAGER's office. Issue CDCs as required.
Schedule: - Ongoing throughout project construction duration.
Task 4.4 - Requests for Chanqes to Construction Cost and/or Schedule: PROGRAM
MANAGER will receive, log and evaluate all requests for project cost and/or schedule changes
from the Contractor. Changes may be the result of unforeseen conditions or interferences
identified by the Contractor during the routine progress of work, inadvertent omissions
(betterment) issues in the contract documents, or additional improvements requested by the
CITY or CONSULTANT after the project bid date. Regardless of the soume, PROGRAM
MANAGER will evaluate the merit of the claim as well as the impact of the potential change in
terms of project cost and the schedule. PROGRAM MANAGER will review claims and / or
change order requests with CONSULTANT. No claims assistance services are included under
this task.
Deliverables: - Perform independent review of request for cost increase and/or time
extension.
- Coordinate and participate in meetings, as required, with PROGRAM
MANAGER, CITY and Contractor to resolve and/or negotiate the
equitable resolution of request.
- Prepare change order documentation.
Schedule: - Ongoing throughout project construction duration.
Task 4.5 - Processin.q of Shop Drawin.qs: PROGRAM MANAGER will receive, log and
distribute shop drawings to CONSULTANT for its review. CONSULTANT shall have 14
calendar days from the time of receipt in its office, to review and return shop drawings to
PROGRAM MANAGER's office.
Deliverables: - Review Shop Drawings and return them to PROGRAM MANAGER's
office.
Schedule: - Ongoing throughout project construction duration.
Task 4.6 - Field Observation Services: PROGRAM MANAGER will provide field staff to
observe the construction of the work. CONSULTANT shall provide specialty site visits by
various design disciplines (civil, mechanical, landscaping) on an as requested basis. For the
purposes of this scope of services, it is assumed that a total of twelve (12) specialty site visits
are included.
Page 18 of 23
Hwd: 4005CO01 (No. 5 La Gorce). doc
RS&H - No. 5
Deliverables: - Provide up to twelve (12) specialty site visits.
Schedule: - Ongoing throughout project construction duration.
Task 4.7 - Project Closeout: Upon receiving notice from the PROGRAM MANAGER advising
the CONSULTANT that the Project is substantially complete, CONSULTANT, in conjunction
with appropriate CITY an,d PROGRAM MANAGER staff, shall conduct an overview of the
Project. The overview shall include development of a "punch list" of items needing completion
or correction prior to consideration of final acceptance. PROGRAM MANAGER shall develop
the list with assistance from CITY and CONSULTANT. The list shall be forwarded to the
Contractor. For the purposes of this provision, substantial completion shall be deemed to be the
stage in construction of the Project where the Project can be utilized for the purposes for which
it was intended, and where minor items not be fully completed, but all items that affect the
operational integrity and function of the Project are capable of continuous use.
Upon notification from PROGRAM MANAGER that all remaining "punch list" items have been
resolved, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER
staff, shall perform a final review of the finished Project. Based on successful completion of all
outstanding work items by the Contractor, CONSULTANT shall assist in closing out the
construction contract. The contract documents shall be structured to require the Contractor to
prepare the record drawings. CONSULTANT shall furnish the electronic drawing files to the
CITY for the Contractor's use. PROGRAM MANAGER shall certify the record drawings to the
various affected permitting authorities.
Deliverables: - Attend field meetings to review substantial completion and develop
"punch lists".
- Certify project completion to appropriate agencies.
Schedule: - At the Substantial completion of project
TASK 5 - ADDITIONAL SERVICES
No additional services are envisioned at this time. However, if such services are required during
the performance of the Work, they shall be requested by CITY and negotiated in accordance
with contract requirements. Note that a separate Notice to Proceed is required prior to
performance of any Work not expressly required by this scope of services. If CONSULTANT,
proceeds with out of scope Work without proper authorization, it does so at its own risk.
TASK 6 - REIMBURSABLES
Task 6.1 - Reproduction Services:
CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports,
contract documents and miscellaneous items, as may be requested by CITY. Unused amounts
in this allowance shall be credited back to the CITY at the completion of the project.
Task 6.2 - Travel and Subsistence:
Page 19 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
CONSULTANT shall be reimbursed at the United States Internal Revenue Service established
rate for travel and subsistence, up to the maximum not-to-exceed amount as noted. Unused
amounts in this allowance shall be credited back to the CITY at the completion of the project.
Task 6.3 - Surveyinq:
CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a
topographical survey of the project limits which meets the requirements of sub-task 2.1.
Consultants compensation is based upon the completion of a full design survey for a lineal
footage of 11,600, and a horizontal survey for a lineal footage of 2300. Unused amounts in this
allowance shall be credited back to the CITY at the completion of the project.
Task 6.4 - Geotechnical Evaluation
CONSULTANT shall conduct a preliminary field exploration program to identify typical
geotechnical conditions along the proposed pipeline corridor(s) and/or to ascertain the sub
surface conditions with respect to its drainage design. The program will consist of up to three
shallow (3 to 6 feet depth) and three deep (6 to 10 feet depth) standard penetration borings, up
to a total of 132 feet (6 borings). Asphalt pavement depth will be determined to establish the
existing thickness of asphalt at key locations. Actual locations shall be as directed by
CONSULTANT. Cost shall be limited to the noted not-to-exceed amount. Unused amounts in
this allowance shall be credited back to the CITY at the completion of the project.
Task 6.5 - Under.qround Utility Verification:
None are anticipated at this time.
Page 20 of 23 RS&H - No. 5
Hwd: 4005CO01 (No. 5 La Gorce).doc
Minimum Design Features To Be Shown On Drawings
CONSULTANT shall note that the following criteria indicate the minimum design standards to be
shown on drawings. CONSULTANT is encouraged to review and recommend changes as it
deems necessary, subject to the review and acceptance of the CITY and PROGRAM
MANAGER.
Paving, Grading and Drainage Plans
Show existing grade/topography, centerline roadway, edge of pavement, back of
sidewalk, top of curb, gutter flow line
Show proposed grade along the centerline of the road at 50 centers, limits of
road work, inlets, curb and gutter and sidewalk
Show limits of demolition / removal
Show limits of proposed work
Identify all surface features of all existing and proposed work
Identify driveway locations
Identify proposed structures
Identify linear footage of pipe, pipe invert elevation, diameter and material
Paving, Grading and Drainage Details
· Show proposed cross sections with topographical information at 50 foot stations
· ~ Identify the following minimum information on cross sections:
Existing utilities
Proposed road slope, lane width, sidewalk width and surface features within
the right-of-way
Road construction details for the sub-base and base and asphalt
Proposed utility locations
· Conflict manhole detail
· Manhole details
· Driveway replacement section
· Catch basin details
· Ex'filtration trench details
· Drainage pipe trench detail
· Restoration Details -All pipes
Roadway
Sidewalk
Curb and gutter
Page 21 of 23 RS&H -No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
Water Distribution and Sanitary Sewer Plans
General
· Identify existing utilities
· Show future utilities proposed by others
· Identify trees / landscaping to remain in place
Sanitary Sewer
· Manhole details
· Connection to existing manholes (precast / brick)
· Connection to existing service laterals and mainline
· Show sanitary sewer manhole / flow direction
· Show sanitary sewer (single service)
· Show sanitary sewer (double service)
· Show sanitary sewer pipe diameter, linear feet, material and slope along pipe
length
· Show rim and pipe invert elevations on sanitary sewer manholes
· Indicate sanitary sewer (existing / proposed) clean out locations
· Indicate sanitary sewer service invert elevation at the right-of-way for new
services
Sanitary Sewer Profiles
· Identify sanitary sewer manhole number, rim elevation, invert elevations of
incoming and outgoing pipes
· Show sanitary sewer pipe diameter, linear footage and slope
· Show existing utilities, diameter, type and invert of pipe elevation
Water Distribution System
Show location of single and double water meter boxes
Identify fire hydrant assembly
Identify fitting locations
Identify limits of restrained joints
Identify deflection limits
Identify water sampling points
Identify dead end blow-offs
Page 22 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc
Identify air release valves
Identify pipe diameter and material
Stationing
Pressure Pipe Profiles
· Show top of pipe elevation
· Identify location of air release valve at high points
· identify vertical / horizontal deflection and/or fittings
· Identify minimum cover requirements
· Provide details of major utility crossings
Jack and bore
Horizontal directional drilling
Subaqueous crossing
Aerial crossing
Culvert crossing
Page 23 of 23
Hwd:4005CO01 (No. 5 La Gorce).doc
RS&H - No. 5
La Gorce Neighborhood
Proposed Drawing List
Drawing Title
Page 24 of 23 RS&H - No. 5
Hwd:4005CO01 (No. 5 La Gorce).doc ~*
\\
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http:~ci.miami-beach.fl.us
COMMISSION MEMORANDUM
TO:
FROM:
SUBJECT:
DATE: September 5, 2001
Mayor Neisen O. Kasdin and
Members of the City Commission
Jorge M. Gonzalez ~ ~
City Manager
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 A PROFESSIONAL
SERVICES AGREEMENT IN THE AMOUNT OF $185,291, BETWEEN THE
CITY OF MIAMI BEACH AND THE FIRM OF REYNOLDS, SMITH AND
HILLS, INC., PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ)
No. 10-00/01, TO PROVIDE PLANNING SERVICES, IN THE AMOUNT OF
$113,987, SURVEY SERVICES, IN THE AMOUNT OF $56,300, AND
REIMBURSABLES, IN THE AMOUNT OF $15,004, FOR THE LA GORCE
NEIGHBORHOOD STREETSCAPE; AND APPROPRIATING FUNDS, IN
THE AMOUNT OF $61,702, FROM THE SERIES 2000 GENERAL
OBLIGATION BOND FUND, AND $123,589 FROM THE SERIES 2000
STORMWATER REVENUE BOND FUND, FOR A TOTAL
APPROPRIATION OF $185,291.
ADMINISTRATION RECOMMENDATION:
Adopt the Resolution.
FUNDING:
Funds for this project are available as follows:
$92M $54.3M Not to
G.O. Bond Storm Bond Exceed
Neighborhood Series 2000 Series 2000 Fee
La Gorce $61,702 $123,589 $185,291
AGENDA ITEM
DATE
F:\WORK\$ALL\C HATRAND~LAGORCE.WPD
CiO~ Commission Memorandum
Reynolds Smith Hills
September 5, 2001
Pursuant to Resolution No. 2001-24322 adopted by the Mayor and City Commission on April 18,
2001, the Administration has negotiated an Agreement with the firm of Reynolds, Smith and Hills,
Inc., regarding Request for Qualifications (RFQ) No. 10-00/01 for Urban Design, Landscape and
Engineering services for design and construction documents for the La Gome Neighborhood.
Reynolds, Smith and Hills, Inc. was selected as the number one ranked firm by the Evaluation
Committee and recommended by the Administration on April 18,2001.
The City of Miami Beach has developed various programs to improve the quality of life of its
residents. On November 2, 1999, voters approved the issuance of approximately $92 million in
General Obligation (GO) Bonds for Neighborhood, Parks, Beach and Fire Safety Improvements, of
which $57 million is allocated for capital right-of-way infrastructure projects (the Program). In
addition to this allocation, the Administration proposes that a portion of the recent Water and Sewer
Bond and Stormwater Bond issues also be allocated for capital right-of-way infrastructure projects.
These estimated $187 million of public right of way infrastructure improvement projects are to be
implemented over the next six (6) years. Program elements include citywide water, wastewater and
stormwater improvements; as well a variety of streetscape enhancement projects.
There are a total of thirteen neighborhoods within the overall Program scope. This Commission
Memorandum addresses the La Gorce Neighborhood but will not include La Gorce and Allison
Islands in the Project.
SCOPE OF SERVICES:
The Scope of Services for each Project was developed as a basis for establishing the fee to be
negotiated. The following scope was proposed for each neighborhood:
La Gorce Neighborhood
The La Gorce Area includes all of the area from Surprise Lake, North to La Gorce Island, and from
Biscayne Bay East to the Indian Creek waterway. It also includes the Lake View Area, which is a
sub-neighborhood of the La Gorce Area, and is bounded by Lake View Drive and 51 st Street. This
area is generally comprised of single-family residential buildings. The improvements intend to
provide restoration and enhancements of the neighborhood's streets to meet the needs of the
community. The project will coordinate streestcape work with some renovation of the
neighborhood's sanitary, water and storm water infrastructure. The scope of the work is generally
as described below:
Enhanced landscaping and street lighting consistent with community preferences
Repair and widening of sidewalks to comply with ADA-Title III
F :\WOKK\$ALL\CHATRAND\LAGORCE.WPD
Page 2
'CRy ~ommission Memorandum
Reynolds Smith Hills
September 5, 2001
Repair or rehabilitation of some existing galvanized water mains throughout
community
Street resurfacing and new pavement markings
Incorporation of traffic calming features, consistent with community preferences
Improved stormwater drainage collection and disposal infrastructure
Swale restoration and/or curb and gutter restoration or upgrades
A general map is attached as Exhibit A. Please note that the Exhibit identifies the neighborhood
limits as well as the location of water main replacements.
The scope of services for the neighborhood projects are each split into six (6) primary Phases
including; Planning Phase (Task 1), Design Phase (Task 2), Bidding and Award Phase (Task 3),
Construction Management Phase (Task 4), Additional Services (Task 5) and Reimbursables (Task
6). A brief review of the components of each task follows:
Planning Phase: The purpose of this Task is to establish a consensus design concept for the
referenced neighborhood that meets the needs of the community and stays within established
schedule and cost parameters. This intent is met through the performance ora series of Community
Design Workshops designed to encourage input from affected residents and verify and validate
previously developed concepts and priorities. Based on the results of the Community Design
Workshops, a draft Basis of Design Report is developed on which subsequent design review
committee presentations and approvals from requisite City Divisions and jurisdictional permitting
agencies are procured. A final Basis of Design Report is prepared summarizing the accepted design
concept, budget level cost estimate and implementation schedule for use in the design phase of the
Project. It is the intent of this contract that the Planning phase services be completed within
approximately 150 calendar days of Notice to Proceed in order to expedite the implementation of
the Program.
~hase: The purpose of this Task is to prepare contract documents for the Project. Included
in this Task is the requirement that the Consultant perform a variety of forensic tasks to verify, to
the extent practicable, existing conditions and the accuracy of base maps to be used for development
of the contract drawings. Detailed quality requirements for the preparation of drawings,
specifications and front-end documents are specified in the contract. In addition, requirements with
regard to constructability and value engineering reviews are also specified to occur during this Task.
As a part of its design services, the Consultant is also required to prepare opinions of total probable
cost and conduct reviews of its contract documents with jurisdictional permitting agencies prior to
finalization.
F:\WORK~$ALL\C HATRAND\LAGORC E.WPD
Page 3
CiO~ Commission Memorandum
Reynolds Smith Hills
September 5, 2001
Bidding and Award: The purpose of this Task is to assist the City in bidding and awarding the
Project. The Program Manager shall transmit contract documents prepared by the Consultant to the
City's Risk Management and Procurement Departments for verification of appropriate insurance and
bonding capacity requirements for each Project prior to bid. Various departments within the City
(Risk Management, Procurement and the City Attorney's Office) have nontechnical review
responsibilities for the Construction Contract Documents. Consultant shall assist Program Manager
in this process by providing three copies of Construction Contract Documents, participating in
meetings, submissions, resubmissions and discussions with these departments. Consultant shall
respond to the City within ten calendar days of receipt of comments unless a different time schedule
is agreed to by Program Manager
Construction Management Services: The purpose of this Task is to perform office administration
activities related to the construction of the Project(s). These tasks shall be performed during the
duration of all construction projects and includes; submittal reviews, responses to requests for
information, change order review and miscellaneous meeting attendance. The Program Manager will
provide full time field observation staff to augment the Consultant's construction management effort.
Additional Services: No additional services are envisioned at this time. However, if such services
are required during the performance of the Work, they shall be requested by the City and negotiated
in accordance with contract requirements. Note that a separate Notice to Proceed is required prior
to performance of any Work not expressly required by this scope of services. If Consultant, proceeds
with work which changes the scope of the Project without proper authorization, it does so at its own
risk.
Reimbursables: The Consultant will be reimbursed for the following costs:
usual and customary rate for reproduction of reports, special graphics, contract
documents and miscellaneous items, as may be requested by the City
mileage at the United States Internal Revenue Service established rate for travel and
subsistence
a preliminary field exploration program to identify typical geotechnical conditions
along the proposed pipeline corridor(s) and/or to ascertain the sub surface conditions
with respect to its drainage design
Survey: Topographic survey of proposed corridors
CONTRA CT FORMA T:
The contract is structured in a Not-to-Exceed format and a separate Notice to Proceed will be
required prior to commencement of each of the noted Task Phases. Contract negotiations/scoping
sessions were held with the recommended firm on July 26, August 2, and August 9, 2001. Estimated
F:\WOKK\$ALL\CHATRAND\LAGORCE.WPD
Page 4
'City Commission Memorandum
Reynolds Smith Hills
September 5, 2001
illustrates the salient points and the result of the negotiation with Reynolds, Smith and Hills, Inc.,
for the provision of Planning and Surveys for the La Gorce Neighborhood Projects:
LA GORCE NEIGHBORHOOD
SERVICE ORIGINAL FINAL NOTES
COMPONENT SUBMISSION NEGOTIATED FEE
Basic Services: $118,857 $113,987 3
Planning
Survey $56,300 $56,300 3
Reimbursable expenses $15,004 $15,004 1
Total $190,161 $185,291 3
Notes:
The reimbursable expense amount is a "not-to-exceed sum". It includes: geotechnical tests,
reproduction, and miscellaneous expenses. Expenses will be reimbursed at actual cost.
The Project Budget is $1,479,634. The estimated construction cost is $984,499. The
estimated cost for Tasks 2 through 6 is $173,735. The project contingency is $136,109.
Total design effort includes Phase 1 Planning Services, surveying and expenses for
reproduction, surveying and geotechnical evaluation.
The City retained the services ofPappas & Associates to assist in fee negotiations. The overall fee
was reduced during negotiations for the La Gorce Neighborhood by $4,870.
Note that the proposed fee represents only the Not-to- Exceed amount for the Phase 1 Planning Task
of the Project. The first Notice to Proceed is for the Planning Phase and Survey portions (including
reimbursables) of the Project only, as noted in the attached fee schedule tabulation.
ommends the adoption of the attached Resolution.
F:\WORI~$ALL\C HATRAND\LAGO RC E.V~PD
Page 5